Tel: +254 711 851103
 
 
Language:

Google Translate Widget by Infofru

Author Site Reviewresults

Sunday, 28 July 2024

Progress Statement on EU/GoK R2000 Project

 

 

r2000

statement 2

statement3

ADDENDUM NO 2 BUNGOMA REGION KIMILILI CONSTITUENCYFY 2023-2024

                                                          WI/27

                                 KENYA RURAL ROADS AUTHORITY     

                                 UPPER WESTERN REGION

                               BUNGOMA OFFICE

                                                                    

                                              TENDER NOTICE

                                                                     

                                                                    ADDENDUM NO 2                  6th October, 2023

 

                TENDER FOR ROUTINE MAINTENANCE & SPOT IMPROVEMENT WORKS ON VARIOUS ROADS IN KIMILILI CONSTITUENCY FUNDED UNDER 22% RMLF ALLOCATION FOR THE FINANCIAL YEAR 2023 -2024

                                                                 

Reference is made to the Invitation to tender and Addendum No.1 on the above tender that are presently in the Authority’s website -www.kerra.go.ke.

Pursuant to clause 10.1 of the Instructions to Tenderers, we wish to notify interested bidders that

the issues raised in Addendum 1 dated 3rd October have been resolved and the invitation for tender is for roads shown hereunder.

DOWNLOAD ADDENDUM 2 

 

S/N

 

ROAD NAME & NO.

 

TENDER NO.

 

CONSTITUENCY

 

BUDGETARY ESTIMATE (KSHS)

 

BID SECURITY

(KSHS)

 

RESERVATIONS

 

1.       

MATILI -SANGO –BAHAI(UP53)

KeRRA/08/39/BGM/KML/22%RMLF/23/24-49

 

 

 



 

 

KIMILILI

9,750,000.00

N/A

YOUTH

DOWNLOAD

2.       

RIZIKI -LOWER KAMUSINGA –NAMAKHELE (UP37)

KeRRA/08/39/BGM/KML/22%RMLF/23/24-50

9,750,000.00

N/A

WOMEN

DOWNLOAD

3.       

RASHID –CHEBUKWABI (R40)

KeRRA/08/39/BGM/KML/22%RMLF/23/24-52

7,550,000.00

100,000.00

OPEN

DOWNLOAD

4.       

MAENI -KIMINGICH DEB –NASUSI (UP45)

KeRRA/08/39/BGM/KML/22%RMLF/23/24-53

7,471,000.00

100,000.00

OPEN

DOWNLOAD

5.       

KIBINGEI –RASHID (E316)

KeRRA/08/39/BGM/KML/22%RMLF/23/24-54

8,750,000.00

N/A

WOMEN

DOWNLOAD
  • The tender documents have been uploaded to the Authority’s website - kerra.go.ke.
  • The pre-tender site visit and opening dates as well as all other requirements remain as indicated in the invitation to tender dated 2nd October, 2023 and the respective tender documents.

Any inconvenience caused is regretted.

ENG JARED OMONDI

REGIONAL DIRECTOR

Kericho 22% RMLF SAVINGS for Financial Year 2018/2019.

KENYA RURAL ROADS AUTHORITY KERICHO REGION

 

TENDER NOTICE Donload Here

DATE OF TENDER NOTICE: 12TH APRIL 2019

TENDERS FOR ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF ROADS FUNDED UNDERVUNDER 22% RMLF SAVINGS

The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of Rural Roads in Kenya. 

KeRRA, Kericho Region, on behalf of the Ministry of Transport, Infrastructure, Housing and Urban Development, State Department of Infrastructure invites bids from eligible firms to tender for Routine Maintenance and Spot Improvement of roads in the following schedule funded under 22% RMLF savings in the Financial Year 2018/2019.

S/NO.

ROAD NAME

TENDER NUMBER

RESERVED

BUDGET

1

CHESINENDE-KURESOI ROAD

KeRRA/011/KCO/39/22%SAV/001/OPEN/18-19

OPEN

4,550,000

2

KAPSAOS – MURERET ROAD

KeRRA/011/KCO/39/22%SAV/002/OPEN/18-19

OPEN

4,100,000

3

TEPKUTWET - MASIAT ROAD

KeRRA/011/KCO/39/22%SAV/003/OPEN/18-19

OPEN

4,800,000

4

KAPSUSER – KIPSOLU ROAD

KeRRA/011/KCO/39/22%SAV/004/OPEN/18-19

OPEN

3,150,000

5

LELAGOI JUNCTION – KIPKOK

ROAD

KeRRA/011/KCO/39/22%SAV/005/YOUTH/18-19

YOUTH

3,350,000

6

KEBENETI – CHANGEE – SAOSET ROAD

KeRRA/011/KCO/39/22%SAV/006/OPEN/18-19

OPEN

3,500,000

Mandatory Pre-Tender site visits shall be conducted on Thursday, 18th April 2019.  Interested Bidders are requested to assemble at the KeRRA, Kericho Regional Office at 9.00am. Bidders are advised to make their own transport arrangements for the pre-tender site visits.

INSTRUCTIONS TO TENDERERS

Eligible bidders must meet/provide the following requirements:

  1. Certified copy of Certificate of Incorporation
  2. PIN and VAT Registration Certificate
  3. Copy of Valid Tax Compliance Certificate verifiable at KRA’s portal.
  4. Certified copy of recent CR12 form generated through the system within a period of 12 months before opening date.
  5. Valid Practising Licence from National Construction Authority (NCA 8 and above) for Road Works. This must be valid at the date of tender submission.
  6. Certified copy of a valid certificate of registration in a target group issued by National Treasury or the respective County Treasury in the relevant category (Youth, Women and PWD)
  7. Proof of Experience in works of a similar nature and size for each of the last Two years (Does not apply to Youth, Women and PWD Tenders)
  8. Proof of major items of construction equipment owned or leased;
  9. CV’s and copies of qualification certificates of key site management and technical personnel proposed for the Contract;

clip_image002.gif

Page 1 of 2

  1. Audited accounts for the last two years, all the pages must be initialised and stamped by both a practising Auditor registered with ICPAK and one of the Directors (Does not apply to Youth, Women and PWD Tenders)
  2. Bank statements for the last six months. The statements must be certified by the issuing bank on all pages (Does not apply to Youth, Women and PWD Tenders)
  3. A Commitment letter from the bidder showing that they will be able to perform if awarded the contract (Applicable to Youth, Women and PWD Tenders Only)
  4. Authority to seek reference from the Tenderer’s bankers dated not earlier than 6 months prior to the date of tender submission.
  5. Litigation History.
  6. Bidders shall sequentially serialise all pages for each tender document submitted.
  7. Bidders must be prequalified in Kericho Region for the relevant category of works (Does not apply to Youth, Women and PWD Tenders)
  8. Must provide Identification Cards (I.Ds) or National passports for the Directors (Youth, Women and PWD)
  9. Duly filled, Stamped & Signed Form of Bid
  10. Duly filled & Stamped Confidential Business Questionnaire
  11. Duly filled, stamped and signed Power of Attorney form
  12. Dully filled Tender Securing Declaration Form
  13. A copy of Pre-tender site visit certificate
  14. Provide a brief work methodology

NOTE

  1. Certification of documents shall be original and executed by a Commissioner for Oaths
  2. No bidder shall be awarded more than one tender as advertised in this notice.
  3. Tenders shall remain valid for a period of 120 days from the date of submission.

Bidders are requested to download full details of the advertisement and tender documents from the Authority’s Website www.kerra.go.ke with effect from 13th April, 2019 or obtain complete Tender Documents KeRRA, Kericho Regional Office during normal working hours upon payment of a nonrefundable fee of Ksh.1, 000 (One Thousand only) deposited directly to Kenya Commercial Bank (KCB), Moi Avenue Branch, Account No. 1114343196, Account Name: KeRRA A-1-A; Transacted by:  R31.... (Firm name) OR documents can be downloaded free of charge from KeRRA website, www.kerra.go.ke

The sealed bids, labelled with the Tender No. MUST be deposited in the tender box at the Regional Office on or before Friday, 26th April, 2019 at 10.00 am. Thereafter, opening of the bids will take place at the same venue starting from 10.00 am.

clip_image004.jpg 

REGIONAL DEPUTY DIRECTOR

KERICHO REGION

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

KENYA RURAL ROADS AUTHORITY

KERICHO REGION

P O BOX 1483 KERICHO

 

DOWNLOAD TENDER NOTICE HERE

DATE:29th November, 2018

ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF VARIOUS ROADS TO BE FUNDED UNDER THE FUEL LEVY FUND(22%) FOR FINANCIAL YEAR 2018/2019

 

The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of Rural Roads.

KeRRAKerichoRegion invites bids from eligible Construction Companies on behalf of Ministry of Transport, Infrastructure, Housing and Urban Development,and State Department of Infrastructure to bid for Routine Maintenance and Spot Improvement Works on roads to be funded by the Government of Kenya through the Fuel Levy Fund

No

CONSTITUENCY

ROAD CODE &NAME

CATEGORY

TENDER No.

DOWNLOAD

1

 

 

Ainamoi

E7131   Kapsaos-MureretPri.

Open

KeRRA/011/KCO/39/22% OPEN/013/18-19

Document

2

URA2 Kenya Power - Ochi - KapKetienya

Open

KeRRA/011/KCO/39/22% OPEN/014/18-19

Document

3

G73022 ChemobeiNur. Sch-Kapsoit

Youth

KeRRA/011/KCO/39/22%/YOUTH/015/18-19

Document

4

G712626Kaptomas-Samoe-Kamatin

PWD

KeRRA/011/KCO/39/22%/PWD/016/18-19

Document

5

URA3 Torit Nursery - Kondamet

Open

KeRRA/011/KCO/39/22% OPEN/017/18-19

Document

6

Sigowet/Soin

URS13   Koilsir-Kapchebangoror

Open

KeRRA/011/KCO/39/22%/OPEN/037/18-19

Document

7

E1091 Kipkok Junction - Maemba

Youth

KeRRA/011/KCO/39/22%/YOUTH/036/18-19

Document

8

URS14 Lelagoi Junction - Maemba

Open

KeRRA/011/KCO/39/22%/OPEN/038/18-19

Document

9

Soin Sugar - Motero ECD-Chemaluk

Open

KeRRA/011/KCO/39/22%/OPEN/039/18-19

Document

10

C760,     Kebeneti - Kibirirgut-Kapchebangoror

Open

KeRRA/011/KCO/39/22%/OPEN/040/18-19

Document

11

G73098, Kebeneti-Kabasweti

Women

KeRRA/011/KCO/39/22%/WOMEN/041/18-19

Document

12

Kipkelion East

D1732 Hill Top - Londiani

PWD

KeRRA/011/KCO/39/22%/PWD/018/18-19

Document

13

G712796 Tuiyobei-Kipsirichet

OPen

KeRRA/011/KCO/39/22% OPEN/019/18-19

Document

14

G712690 Kaptanet-Kichawir

Open

KeRRA/011/KCO/39/22% OPEN/020/18-19

Document

15

E7337 Kiletien-Kwenet Tea Nurs. Sch.-Chepseon

Youth

KeRRA/011/KCO/39/22%/YOUTH/021/18-19

Document

16

E7116 LondianiJn-Tulwap

Open

KeRRA/011/KCO/39/22%/OPEN/039/18-19

Document

17

URS14 Hill Top - Wambare

Open

KeRRA/011/KCO/39/22% OPEN/023/18-19

Document

18

Belgut

URB2 Kaptebeswet/Tegat Junction-Susumwet

PWD

KeRRA/011/KCO/39/22%/PWD/031/18-19

Document

19

URB3 KosachMwai-Kiptule

Women

KeRRA/011/KCO/39/22%/WOMEN/032/18-19

Document

20

R7-Kericho Keben - Kiptule

Open

KeRRA/011/KCO/39/22% OPEN/033/18-19

Document

21

G729978 Kabianga Factory-Kapcheluch TBC-Rogonget

Open

KeRRA/011/KCO/39/22% OPEN/034/18-19

Document

22

E1107 Sosiot-Kiptaldal-Cheribo

Open

KeRRA/011/KCO/39/22% OPEN/035/18-19

Document

23

Buret

URBU2 Tepkutwet-Masiat

Open

KeRRA/011/KCO/39/22% OPEN/024/18-19

Document

24

E200 Chemosot-Chepkwarkwaran

PWD

KeRRA/011/KCO/39/22%/PWD/025/18-19

Document

25

G63676 Ng'ororga-Kiptewit

Open

KeRRA/011/KCO/39/22% RMLF/026/18-19

Document

26

E187J1 Kapkatet-Boito

Open

KeRRA/011/KCO/39/22% OPEN/043/18-19

Document

27

URBU3 Chemosot-Kiptorgo-Chemoiywo

Women

KeRRA/011/KCO/39/22%/WOMEN/042/18-19

Document

28

Kipkelion West

E7126 Barsiele-Kenyelet-Tuiyobei

Women

KeRRA/011/KCO/39/22%/WOMEN/027/18-19

Document

29

URW10 Kebeneti-Changee-Saoset

Open

KeRRA/011/KCO/39/22% OPEN/028/18-19

Document

30

URW11 CRF-Kaptage-Kapkwen

Open

KeRRA/011/KCO/39/22% OPEN/029/18-19

Document

31

URW12 Kapewa-Ndubusat-Kebeneti

Open

KeRRA/011/KCO/39/22% OPEN/030/18-19

Document

 

MANDATORY Pre-bid site shall be held as indicated in the schedule below starting at 9.00am. Bidders are advised to make their own transport arrangements for pre-tender site visits. No transport will be provided.

PRE-TENDER SITEVISIT SCHEDULE

No.

CONSTITUENCY

PRE-TENDER DATE

ASSEMBLE

TIME

1.

Kipkelion West

10th December, 2018

Regional Office

9.00 am

2.

Ainamoi

3

Bureti

11th December, 2018

Regional Office

9.00 am

4

Sigowet/Soin

5

Kipkelion East

13th December, 2018

Regional Office

9.00 am

6

Belgut

INSTRUCTIONS TO TENDERERS:

 

Eligible bidders must meet/attach the following requirements:

  1. Certified copy of Certificate of Incorporation
  2. PIN/VAT Registration Certificate
  3. Copy of Valid Tax compliance Certificate
  4. Certified copy of recent CR12 form generated through the system 12 months before opening date.
  5. Valid Registration Certificate with National Construction Authority (NCA) for the applicable class valid at the date of tender submission.
  6. Certified copy of a valid certificate of registration in a target group issued by National Treasury of the respective County Treasury in the relevant category (Youth, Women and PWD)
  7. Proof of Experience in works of a similar nature and size for each of the last Two years (Applicable to General Bidders only)
  8. Proof of major items of construction equipment owned or leased;
  9. CV’s and copies of qualification certificates of key site management and technical personnel proposed for the Contract;
  10. Audited accounts for the last two years, all the pages must be initialised and stamped by both a practising Auditor registered with ICPAK and one of the Directors (Applicable to General Bidders only)
  11. Bank statements for the last six months. The statements must be certified by the bank on all pages (Applicable to General Bidders only)
  12. Commitment letter from the bidder showing that they will be able to perform if awarded the contract (Youth, Women and PWD)
  13. Authority to seek references from the Tenderer’s bankers.
  14. Current litigation information
  15. Bidders shall sequentially serialise all pages for each tender document submitted.
  16. Bidders must be prequalified in Kericho Region for the relevant category of works
  17. Must provide Identification Cards (I.Ds) or National passports for the Directors (Youth, Women and PWD)
  18. Duly filled, Stamped & Signed form of Bid
  19. Duly filled & Stamped Confidential Business Questionnaire
  20. Duly filled, stamped and signed Power of Attorney form
  21. Dully filled Tender Securing Declaration Form
  22. A copy of Pre-tender site visit certificate
  23. Provide a brief work methodology

 

NOTE

  1. Certification of documents shall be original and executed by a Commissioner for Oaths
  2. No bidder shall be awarded more than one tender as advertised in this notice.

Bidders are requested to download full details of the advertisement and tender documents from the Authority’s Website www.kerra.go.ke with effect from Tuesday 4th December, 2018.

Interested pre-qualified and eligible tenderers may obtain complete tender Documents from the regional office at KeRRA Kericho as Tuesday 4th December, 2018during normal working hours upon payment of a non-refundable fee of Ksh.1, 000 (One Thousand only) deposited directly to Kenya CommercialBank (KCB) as indicated below;

Branch Name               : - Moi Avenue, Nairobi

Account No.                 : - 1114343196

Account Name : - KeRRA A-1-A

Transacted by  : R31.... (Firm name)

The Completed sealed bids in separate envelopes clearly labelled for each Tender No. MUST be submitted to the address below or deposited in the tender box on or before the dates, as indicated in the table below at 10.00 am. Thereafter, opening of the bids will take place at the same venue starting from 10.00 am.

 

 

CONSTITUENCY

DATE

TIME

1

Kipkelion West

Wednesday

December 19th, 2018

10.00 am

2

Belgut

10.00 am

3

Soin/Sigowet

10.00 am

4

Ainamoi

Thursday

December 20th, 2018

10.00 am

5

Kipkelion East

10.00 am

6

Bureti

10.00 am

The Regional Manager,

Kenya Rural Roads Authority,

Kericho Region,

P.O Box 1483,

10% CS BUSIA REGION 2020/2021

                                               WI/27                                             

                               KENYA RURAL ROADS AUTHORITY

                             UPPER WESTERN REGION

              BUSIA OFFICE

                                            

                                                                                                                        INVITATION TO TENDER                                                                      27th April,2021

download advert 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 hereby invites tenders from contractors prequalified in Upper Western Region (Busia Office) under categories C, D & E – Financial Year 2020-2021 for routine maintenance and Spot improvement works, funded vide 10%CS on the road indicated below:

 

S/N

 

ROAD NAME & NO.

 

TENDER NO.

 

CONSTITUENCY

 

BUDGETARY ESTIMATE

      (KSHS)

 

RESERVATIONS

PRETENDER SITE VISIT DATE

OPENING DATE

 

1

KOTUR-KOCHOLIA (D1829) 

KeRRA/011/39/BSA/TN/10%CS/20/21-084

TESO NORTH

9,644,000.00

 

 

 

 

 

 

 

 

  OPEN

Due to the Covid 19 Pandemic, Bidders to make own arrangements to familiarize with the site for appropriate bidding.

3/5/2021 at 10.00am

download

QUALIFICATION FOR TENDERING

 

Mandatory Requirements

   Eligible bidders MUST meet and submit the following with the bid:

  1. Certified copy of Certificate of Incorporation
  2. Certified copy of valid practicing license as a contractor (Roads & Civil Works NCA 6, 7 or 8) Only.
  3. Certified copy of VAT & PIN registration certificate
  4. Copy of Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
  5. Certified copy of CR 12 (Issued within the last 12 months from the tender opening date)
  6. Certified copies of National Identity Cards/Passports of Directors.
  7. Certified copy of Valid Single Business Permit
  8. Certified copies of Log books for ownership of Machines and Equipment. Those hiring Must provide certified copies of Lease Agreements and certified copies of Log books, valid not more than three months from the date of tender opening.
  9. Current Sworn Affidavit not more than 3 months from the tender opening date
  10. Proof of having opened a bank account in the contractor’s name
  11. Form of tender correctly filled, signed & stamped
  12. Confidential Business Questionnaire correctly filled, signed & stamped
  13. Bidders Must serialize sequentially all pages of their tender documents submitted.

NOTE:

  1. All certification of documents shall be original and executed by a Commissioner for Oaths or Notaries Public.
  2. Certificates/ Licenses may be verified from or with the Issuing Authorities or Agencies

 

Other Requirements

As specified in the respective tender document covering the following:

  1. Similar previous experience where applicable
  2. Professional and Technical personnel
  3. Current work load
  4. Litigation History (Provide sworn Affidavit) – executed within 3 months of the tender opening date
  5. Eligibility:
  6. Pre-tender site visit shall be as indicated in the table above
  7. Any form of Canvassing will lead to disqualification

 

Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 28/4/2021. Duly completed tender documents in plain sealed envelopes marked with the respective tender number, project name should be addressed to:

                                          

                                          The Regional Director,

                                          KeRRA Upper Western Region

                                          P.O Box 470-50400

                                          BUSIA

The same should be deposited in the tender box at the KeRRA Busia Office on or before the date of opening as indicated in the table above. Tenders will be opened immediately thereafter at the same venue in the presence of tenderers or their representatives who choose to attend. Late bids will not be accepted.

ENG. JARED OMONDI

REGIONAL DIRECTOR

FY 2023-2024 22% CRC FUNDS FOR ROUTINE & SPOT MAINTENANCE OF ROAD IN KISII REGION

KENYA RURAL ROADS AUTHORITY

TENDER NOTICE

 

Date: 6th October 2023.

FY 2023-2024 22% CRC FUNDS FOR ROUTINE & SPOT MAINTENANCE OF ROAD IN KISII REGION.

The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility for the management, development, rehabilitation and maintenance of roads under Class C, D, E and others.

Kenya Rural Roads Authority (Kisii Region) invites bids from Registered Contractors for projects to be funded through the Fuel Maintenance Levy Fund (RMLF)  in the Kisii Region for Routine maintenance of the following roads.

Interested Bidders MUST be registered with the National Construction Authority (NCA) road works categories as indicated below;

DOWNLOAD TENDER ADVERTISEMENT HERE

 S.N

    Tender No.

Road Name & Code

Preference & Reservation

A

NYARIBARI MASABA CONSTITUENCY

1

KeRRA /08/24/KSI/39/NM/2-46-2023/2024-001

Nyanturago-Matibo (C740)

Youth

2

KeRRA /08/24/KSI/39/NM/2-46-2023/2024-002

Geteri-Kiomiti (C741)

Citizen

3

KeRRA /08/24/KSI/39/NM/2-46-2023/2024-003

Masimba-Metembe (URA1)

Women

4

KeRRA /08/24/KSI/39/NM/2-46-2023/2024-004

Ibacho-Keroka (E6234)

Citizen

5

KeRRA /08/24/KSI/39/NM/2-46-2023/2024-005

Ibacho-Taracha (G65131)

Women

6

KeRRA /08/24/KSI/39/NM/2-46-2023/2024-006

Rianyoka-Amabuko-Giensembe (G65090)

Citizen

7

KeRRA /08/24/KSI/39/NM/2-46-2023/2024-007

Matibo-Njipship (C740)

Youth

8

KeRRA /08/24/KSI/39/NM/2-46-2023/2024-008

Masimba-Kerema –Gesusu Hospital (G65155)

PWD

9

KeRRA /08/24/KSI/39/NM/2-46-2023/2024-009

Rianyakairo - Riombura – Metembe (URA1)

Citizen

10

KeRRA /08/24/KSI/39/NM/2-46-2023/2024-010

Borangi - Kiamokama – Mochengo (G65138)

Citizen

11

KeRRA /08/24/KSI/39/NM/2-46-2023/2024-011

Chingoto - Chitago – Gesabakwa (E6234)

Citizen

12

KeRRA /08/24/KSI/39/NM/2-46-2023/2024-012

Masimba – Matibo (G65152)

Youth

13

KeRRA /08/24/KSI/39/NM/2-46-2023/2024-013

Gesusu-Geteri (G65331)

Citizen

B

KITUTU CHACHE NORTH CONSTITUENCY

14

KeRRA /08/24/KSI/39/KCN/2-46-2023/2024-014

Gesieka-kiomoncha - stane botabori (E6218)

Women

15

KeRRA /08/24/KSI/39/KCN/2-46-2023/2024-015

Nyakome-Gesieka (E6219)

PWD

16

KeRRA /08/24/KSI/39/KCN/2-46-2023/2024-016

Bobaracho- Kemberana - Isecha – Tinga (E1066)

Citizen

17

KeRRA /08/24/KSI/39/KCN/2-46-2023/2024-017

Owalo-Nyakeyo (G64923)

Youth

18

KeRRA /08/24/KSI/39/KCN/2-46-2023/2024-018

Motonto - Kenyoro – Nyakeyo (G64884)

Citizen

19

KeRRA /08/24/KSI/39/KCN/2-46-2023/2024-019

Nyamotaro - Kiomoncha – Nyahera (E6183)

Women

20

KeRRA /08/24/KSI/39/KCN/2-46-2023/2024-020

Tambacha - Masakwe - Nyagonyi - Mbanda (C864)

Citizen

21

KeRRA /08/24/KSI/39/KCN/2-46-2023/2024-021

Mosocho Technical – Kegogi (G64881)

Youth

22

KeRRA /08/24/KSI/39/KCN/2-46-2023/2024-107

Marani-Nyagisenda-Nyagonyi-Mbanda (E6224)

Citizen

23

KeRRA /08/24/KSI/39/KCN/2-46-2023/2024-108

Geturi Junct - Kionganyo Pri. – Magena (G64889)

Citizen

25

KeRRA /08/24/KSI/39/KCN/2-46-2023/2024-109

Kiareni – Gesieka (G64964)

PWD

26

KeRRA /08/24/KSI/39/KCN/2-46-2023/2024-111

Kegogi - Nyaigwa CF – Eronge (G64882)

Citizen

C

BOMACHOGE BORABU CONSTITUENCY

27

KeRRA /08/24/KSI/39/BB/2-46-2023/2024-055

Nyangusu – Riankuru (F6169)

Citizen

28

KeRRA /08/24/KSI/39/BB/2-46-2023/2024-056

Bendera-Transmara Border (G65410)

Citizen

29

KeRRA /08/24/KSI/39/BB/2-46-2023/2024-057

Etono - Randani  -Kiango (G65432)

Citizen

30

KeRRA /08/24/KSI/39/BB/2-46-2023/2024-058

Riokindo-Maroba (G65423)

PWD

31

KeRRA /08/24/KSI/39/BB/2-46-2023/2024-059

Mokubo – Etago (G65493)

Youth

32

KeRRA /08/24/KSI/39/BB/2-46-2023/2024-060

Etago – Magenche (D1955)

Citizen

33

KeRRA /08/24/KSI/39/BB/2-46-2023/2024-061

Kerongo SDA-Samba – Omobera (G65438)

Citizen

34

KeRRA /08/24/KSI/39/BB/2-46-2023/2024-062

Nyamecheo-Tongeri (G65420)

Youth

35

KeRRA /08/24/KSI/39/BB/2-46-2023/2024-063

Magena – Ritembu (G65389 )

Citizen

36

KeRRA /08/24/KSI/39/BB/2-46-2023/2024-064

Riokindo - Kenyambi – Riasa (G65422)

Citizen

37

KeRRA /08/24/KSI/39/BB/2-46-2023/2024-065

Magena – Emesa-Rikura (F6170)

PWD

38

KeRRA /08/24/KSI/39/BB/2-46-2023/2024-066

Riamachuki – Rianyanchabera (G65377)

Citizen

39

KeRRA /08/24/KSI/39/BB/2-46-2023/2024-067

Chingoto - Nyagancha – Riasaa (G65415)

Women

D

KITUTU CHACHE SOUTH CONSTITUENCY

40

KeRRA /08/24/KSI/39/KCS/2-46-2023/2024-081

Nyatieko-Nyakoe (E6225 )

Citizen

41

KeRRA /08/24/KSI/39/KCS/2-46-2023/2024-082

Nyamataro-Iranda (E6226)

Citizen

42

KeRRA /08/24/KSI/39/KCS/2-46-2023/2024-083

Mosocho-Gesieka (G64963)

Women

43

KeRRA /08/24/KSI/39/KCS/2-46-2023/2024-084

Riverside – Gesieka (E6067)

Youth

44

KeRRA /08/24/KSI/39/KCS/2-46-2023/2024-085

Nyatieko - Kiogo – Mogumo (E1929)

Citizen

45

KeRRA /08/24/KSI/39/KCS/2-46-2023/2024-086

Raganga – Mosocho (E6217)

PWD

46

KeRRA /08/24/KSI/39/KCS/2-46-2023/2024-087

Nyabururu – Keore (G64977)

Citizen

47

KeRRA /08/24/KSI/39/KCS/2-46-2023/2024-088

Getare - Riogaro – Jokevilla (U_P26 KISII)

Citizen

48

KeRRA /08/24/KSI/39/KCS/2-46-2023/2024-089

Iranda-Nyanguru (E6224)

Citizen

49

KeRRA /08/24/KSI/39/KCS/2-46-2023/2024-090

Embassy – Keore (G64976)

Citizen

50

KeRRA /08/24/KSI/39/KCS/2-46-2023/2024-091

Dol Kodera-Matieko-Mosocho (G64986)

Women

51

KeRRA /08/24/KSI/39/KCS/2-46-2023/2024-092

Getare - Omotungi – Mogumo (E6227)

Youth

52

KeRRA /08/24/KSI/39/KCS/2-46-2023/2024-093

Roga-Gesieka (E6219)

PWD

E

BONCHARI CONSTITUENCY

53

KeRRA /08/24/KSI/39/BON/2-46-2023/2024-094

Gesero-Gesonso (F6150)

Citizen

54

KeRRA /08/24/KSI/39/BON/2-46-2023/2024-095

Matongo - Igonga – Raganga (E1068)

Women

55

KeRRA /08/24/KSI/39/BON/2-46-2023/2024-096

Riana – Gesonso (C861)

Youth

56

KeRRA /08/24/KSI/39/BON/2-46-2023/2024-097

Kerina - Nyameuru - Nyasagati – Mwata (G65006)

Citizen

57

KeRRA /08/24/KSI/39/BON/2-46-2023/2024-098

Nyabieyo - Airstrip Plaza (G65016)

Women

58

KeRRA /08/24/KSI/39/BON/2-46-2023/2024-099

Nyangoge-Botoro-Itibo (G65003)

PWD

59

KeRRA /08/24/KSI/39/BON/2-46-2023/2024-100

Bogiakumu - Omatayo - Nyauno – Ekereore (G65572)

Citizen

60

KeRRA /08/24/KSI/39/BON/2-46-2023/2024-101

Itierio - Oroche – Sewage (G65005)

PWD

61

KeRRA /08/24/KSI/39/BON/2-46-2023/2024-102

Kerina - Kiorori - Bonyancha - Etureti – Gesero (R28-KISII)

Citizen

62

KeRRA /08/24/KSI/39/BON/2-46-2023/2024-103

Iyabe – Sigisi (G65648)

Youth

63

KeRRA /08/24/KSI/39/BON/2-46-2023/2024-104

Nyamaonde - Metaburo - Bonyaoro – Motonto (E6211)

Citizen

64

KeRRA /08/24/KSI/39/BON/2-46-2023/2024-105

Mwata - Mugori – Nyotoima (G65018)

Citizen

65

KeRRA /08/24/KSI/39/BON/2-46-2023/2024-106

Ekerorano - Kiambiri – Sugununa (D1914)

Citizen

QUALIFICATION FOR TENDERING

Mandatory Requirements

The following MUST be submitted together with the bid;

  1. Copy of Certified Certificate of Incorporation
  2. Current Certificate of Registration with National Construction Authority in the Category NCA (8 and above roadworks Category) together with a valid NCA practicing license for the same.
  3. Copy of Valid Tax Compliance Certificate
  4. Be Registered as a contractor in Kisii Region for open tenders OR Valid AGPO certificate for special Group Category (Youth/Women/PWD)
  5. Current Certified CR12 Certificate (dated within 6 Months before date of opening) from the Registrar of Companies. This should be provided with Identification Documents of Directors and all individuals listed on the CR12. (ID or Passport). For Corporate Directors, CR12 or its equivalent for the corporate directors, Identification Documents for the corporate Director and its directors MUST be provided.
  6. Valid Certified Current Single Business permit.
  7. Tender Security in the amount specified in the tender Data Sheet. The Format to be as issued with this Tender and valid for the period specified under ITT 19. Alteration of the format shall lead to disqualification
  8. Duly filled Tender Securing Declaration Form shall be in the format issued in this Tender and validly executed in accordance with ITT 19. Alteration of the format shall lead to disqualification
  9. Dully, Filled, Signed and Stamped Confidential Business Questionnaire
  10. Duly filled-in and Signed Form of Tender in the Company’s Letter Head Pursuant to ITT 1
  11. Dully filled, Signed and Stamped Bills of Quantities Pursuant to ITT 14
  12. Submit a written power of attorney authorizing the signatory of the bid to commit the Bidder Executed by a Commissioner for Oaths, in accordance with ITT 20.3.
  13. All pages of the Tender Document MUST be Chronologically Serialized (this should be sequential in the format of 1,2,3,4,5…….) from the first page to the last page. Pursuant to ITT 12.1.

 

Other Requirements

As specified in the respective tender document, submit the following;

 

  1. Attach proof of similar previous experience (attach award letters and completion certificates)
  1. Audited Accounts for the last 3 consecutive years
  2. Provide proof of bank account in bidder’s name (Must be within 6 months prior to tender opening date)
  1. Attach proof of equipment holding/hire in the format provided.
  1. Provide evidence on qualification and experience of key site management and technical personnel proposed for the contract.
  1. Declaration of Current ongoing Works
  1. Declare conflicts of interest in accordance with ITT 3.3; provide a sworn-in affidavit executed by a Commissioner for Oaths specific to this tender.
  2. Dully filled, Signed and stamped (With Company Seal/ Rubber Stamp) ALL Tendering Forms and Schedules, given under Section V of the tender document.
  3. Pre-Tender Site Visit Certificate duly endorsed by the Authorized KeRRA Representative (Not applicable)
  4. If Tender is a Joint Venture, should meet the requirements as given Pursuant to ITT3.5.
  5. Provide a Work Methodology relevant to the proposed works.
  6. Bidders to demonstrate that Goods, equipment and services to be supplied under the contract to have their origin in any country that is not determined ineligible under ITT 4.1
  7. Bidders must not have been declared ineligible by the PPRA as described in ITT 3.7
  1. ELIGIBILITY:
    1. To enhance equity, bidders shall bid, but can only be awarded a Maximum of one (1) Tender, in the region
    2. Any form of canvassing will lead to disqualification
    3. Bidders to comply with Section 157 of the Public Procurement and Asset Disposal Act 2015 (PPADA, 2015) on participation of candidates in preference and reservations.

Note

The Bidders to ensure that their rates in the Bills of Quantities are within the known prevailing market rates for road works pursuant to section 70(6) (b) of PPADA, 2015 read together with Regulations 43 (4) of the Public Procurement and Asset Disposal Regulations, 2020.

 All certifications of documents shall be original and executed by a commissioner of oaths or Notaries Public

 

Tender documents may be downloaded free of charge from our website www.kerra.go.ke Kenya Rural Roads Authority from 9th October 2023.

 Pre-Tender Site Visit Certificate duly endorsed by the Authorized KeRRA Representative (NOT APPLICABLE)

A Completed tender document in plain sealed envelopes indicating tender No. and bearing no indication of the tenderer should be addressed to: -

   KISII REGION

Kenya Rural Roads Authority,

P.O. Box 1084-40200,

KISII.

 

Regional Email address:  This email address is being protected from spambots. You need JavaScript enabled to view it.

REGIONAL DIRECTOR

KISII REGION

KENYA RURAL ROADS AUTHORITY

 

Completed tenders must be delivered to the address above so as to be received on or before   Wednesday 18th October, 2023 at 11:00 AM. Bids submitted after this prescribed time shall be rejected.

The opening of bids will be on Wednesday 18th October, 2023 at 11:00 AM at the Regional Director’s Office in the presence of the Bidder’s representatives who choose to witness the opening.

           

  1. Opening of the bids will take place immediately thereafter in the presence of the tenderers or their representatives who choose to attend.
  2. Bids not received at the submission venue by the closing date and time will not be accepted for opening and will be rejected and returned unopened.
  3. Errors in the pricing of the Bills of Quantities will not be corrected. Bidders with such errors will be disqualified.
  4. Bidders with ongoing projects in the region need not to apply.
  5. Bidders are advised to regularly visit the KeRRA website for any information/addendums on the above tender.

The Authority reserves the right to accept or reject any tender and is not bound to accept the lowest of any tender.

  

Eng. W. O. Nyariki

REGIONAL DIRECTOR

GOK & 10% RMLF Bungoma Region

                                                                                          WI/27                                                                

 

                               KENYA RURAL ROADS AUTHORITY

                                              UPPER WESTERN REGION

                                                          BUNGOMA OFFICE

                                            

                                                                                                                              INVITATION TO TENDER                             11th February, 2021

download advert 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 hereby invites tenders from contractors prequalified in Upper Western Region (Bungoma Office) under categories C, D & E – Financial Year 2020-2021 and AGPO eligible firms for routine maintenance and Spot improvement works, funded vide GOK & 10% RMLF by Minister on the roads indicated below:

 

 

S/N

 

ROAD NAME & NO.

 

TENDER NO.

 

CONSTITUENCY

 

BUDGETARY ESTIMATE    (KSHS)

 

RESERVATIONS

PRETENDER SITE VISIT DATE

OPENING DATE

 

1.       

BUKEMBE-MATULO-NAMIREMBE (UG91060)

KeRRA/011/BGM/KDY/GOK DEV/39/20/21-002

KANDUYI

4,999,000.00

OPEN

Due to the Covid 19 Pandemic, Bidders to make own arrangements to familiarize with the site for appropriate bidding.

19/2/2021

download

2.       

MAYANJA – BISUNU – SIRISIA (D1833)

KeRRA/011/BGM/KDY/GOK/39/20/21-053

9,999,000.00

OPEN

download

3.       

A104 NAMBUCHI – NAKHWANA – MUYENGA (MUYENGA-TUNGO BRIDGE) (R14)

 

KeRRA/011/BGM/BML/GOK DEV/39/20/21-003

BUMULA

9,999,000.00

YOUTH

download

4.       

BUMULA – TULUMBA – MAYANJA MAILO

(MAYANJA KIBUKE-MATEKA) (C817)

 

KeRRA/011/BGM/BML/10% MIN/39/20/21-050

4,999,000.00

WOMEN

download

5.       

SANGO MALAKISI- IMANI INTERGRATED

CENTRE (MAYANJA VITUNGUU-MALAKISI)

 

KeRRA/011/BGM/BML/10% MIN/39/20/21-051

4,998,0000.00

OPEN

download

   

 QUALIFICATION FOR TENDERING

 

Mandatory Requirements

   Eligible bidders MUST meet and submit the following with the bid:

  1. Certified copy of Certificate of Incorporation
  2. Certified copy of valid practicing license as a contractor (Roads & Civil Works NCA 6, 7 or 8) Only.
  3. Certified copy of VAT & PIN registration certificate
  4. Copy of Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
  5. Certified copy of CR 12 (Issued within the last 12 months from the tender opening date)
  6. Certified copies of National Identity Cards/Passports of Directors.
  7. Certified copy of Valid Single Business Permit
  8. Certified copy of Valid Certificate of Registration for Access to Government Procurement Opportunities (AGPO), from the National Treasury (For Disadvantaged groups, Women and Youth)
  9. Certified copies of Log books for ownership of Machines and Equipment. Those hiring Must provide certified copies of Lease Agreements and certified copies of Log books, valid not more than three months from the date of tender opening.
  10. Current Sworn Affidavit not more than 3 months from the tender opening date
  11. Proof of having opened a bank account in the contractor’s name
  12. Form of tender correctly filled, signed & stamped
  13. Confidential Business Questionnaire correctly filled, signed & stamped
  14. Authority to seek reference from Contractors’ bankers
  15. Bidders Must serialize sequentially all pages of their tender documents submitted.

NOTE:

  1. All certification of documents shall be original and executed by a Commissioner for Oaths or Notaries Public.
  2. Certificates/ Licenses may be verified from or with the Issuing Authorities or Agencies

Other Requirements

As specified in the respective tender document covering the following:

  1. Similar previous experience where applicable
  2. Professional and Technical personnel
  3. Current work load
  4. Litigation History (Provide sworn Affidavit) – executed within 3 months of the tender opening date
  5. Eligibility:
  6. Pre-tender site visit shall be as indicated in the table above
  7. Any form of Canvassing will lead to disqualification

 

Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 12/2/2021. Duly completed tender documents in plain sealed envelopes marked with the respective tender number, project name should be addressed to:

                                          

                                         

                                        

                                          The Regional Deputy Director,

                                          KeRRA Upper Western Region

                                          P.O Box 1473-50200

                                          BUNGOMA

The same should be deposited in the tender box at the KeRRA Bungoma Office on or before the date of opening as indicated in the table above. Tenders will be opened immediately thereafter at the same venue in the presence of tenderers or their representatives who choose to attend. Late bids will not be accepted.

ENG. JARED OMONDI

REGIONAL DEPUTY DIRECTOR

Kajiado North 10% RMLF 2020/2021 FY

KENYA RURAL ROADS AUTHORITY

KAJIADO REGIONAL OFFICE

P.O.BOX 64,

KAJIADO

                                                                                                                                                                                                       10th February, 2021

 

TENDER NOTICE (10%RMLF) for CRF  2020 – 2021

 

DOWNLOAD TENDER ADVERT HERE

 

Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility to Manage, Develop, Rehabilitate and Maintain Rural Roads.

The Authority invites sealed tenders from PRE-QUALIFIED BIDDERS IN THE REGION for maintenance and improvement of the following Roads in Kajiado North to be funded using (10%RMLF) funds.

Interested bidders should attach relevant documents which will be used as minimum requirements to support their bids.

Road Code

Road Name

Tender No.

Road works Category

Pre-tender site visit Date

Category

Tender Documents

F7005

Kahara - Ngong

KeRRA/11/KJD/39/020/2020 - 2021

C

None

All

DOWNLOAD TENDER DOCUMENT HERE

F7005

Kiserian – Kahara

KeRRA/11/KJD/39/021/2020 - 2021

C

None

All

DOWNLOAD TENDER DOCUMENT HERE

 

1)          SCOPE OF WORKS

              The scope of works is as detailed in the Tender Document

2)          The minimum requirements for Bidding are as follows:

Tenderers shall include the following information and documents with their tenders, unless otherwise stated:

  • Principal place of business;
  • Total monetary value of construction work performed for each of the last five years;
  • Similar previous experience in Road works
  • Major items of construction equipment owned and or signed lease agreement(s);
  • Qualifications and experience of key site management and technical personnel proposed for the Contract;
  • Submit written power of attorney authorizing the signatory to commit the bidder
  • Authority to seek references from the Tenderer’s bankers.
  • Certified copies of Registration with National Construction Authority valid at the date of tender submission
  • Certified copies of Certificate of Incorporation
  • Certified copies of VAT Registration Certificate
  • Certified copies of Valid Tax compliance certificate
  • Certified copies of PIN registration certificate
  • Current litigation information
  • For the special categories (i.e. the youth, women and persons with disabilities), the bidder must be registered under the Public Procurement and Asset Disposal Act, 2015 for Access to Government Procurement Opportunities (AGPO) program
  • Certified copy of CR12 certificate
  • All pages of the tender Document must be serialized sequently from start to the end
  • Attach a brief work methodology
  • Due to the COVID 19 Pandemic, there shall be no Pretender site visit. Bidders are encouraged to acquaint themselves with the site conditions at their own convenience.

Tender documents may be obtained from KeRRA Website: www.kerra.go.ke, from  10th February, 2021

Completed bid documents, to be enclosed in a plain sealed envelope marked with the Tender name and number should be addressed to:

The Deputy Director Roads

Kenya Rural Roads Authority

Kajiado Region

P.O. Box 64 - 01100,

Kajiado

and deposited in the tender box located at the KERRA OFFICES, KAJIADO on or before Wednesday, 24th February 2021 at 10.00 am. Tenders will be opened immediately thereafter and contractors who wish to be present during tender opening can attend. However, the Government Directives on COVID 19 shall be strictly observed.

The Authority reserves the right to accept or reject any tender and is not bound to accept the lowest or any tender

 

 

 

SENIOR SUPPLY CHAIN MANAGEMENT OFFICER

FOR: DEPUTY DIRECTOR ROADS

KISUMU 22% RMLF FY 2022/2023

KENYA RURAL ROADS AUTHORITY

           Tel: 020-200157                                                                                                                                                                                                                Regional Director

                                                                                                                                                                                                                                  Mamboleo Regional Office

           Email: This email address is being protected from spambots. You need JavaScript enabled to view it.                                                                                                                                                                           P.O. Box 1448-40100

           Website: www.kerra.go.ke                                                                                                                                        Kisumu, KENYA

                                                 

 

                                                                                                                                                       9th December, 2022                

TENDER NOTICE

INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS 

 

The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.

Bids are invited from contractors who are pre-qualified for YR 2021-2023 in the respective Constituencies in KeRRA Kisumu Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under 22% RMLF Funds.

DOWNLOAD ADVERT HERE

 

 

     S/No.

ROAD NAME AND CONTRACT NO

Work

Category

Pre-tender site visit date

Contract Type

 

KISUMU CENTRAL CONSTITUENCY

1.

P24_Kisumu: ACCESS TO ST. PAUL KANYAKWAR PRIMARY ROAD

KERRA/008/39/KSM/22% CRC/KSM CENTRAL/2-48-22|23-043

N/A

Friday, 16th December, 2022

Youth

 download

2.

N26_Kisumu: KIREMBE SCH - USOMA BEACH ROAD

KERRA/008/39/KSM/22% CRC/KSM CENTRAL/2-48-22|23-042

N/A

Friday, 16th December, 2022

Women

 download

3.

P206_Kisumu: MIGOSI JUNT – LOLWE ROAD KERRA/008/39/KSM/22% CRC/KSM CENTRAL/2-48-22|23-040

N/A

Friday, 16th December, 2022

Youth

 download

4.

P243: OGANGO - STAR HOSPITAL ROAD KERRA/008/39/KSM/22%CRC/KSM CENTRAL/2-48-22|23-041

N/A

Friday, 16th December, 2022

Persons With Disability

download

5.

N26_Kisumu: OTONGLO-RIAT LOWER ROAD KERRA/008/39/KSM/22% CRC/KSM CENTRAL/2-48-22|23-039

C

Friday, 16th December, 2022

General

download

6.

P71: SEWAGE – RIAT ROAD KERRA/008/39/KSM/22%CRC/KSMCENTRAL/2-48-22|23-038

N/A

Friday, 16th December, 2022

Women

 download

7.

P63_Kisumu: TAKO – KAPUOTHE ROAD KERRA/008/39/KSM/22%CRC/KSMCENTRAL/2-48-22|23-037

C

Friday, 16th December, 2022

General

download

8.

P308_Kisumu: WESTERN WIGWA - RING ROAD KERRA/008/39/KSM/22% CRC/KSM CENTRAL/2-48-22|23-036

C

Friday, 16th December, 2022

General

downloaddownload

KISUMU EAST CONSTITUENCY

1.

C853: CHIGA - DB NYANDO ROAD KERRA/008/39/KSM/22%CRC/KSMEAST/2-48-22|23-031

C

Friday, 16th December, 2022

General

 download

2.

P297_Kisumu: D290 – NYAMASARIA ROAD KERRA/008/39/KSM/22%CRC/KSM EAST/2-48-22|23-035

N/A

Friday, 16th December, 2022

Youth

 download

3.

N28_Kisumu: END OF SLAB – KASETA ROAD KERRA/008/39/KSM/22%CRC/KSM EAST/2-48-22|23-033

C

Friday, 16th December, 2022

General

 download

4.

N28_Kisumu: C853: GITA – FOREST ROAD KERRA/008/39/KSM/22% CRC/KSM EAST/2-48-22|23-034

N/A

Friday, 16th December, 2022

Women

Revised Document download

5.

C853: KIBOS – CHIGA ROAD KERRA/008/39/KSM/22%CRC/KSM EAST/2-48-22|23-032

C

Friday, 16th December, 2022

General

download

KISUMU WEST CONSTITUENCY

1.

F6084: CHULAIMBO – MASENO ROAD KERRA/008/39/KSM/22% CRC/KSM WEST/2-48-22|23-021

N/A

Thursday, 15th December 2022

Women

 download

2.

D1593: KIBOSWA- DARAJA MBILI ROAD KERRA/008/39/KSM/22%CRC/KSMWEST/2-48-22|23-022

C

Thursday, 15th December 2022

General

 download

3.

K13_Kisumu: KISIAN KALOKA ROAD KERRA/008/39/KSM/22%CRC/KSMWEST/2-48-22|23-024

C

Thursday, 15th December 2022

General

 download

4.

P76_KSM: NDERMA- PAW AKUCHE ROAD KERRA/008/39/KSM/22% CRC/KSM WEST/2-48-22|23-023

C

Thursday, 15th December 2022

General

 download

5.

D1893: RIAT NYAHERA ROAD KERRA/008/39/KSM/22% CRC/KSM WEST/2-48-22|23-025

C

Thursday, 15th December 2022

General

 download

6.

D1801: RIAT -SINYOLO-KIGADAHI ROAD KERRA/008/39/KSM/22% CRC/KSM WEST/2-48-22|23-009

N/A

Thursday, 15th December 2022

Youth

 download

MUHORONI CONSTITUENCY

1.

C677: ACHEGO – TAMU ROAD KERRA/008/39/KSM/22% CRC/MUHORONI/2-48-22|23-010

C

Friday, 16th December, 2022

General

 download

2.

E6161: KORU – FORTENAN ROAD KERRA/008/39/KSM/22% CRC/MUHORONI/2-48-22|23-014

C

Friday, 16th December, 2022

General

 download

3.

C852: LIE LANGO – OMBEYI ROAD KERRA/008/39/KSM/22% CRC/MUHORONI/2-48-22|23-011

C

Friday, 16th December, 2022

General

 download

4.

C852: MASOGO – KIBIGORI ROAD KERRA/008/39/KSM/22% CRC/MUHORONI/2-48-22|23-012

N/A

Friday, 16th December, 2022

Youth

 download

5.

C852: OMBEYI – MASOGO ROAD KERRA/008/39/KSM/22% CRC/MUHORONI/2-48-22|23-013

N/A

Friday, 16th December, 2022

Persons With Disability

 download

6.

E6165: SHIRIKA- SAUSET ROAD KERRA/008/39/KSM/22% CRC/MUHORONI/2-48-22|23-015

N/A

Friday, 16th December, 2022

Women

 download

NYAKACH CONSTITUENCY

1.

C758: DIRUBI - SONDU ROAD KERRA/008/39/KSM/22% CRC/NYAKACH/2-48-22|23-029

C

Wednesday, 14th December,2022

General

 download

2.

E6137: KANYAMLORI – CHERWA ROAD KERRA/008/39/KSM/22% CRC/NYAKACH/2-48-22|23-030

C

Wednesday, 14th December,2022

General

 download

3.

E6129: PAP ONDITI- STORE PAMBA ROAD KERRA/008/39/KSM/22% CRC/NYAKACH/2-48-22|23-026

N/A

Wednesday, 14th December,2022

Youth

 download

4.

E6129: PAP ONDITI – BODI ROAD KERRA/008/39/KSM/22% CRC/NYAKACH/2-48-22|23-028

N/A

Wednesday, 14th December,2022

Women

Revised document download

5.

E6132: SANGOROTA - KONG_OU ROAD

KERRA/008/39/KSM/22% CRC/NYAKACH/2-48-22|23-027

C

Wednesday, 14th December,2022

General

 download

NYANDO CONSTITUENCY

1.

D1887: AWACH AWASI ROAD KERRA/008/39/KSM/22% CRC/NYANDO/2-48-22|23-018

C

Wednesday, 14th December,2022

General

 download

2.

C851: LAKE VICTORIA – RIAT ROAD KERRA/008/39/KSM/22% CRC/NYANDO/2-48-22|23-016

C

Wednesday, 14th December,2022

General

 download

3.

E6135: OTHO - ORIEDO – MAGENDO ROAD KERRA/008/39/KSM/22% CRC/NYANDO/2-48-22|23-019

N/A

Wednesday, 14th December,2022

Persons With Disability

 download

4.

G62841: RANJIRA NUR SCH-OKANA NAM ROAD KERRA/008/39/KSM/22% CRC/NYANDO/2-48-22|23-020

N/A

Wednesday, 14th December,2022

Youth

 download

5.

C851: RIAT – AHERO ROAD

KERRA/008/39/KSM/22% CRC/NYANDO/2-48-22|23-017

C

Wednesday, 14th December,2022

General

 download

SEME CONSTITUENCY

1.

E6124: AKADO – KOLWENYO ROAD KERRA/008/39/KSM/22% CRC/SEME/2-48-21|22-001/2-48-22|23-001

C

Thursday, 15th December 2022

General

 download

2.

G62410: ALWALA- KIRINDO ROAD KERRA/008/39/KSM/22% CRC/SEME/2-48-22|23-002

C

Thursday, 15th December 2022

General

 download

3.

G62365: ARITO LANGI- RIAT ROAD KERRA/008/39/KSM/22% CRC/SEME/2-48-22|23-004

N/A

Thursday, 15th December 2022

Women

 download

4.

G62437: KIT MIKAYI - LUNGA PRI. SCH ROAD KERRA/008/39/KSM/22%CRC/SEME/2-48-22|23-006

C

Thursday, 15th December 2022

General

 download

5.

G62404: KONAM - RERU-MANYWANDA ROAD KERRA/008/39/KSM/22% CRC/SEME/2-48-22|23-003

N/A

Thursday, 15th December 2022

Youth

 download

6.

F6082: KORUMBA – KAWEGA ROAD KERRA/008/39/KSM/22% CRC/SEME/2-48-22|23-005

C

Thursday, 15th December 2022

General

 download

7.

G62425: ORENGO - OKIRO – AGWAYA ROAD KERRA/008/39/KSM/22% CRC/SEME/2-48-22|23-007

C

Thursday, 15th December 2022

General

 download

8.

G62371: RERU – OPAPLA ROAD KERRA/008/39/KSM/22% CRC/SEME/2-48-22|23-008

N/A

Thursday, 15th December 2022

Women

 download

 

INSTRUCTIONS TO TENDERES

 

  1. Bidders are advised to give the correct email addresses to ease communication regarding the tendering process.
  1. Bidders who are prequalified in respective work category and Constituencies may tender.
  1. The scope of works for various contracts are as stipulated in Tender Documents and in the pre-qualification work categories that have been outlined above.
  1. Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria are outlined in the Bid document.
  1. Bidders participating under Youth, Women or Persons with Disability Must attach certified copies of their registration certificates issued by National Treasury.
  1. Bidders are required to attach all Company MANDATORY requirements:
  2. Other qualification requirements are as outlined in the Tender Document.
  1. Bidders are requested to continually check the KeRRA website kerra.go.ke for any tender addenda or clarifications that may arise before submission date.
  1. All the Bidders are expected to converge at the KeRRA KISUMU Regional Office, Mamboleo for the Pre-tender site visit briefings on the material day as scheduled on the advertisement notice above.

Interested eligible bidders will download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke from Tuesday 13th December, 2022.

Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:

                                      

Regional Director - Roads,

Kenya Rural Roads Authority,

P.O. Box 1448-40100

KISUMU

 All filled and sealed tenders MUST be submitted not later than 10.00 am on or before Friday 23rd December, 2022 and deposited in the Tender Boxes of the respective constituencies located at the Kisumu Regional Office in Kisumu County, Mamboleo Office.

Due to Covid-19 Pandemic and MOH guidelines on social distancing, opening of the tenders will take place immediately thereafter at Kisumu Regional Office in the presence of a few selected bidders on first come first served basis.

 

NB: Canvassing by tenderers will lead to automatic disqualification.

 

Eng. K. A. Ochieng

Regional Director

KISUMU REGION

Kiswahili Version

MKATABA WA HUDUMA KWA WATEJA

RUWAZA: Kurahisisha Upataji Wa Huduma na Raslimali

DHAMIRA: Kuunda, kusimamia na kutunza barabara za Serikali Kuu za Kisekondari

MAADILI KUU

  • Utawala bora
  • Utaalamu
  • Uzinduzi
  • Uadilifu
  • Usawa
  • Utendakazi kwa pamoja
  • Ushirikiano

 

MWITO: Kuunganisha Magatuzi za Kenya

     Na.

HUDUMA

YANAYOHITAJIKA/MAJUKUMU YA WASHIKA DAU

ADA

MUDA WA KUHUDUMIWA

1.         

Kuhudumia Wateja

Ungwana na uwazi

Hailipishwi

Ndani ya Dakika Kumi (10)

2.         

lalamishi na Maswali

1.  Ukweli na Uadilifu

2.  Kutumia njia rasmi ikijumuisha:

·    Kuja Kibinafsi

·    Kutumia Simu

·    Barua au Barua pepe

·    Sanduku za Maoni

Hailipishwi

Kututembelea Kibinafsi

Dakika Kumi (10)

Barua

Siku 21

Barua pepe

Siku Tatu (3)

Ukaguzi wa Miradi

Siku Kumi (10)

Kazi za Dharura

Masaa 48 (Haitazidi Siku 14)

3.         

Ununuzi wa Bidhaa na Huduma

1.  Uhakikisho wa Kusajiliwa panapohitajika

2.  Kununua stakabadhi zilizohitajika

3.  Kufuata matakwa ya kikandarasi

4.  Kupeana maoni ya ukweli na kwa wakati unaofaa

5.  Kutii sharia na kanuni zote zinazohusika

Kulingana na matangazo

Kulingana na Sheria Rasmi ya Ununuzi wa Mwaka 2015 na Kanuni Zake Zote

4.         

Upangaji wa Mikakakati ya Barabara

1. Kushiriki kwa umma katika vikao maalum vya kutoa maoni  

2. Ushirikiano

3. Maoni ya baadaye

Ulipaji Ushuru

Mipango ya Kimkakati

Miaka Mitano (5)

Mipango ya Kila Mwaka

Miezi sita (6) kabla ya mwisho wa mwaka

Miundo na Michoro ya Barabara

Miezi Sita

Ufuatiliaji na Tathmini

Kila Miaka Miwili

5.         

Ujenzi wa Barabara

1. Kushiriki kwa umma katika vikao maalum vya kutoa maoni  

2. Ushirikiano

3. Maoni ya baadaye

Ulipaji Ushuru

Kuundwa kwa Barabara Mpya

Kulingana na Kandarasi

Kazi za Kidharura

Siku Sitini (60)

Notisi za Umma

Siku Tatu (3)

6.         

Utunzi na Ukarabati wa Barabara

1. Kushiriki kwa umma katika vikao maalum vya kutoa maoni  

2. Ushirikiano

3. Maoni ya baadaye

Tumejitolea kutoa huduma kwa heshima na ubora. Kwa Malalamiko, ombi au maoni  kuhusu huduma na bidhaa zetu, piga ripoti kupitia;

 

Ulipaji Ushuru

Mpangilio wa Kuunda Barabara  Kila Mwaka

Miezi sita (6) kabla ya mwisho wa mwaka

Ukarabati wa Barabara

Kulingana na Kandarasi

Kazi za Kidesturi

Kila Mwaka

7.         

Ruhusa ya ujenzi kwa hifadhi ya barabara

Siku Thelathini (30)

8.         

Malipo ya Bidhaa na Huduma

Kutoa stakabadhi zinazohusika kama vile:

·    Fomu iliyo na taarifa ya Benki  ( Fomu ya KeRRA BD 1))

·    Agizo la Huduma au Ununuzi

·    Ankara/ invoisi

·    Vidokezo vya Uwasilishaji

·    Vyeti sahihi vya malipo yaliyosainiwa

·    Rekodi za upimaji

Hailipishwi

Kazi za Barabara

Kulingana na Kandarasi

Huduma za Ushauri wa Kiutalamu

Kulingana na Kandarasi

Bidhaa na Huduma zinginezo

Siku Thelathini (30)

9.         

Kuajiri

1.  Barua ya maombi

2.  Mahitaji yanayolingana na Matangazo

Hailipishwi

Miezi Mitatu (3)

10.      

Kazi Tarajali

1.  Barua rasmi kutoka shule yako

2.  Barua ya Maombi

3.  Wasifu wako

4.  Jalada la Bima la Kuhusu Fidia

Hailipishwi

Miezi Mitatu (3)

11.      

Kutoa Habari na Taarifa za Umma

1. Ukweli na Uadilifu

2. Toa Malipo Ikiwa  Yataitajika

3.  Kutumia njia rasmi ikijumuisha:

·    Kuja Kibinafsi

·    Kutumia Simu

·    Barua au Barua pepe

·    Sanduku za Maoni

Kulingana na Sheria ya Utoaji Habari na Taarifa kwa Umma

Kututembelea Kibinafsi

Dakika Kumi (10)

Barua

Siku 21

Barua pepe

Siku Tatu (3)

Ukaguzi wa Miradi

Siku Kumi (10)

Ombi la Dharura

Masaa 48 (Haitazidi Siku 14)

                    

Tumejitolea kutoa huduma kwa heshima na ubora. Kwa Malalamiko, ombi au maoni  kuhusu huduma na bidhaa zetu, piga ripoti kupitia;

 

MAHALI PETU PA OFISI:

Almashauri ya Barabara ya Mashinani,

Barabara Plaza-Block B, Barabara ya Aiport South Road

Ikipakana na Barabara ya Mombasa Road, Kenya.

ANWANI ZETU:

S. L. Posta 48151-00100 Nairobi, Kenya.

Simu: (20)7807600-605 AU +254 724735568

Anwani ya barua pepe: This email address is being protected from spambots. You need JavaScript enabled to view it.

Tovuti Yetu: www.kerra.go.ke

AU

Tembelea Ofisi Zetu Zilizo Karibu Nawe Kote Nchini

 

TUME YA USIMAMIZI WA HAKI NA MALALAMISHI YA UMMA (CAJ):

S. L. Posta 20414-00200 Nairobi,Kenya.

Simu: +254(20)2270000/2303000/263765/8030666

Anwani ya barua pepe: This email address is being protected from spambots. You need JavaScript enabled to view it.

Tovuti: www.ombudsman.go.ke

Anani ya Twitter: @kenyasombudsman na Facebook: Ombudsman Kenya  

 

 

MIGORI REGION GOK/Development Funding FY 2022/2023.

   

 

KENYA RURAL ROADS AUTHORITY

INVITATION TO TENDER

 

                                                                                                                                                             Dated:  24th August, 2023

The Kenya Rural Roads Authority hereby invites bids from registered contractors in Migori Region and those registered under AGPO for Routine Maintenance of selected Roads to be funded under the GOK/Development as detailed below: The Advert to be read together with the bid document.

DOWNLOAD ADVERT HERE

 

 

GROUP A: OPEN TO ALL CONTRACTORS

 

 

S/No

Name of Road

Category of Works

Tender No.

Bid bond

 
  1.  

Alara Nyambija-Lwanda Kawuor

Grading &Gravelling

KeRRA/08/MIG/AWEN/GOK/39/22-23/107

200,000.00

download
  1.  

Angaga-Loo Rateng

Grading &Gravelling

KeRRA/08/MIG/AWEN/GOK/39/22-23/108

200,000.00

 download
  1.  

Ang’ogo-Kwe

Grading &Gravelling

KeRRA/08/MIG/AWEN/GOK/39/22-23/109

200,000.00

 download
  1.  

Dede-Modern Market-Kaudha

Grading &Gravelling

KeRRA/08/MIG/AWEN/GOK/39/22-23/110

200,000.00

 download
  1.  

Kabola-Dede-Ranen

Grading &Gravelling

KeRRA/08/MIG/AWEN/GOK/39/22-23/112

200,000.00

 download
  1.  

Kamwaya-Kodeny

Grading &Gravelling

KeRRA/08/MIG/AWEN/GOK/39/22-23/113

200,000.00

 download
  1.  

Kobura-Kajausonga-Madiaba

Grading &Gravelling

KeRRA/08/MIG/AWEN/GOK/39/22-23/114

200,000.00

 download
  1.  

Kodeny-Kodhia

Grading &Gravelling

KeRRA/08/MIG/AWEN/GOK/39/22-23/115

200,000.00

 download
  1.  

Kokuro Kiche-Ombasa-ODM Junction

Grading &Gravelling

KeRRA/08/MIG/AWEN/GOK/39/22-23/116

200,000.00

 download
  1.  

Kwoyo Kodalo-Koyier

Grading &Gravelling

KeRRA/08/MIG/AWEN/GOK/39/22-23/117

200,000.00

 download
  1.  

Lwanda-Kokuro-Pap Kamola

Grading &Gravelling

KeRRA/08/MIG/AWEN/GOK/39/22-23/118

200,000.00

 download
  1.  

Ng’onga-Saka-Lwala

Grading &Gravelling

KeRRA/08/MIG/AWEN/GOK/39/22-23/120

200,000.00

 download
  1.  

Nyang’aya Footbridge-Nyakuru

Grading &Gravelling

KeRRA/08/MIG/AWEN/GOK/39/22-23/121

200,000.00

 download
  1.  

Nyasore-Ang’ogo-Mitwe

Grading &Gravelling

KeRRA/08/MIG/AWEN/GOK/39/22-23/122

200,000.00

 download
  1.  

Nyasore-Kuoyo-Kodalo

Grading &Gravelling

KeRRA/08/MIG/AWEN/GOK/39/22-23/123

200,000.00

 download
  1.  

Otacho-Ranen

Grading &Gravelling

KeRRA/08/MIG/AWEN/GOK/39/22-23/125

200,000.00

 download
  1.  

Sony Junction-Wayagi-Guba-Lianda

Grading &Gravelling

KeRRA/08/MIG/AWEN/GOK/39/22-23/126

200,000.00

 download
  1.  

Utoma-Mahena

Grading &Gravelling

KeRRA/08/MIG/AWEN/GOK/39/22-23/127

200,000.00

 download
  1.  

Yengu-Alara

Grading &Gravelling

KeRRA/08/MIG/AWEN/GOK/39/22-23/128

200,000.00

 download
  1.  

Remachomba-Kengariso SDA

Grading &Gravelling

KeRRA/08/MIG/KW/GOK/39/22-23/142

200,000.00

 download
  1.  

Nyakore-Komorege-Nyanchabo

Grading &Gravelling

KeRRA/08/MIG/KW/GOK/39/22-23/143

200,000.00

 download
  1.  

Nyamasonse-Bogambero

Grading &Gravelling

KeRRA/08/MIG/KW/GOK/39/22-23/144

200,000.00

 download
  1.  

Nyatira-Sagegi

Grading &Gravelling

KeRRA/08/MIG/KW/GOK/39/22-23/145

200,000.00

 download
  1.  

Nyatuoro-Lwanda KOnyango

Grading &Gravelling

KeRRA/08/MIG/NTK/GOK/39/22-23/080

160,000.00

 download
  1.  

Osiri-Magawa

Grading &Gravelling

KeRRA/08/MIG/NTK/GOK/39/22-23/081

160,000.00

 download
  1.  

Kodila-Sango

Grading &Gravelling

KeRRA/08/MIG/SE/GOK/39/22-23/075

140,000.00

 download
  1.  

Rabuor-Mirunga

Grading &Gravelling

KeRRA/08/MIG/SE/GOK/39/22-23/076

140,000.00

 download
  1.  

Radienya-Nyamingo

Grading &Gravelling

KeRRA/08/MIG/SE/GOK/39/22-23/077

N/A

 download
  1.  

Kojea-Kokoto-Nyathira

Grading &Gravelling

KeRRA/08/MIG/SE/GOK/39/22-23/078

140,000.00

 download
  1.  

Rairi-Kangeso Box Culvert

Grading &Gravelling

KeRRA/08/MIG/RON/GOK/39/22-23/131

200,000.00

 download
  1.  

Kanga School-Kuja Old Bridge-Rare-Mitwe

Grading &Gravelling

KeRRA/08/MIG/RON/GOK/39/22-23/132

200,000.00

 download
  1.  

Kogenya-Nyaduya Box Culvert

Grading &Gravelling

KeRRA/08/MIG/RON/GOK/39/22-23/133

200,000.00

 download
  1.  

Pamba Kochuodho-Manyata Box Culvert

Grading &Gravelling

KeRRA/08/MIG/RON/GOK/39/22-23/134

200,000.00

 download
  1.  

Orembe Primary-Kogenya Box Culvert

Grading &Gravelling

KeRRA/08/MIG/RON/GOK/39/22-23/136

200,000.00

 download
  1.  

Misadhi SDA-Siala Primary Box Culvert

Grading &Gravelling

KeRRA/08/MIG/RON/GOK/39/22-23/138

200,000.00

 download
  1.  

Chula-Kitembe-Komito Box Culvert

Grading &Gravelling

KeRRA/08/MIG/RON/GOK/39/22-23/139

200,000.00

 download
  1.  

Arombe-Wiga Girls

Grading &Gravelling

KeRRA/08/MIG/SW/GOK/39/22-23/070

200,000.00

 download
  1. Suna

Suna West TTI

Grading &Gravelling

KeRRA/08/MIG/SW/GOK/39/22-23/072

200,000.00

 download
  1.  

Ragana Dispensary-Kanyaganda

Grading &Gravelling

KeRRA/08/MIG/SW/GOK/39/22-23/073

200,000.00

 download
  1.  

Koguta Junction-Masara Junction

Grading &Gravelling

KeRRA/08/MIG/SW/GOK/39/22-23/074

200,000.00

 download
  1.  

Kadongo-Sigiria-Kawai

Grading &Gravelling

KeRRA/08/MIG/URI/GOK/39/22-23/082

200,000.00

 download
  1.  

Kamara-Kibuye-Masaa Road

Grading &Gravelling

KeRRA/08/MIG/URI/GOK/39/22-23/083

200,000.00

 download
  1.  

Mirunga-Oyani Acess

Grading &Gravelling

KeRRA/08/MIG/URI/GOK/39/22-23/085

200,000.00

 download
  1.  

Andingo School-Awendo

Grading &Gravelling

KeRRA/08/MIG/URI/GOK/39/22-23/086

200,000.00

 download
  1.  

Ayiego-Pala

Grading &Gravelling

KeRRA/08/MIG/URI/GOK/39/22-23/087

200,000.00

 download
  1.  

Odiny Odiny Access Road

Grading &Gravelling

KeRRA/08/MIG/URI/GOK/39/22-23/089

200,000.00

 download
  1.  

Uriri Market Paving lot 1

Cabro Paved Works

KeRRA/08/MIG/URI/GOK/39/22-23/090

200,000.00

 download
  1.  

Uriri Market Paving lot 2

Cabro Paved Works

KeRRA/08/MIG/URI/GOK/39/22-23/091

200,000.00

 download
  1.  

Korwiri Paving

Cabro Paved Works

KeRRA/08/MIG/URI/GOK/39/22-23/092

200,000.00

 download
  1.  

Chunge Nyamasare Box Culvert

Grading &Gravelling

KeRRA/08/MIG/URI/GOK/39/22-23/093

200,000.00

 download
  1.  

Catholic-Odiny Odiny

Grading &Gravelling

KeRRA/08/MIG/URI/GOK/39/22-23/094

200,000.00

 download
  1.  

Lwanda Konyuna School Access

Grading &Gravelling

KeRRA/08/MIG/URI/GOK/39/22-23/095

200,000.00

 download
  1.  

Ramuoma School Access

Grading &Gravelling

KeRRA/08/MIG/URI/GOK/39/22-23/096

200,000.00

 download
  1.  

Chief Kawisa School Access

Grading &Gravelling

KeRRA/08/MIG/URI/GOK/39/22-23/098

200,000.00

 download
  1.  

Runda Access Road

Grading &Gravelling

KeRRA/08/MIG/URI/GOK/39/22-23/099

200,000.00

 download
  1.  

Magongo Bridge

Bridge Works

KeRRA/08/MIG/URI/GOK/39/22-23/100

 

 download
  1.  

Masira-Kokech Bridge

Bridge Works

KeRRA/08/MIG/URI/GOK/39/22-23/101

 

 download
 

GROUP B: RESERVED FOR FIRMS OWNED BY YOUTHS

   
  1.  

Akoko-Aora Jope

Grading &Gravelling

KeRRA/08/MIG/AWEN/GOK/39/22-23/106

 

 download
  1. 1

Kajulu Access Road

Grading &Gravelling

KeRRA/08/MIG/URI/GOK/39/22-23/097

 

 download
  1.  

Kamagambo-Pundo-Nyaburu

Grading &Gravelling

KeRRA/08/MIG/RON/GOK/39/22-23/130

 

 download
  1.  

Obuya SDA-Kojambo

Grading &Gravelling

KeRRA/08/MIG/AWEN/GOK/39/22-23/124

 

 download
  1.  

Magongo-Oyani

Grading &Gravelling

KeRRA/08/MIG/URI/GOK/39/22-23/084

 

 download
 

GROUP C: RESERVED FOR FIRMS OWNED BY WOMEN

   
  1.  

Ogwedhi-Kisindi

Grading &Gravelling

KeRRA/08/MIG/SE/GOK/39/22-23/079

 

 download
  1.  

Yengu-Nyariro-Puro Twang-Nyang’aya

Grading &Gravelling

KeRRA/08/MIG/AWEN/GOK/39/22-23/129

 

 download
  1.  

Kenya Relief-Bishop Okinda

Grading &Gravelling

KeRRA/08/MIG/SW/GOK/39/22-23/071

 

 download
  1.  

Opapo-Opanga-Nyamuga

Grading &Gravelling

KeRRA/08/MIG/RON/GOK/39/22-23/135

 

 download
  1.  

Dede-Madiaba-Kwoyo

Grading &Gravelling

KeRRA/08/MIG/AWEN/GOK/39/22-23/111

 

 download
 

GROUP D: RESERVED FOR FIRMS OWNED BY PERSONS LIVING WITH DISABILITIES (PWD)

   
  1.  

Bware-Stella

Grading &Gravelling

KeRRA/08/MIG/URI/GOK/39/22-23/088

 

 download
  1.  

Junction Korina-Sango-Kudho

Grading &Gravelling

KeRRA/08/MIG/RON/GOK/39/22-23/137

 

 download
  1.  

Manyatta-Sangla Kagak

Grading &Gravelling

KeRRA/08/MIG/AWEN/GOK/39/22-23/119

 

 download
  1.  

Mabera TTI-Kubweye Baptist Church

Grading &Gravelling

KeRRA/08/MIG/KW/GOK/39/22-23/141

 

 download

Interested eligible contractors may obtain tender documents from KeRRA website www.kerra.go.ke.Further information can be obtained from Supply Chain Office in Migori during normal working hours Monday – Friday (8AM _5PM).

Tenderers are requested to apply for the category of works specified above. The following documents MUST be submitted together with the priced bid. Failure to submit these documents will be a reason for disqualification.

  • Certified copy of certificate of Incorporation
  • Certified copy of VAT registration
  • Certified copy of PIN registration
  • Copy of certificate of registration with the National Construction Authority and practicing licence in Category NCA8 and above to be checked online.
  • Valid Tax Compliance Certificate to be confirmed at http://www.kra.go.ke/notices/tcc-checker.html
  • Duly filled Confidential Business Questionnaire (CBQ)
  • Certified Current CR12 (within 12 Months before date of opening) Form from the registrar of companies accompanied by certified copies of directors’ identity cards.
  • All pages of the submitted documents to be Serialised/Paginated (i.e. 1, 2, 3, 4, 5…………………………. Up to the last page)
  • Bank Statement for the last Three months from the date of the advert (June, July, August)
  • Major items of construction equipment owned or leased
  • Authority to seek reference from the Tenderer’s bankers
  • Experience in work of a similar nature and size for the last three years.
  • Qualifications and experience of key site management and technical personnel proposed for the contract.
  • Attach certified Current business Permit
  • Form of tender shall be filled, signed and stamped.
  • Submit a written power of attorney executed by a commissioner of Oaths authorizing the signatory of the bid to commit the bidder.
  • Submission of audited accounts for the last three Years (2020,2021,2022) to demonstrate the soundness of the applicant financial position.
  • Certification of documents shall be original and executed by a commissioner of oaths.
  • Any other information / condition as stipulated in the tender Documents

Bidders applying for tenders reserved for the disadvantaged groups (Youth, Women & Disabled) must provide the following additional information:

  • A copy of certified certificate of registration under the Access to Government Procurement Opportunities (AGPO) Preferences and Reservations program
  • For PWD tenders, attach a valid and certified copy of proof of registration with NCPWD.
  • Contractors under special categories must provide a properly and dully filled signed and stamp tender security declaration form for tender No, 58,59,60,61,62,63,64,65,66,67,68,69,70 and 71 respectively.

Adequacy of qualifications will be determined through an evaluation procedure as described in the bid documents.

Pretender site visit is mandatory and bidders are required to visit site and thereafter collect a duly signed pretender site visit certificate from the respective Constituency Roads Officer.

Completed bid documents in plain sealed envelope clearly marked Tender No. and description, “DO NOT OPEN BEFORE 12th September, 2023 at 11:00 am” should be addressed to the undersigned and deposited in the appropriate tender box situated at the KeRRA Regional Office in Migori.

The tender opening will take place immediately thereafter in the presence of the Tenderers or their representatives who may choose to attend.

 

 

 

 

Eng. Michoma J.N

REGIONAL DIRECTOR

Kenya Rural Roads Authority

MIGORI

MURANGA REGION 10%CS TENDERS

KENYA RURAL ROADS AUTHORITY

                                                                                                                                                                                                                                                  2nd November  2020.                                                                                                                                                                                                                                                                                                                                                                                                                                                                                                        

TENDER NOTICE

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.

Kenya Rural Roads Authority Murang’a Region has received funds for maintenance of various roads in the Region for the Financial Year 2020 – 2021 and invites sealed tenders for the Roads listed below: -

Tender Ref.        

Road No.

Road Name

Brief Description of Major Activities

Target Group

KeRRA/011/MUR/39/10%BY CS-MAR/001/2020-2021

U_G28241

IREMBU - NYERERE (Section 1)

Bush clearing, Culvert installation, Grading &Gravelling works

YOUTH,

WOMEN & PWD

KeRRA/011/MUR/39/10%BY CS-MAR/002/2020-2021

U_G28469

MAKUYU RAILWAY - ATHARA PRIMARY (section 1)

Bush clearing, Culvert installation, Grading &Gravelling works

YOUTH,

WOMEN & PWD

KeRRA/011/MUR/39/10%BY CS-MAR/003/2020-2021

U_G28381

MITHINI - NDARABATI (Section 1)

Drainage excavation, Culvert Installation, stone pitching, Gabion installation, Rock fill, Grading &Gravelling works

OPEN

KeRRA/011/MUR/39/10%BY CS-MAR/004/2020-2021

U_G28241

IREMBU - NYERERE (Section 2)

Gravelling works

PWD

KeRRA/011/MUR/39/10%BY CS-MAR/005/2020-2021

U_G28469

MAKUYU RAILWAY - ATHARA PRIMARY (section 2)

Gravelling works

PWD

KeRRA/011/MUR/39/10%BY CS-MAR/006/2020-2021

U_G28381

MITHINI - NDARABATI (Section 2)

Bush clearing, Grading Gravelling works

YOUTH,

WOMEN & PWD

KeRRA/011/MUR/39/10%BY CS-KAND/007/2020-2021

D1402

MUNGARIA - GITHUMU (Section 01)

Bush clearing, Grading& Gravelling works

YOUTH,

WOMEN & PWD

KeRRA/011/MUR/39/10%BY CS-KAND/008/2020-2021

D1402

MUNGARIA - GITHUMU (Section 02)

Bush clearing, Grading & Gravelling works

YOUTH,

WOMEN & PWD

KeRRA/011/MUR/39/10%BY CS-KAND/009/2020-2021

UNCL. 384

 RUONA - GITHUYA

Bush clearing, Culvert Installation Grading & Gravelling works

YOUTH,

WOMEN & PWD

KeRRA/011/MUR/39/10%BY CS-KAND/010/2020-2021

UNCL. 384

ORPHANAGE - SUNSET(GAICHANGRWARE) - RUONA - GITHUYA

Bush clearing, Culvert Installation Grading & Gravelling works

OPEN

KeRRA/011/MUR/39/10%BY CS-KAND/011/2020-2021

U_G28913

KABATI - GITAIMBWA

Bush clearing, Grading & Gravelling works

PWD

KeRRA/011/MUR/39/10%BY CS-KAND/012/2020-2021

U_G28891

KABATI - GACHARAGE

Bush clearing, Grading & Gravelling works

OPEN

KeRRA/011/MUR/39/10%BY CS-GAT/013/2020-2021

U_G29421

JCT.E503 KIMATTA - JCT.U_G29447 - THITHI RIVER (HA GITIEMU)

Bush clearing, ditch cleaning, concrete, Grading & Gravelling works

OPEN

KeRRA/011/MUR/39/10%BY CS-KIH/014/2020-2021

C505

DB MATHIOYA - JCT B25 MURANGA

Bush clearing, Grading & Gravelling works

OPEN

KeRRA/011/MUR/39/10%BY CS-KIH/015/2020-2021

U_G27410

KIRIA - NGARU (Gathama - Gathagama)

Bush clearing, ditch cleaning, Grading & Gravelling works

YOUTH WOMEN & PWD,

KeRRA/011/MUR/39/10%BY CS-KIH/016/2020-2021

U_G27739

MUKUNGAI - GATHINJIA - WANGU

Bush clearing, ditch cleaning, Grading & Gravelling works

YOUTH WOMEN & PWD,

KeRRA/011/MUR/39/10%BY CS-KIG/017/2020-2021

E2170

MATHAITHI - KANGURUE - KANGARI

Bush clearing, ditch cleaning & Gravelling works

OPEN

KeRRA/011/MUR/39/10%BY CS-KIG/018/2020-2021

U_G28200

Karaba - Kiria

Bush clearing, ditch cleaning, Grading & Gravelling works

OPEN

KeRRA/011/MUR/39/10%BY CS-KIG/019/2020-2021

U_G28648

MATHAREINI - KWA MUCHAI

Bush clearing, ditch cleaning, Grading & Gravelling works

OPEN

KeRRA/011/MUR/39/10%BY CS-KIG/020/2020-2021

U_G27579

Kaumbui - Maisha

Drainage excavation, Culvert Installation, stone pitching, Gabion installation, Rock fill, concrete, Grading &Gravelling works

OPEN

KeRRA/011/MUR/39/10%BY CS-MAT/021/2020-2021

U_G27681

JUSTICE GACHUKI - KAHUAI - WANGONDU RD

Bush clearing, Culvert Installation Grading & Gravelling works

YOUTH,

WOMEN & PWD

KeRRA/011/MUR/39/10%BY CS-KANG/022/2020-2021

U_G27793

IGANJO(GAKIRA) - MARIMIRA

Bush clearing, ditch cleaning, Grading & Gravelling works

OPEN

KeRRA/011/MUR/39/10%BY CS-KANG/023/2020-2021

U_G27910

GATHIMA CHEGE - MATARA KAHARI

Bush clearing, Culvert Installation Grading & Gravelling works

OPEN

KeRRA/011/MUR/39/10%BY CS-KANG/024/2020-2021

U_G27765

JUNCT.E539 IHIGA - JUNCT. E540J1 KARIRAU

Bush clearing, Culvert Installation Grading & Gravelling works

OPEN

KeRRA/011/MUR/39/10%BY CS-KAND/025/2020-2021

U_G28778

GITHUNGURI - GATUMBO BRIDGE -MAI-INI

Bush clearing, ditch cleaning, concrete, Grading & Gravelling works

OPEN

KeRRA/011/MUR/39/10%BY CS-KAND/026/2020-2021

F2259

GITHUMU - RWATHE (Ruona - Mukuria)

Ditch cleaning &Gravelling works

OPEN

KeRRA/011/MUR/39/10%BY CS-KAND/027/2020-2021

F2259

MARIAINI - GITHUMU (Ruona - Mukuria)

Bush clearing, Grading&gravelling

OPEN

KeRRA/011/MUR/39/10%BY CS-KAND/028/2020-2021

E2180

GATITU - KARIMAMWARO

Bush clearing, Grading &gravelling works

YOUTH,

WOMEN & PWD

KeRRA/011/MUR/39/10%BY CS-KAND/029/2020-2021

E2180

GATITU - KARIMAMWARO

Ditch cleaning &Gravelling works

OPEN

KeRRA/011/MUR/39/10%BY CS-KAND/030/2020-2021

E2180

Jct. C502 KNDARA - KARIMA

Bush clearing, Culvert cleaning, culvert installation, Grading & Gravelling works

OPEN

KeRRA/011/MUR/39/10%BY CS-KAND/031/2020-2021

E2180

KARIMA - MWARO (KAMUBERAINI)

Ditch cleaning &Gravelling works

OPEN

KeRRA/011/MUR/39/10%BY CS-KAND/032/2020-2021

U_G28690

KIANGENYE - KIRIKA

Bush clearing, Grading & gravelling works

OPEN

KeRRA/011/MUR/39/10%BY CS-KAND/033/2020-2021

U_G28690

KIANGENYE - KIRIKA

Ditch cleaning &Gravelling works

OPEN

KeRRA/011/MUR/39/10%BY CS-KAND/034/2020-2021

D1397

GATITU - KARIMAMWARO

Bush clearing, Culvert cleaning, culvert installation, Grading & Gravelling works

OPEN

KeRRA/011/MUR/39/10%BY CS-KAND/035/2020-2021

D1397

KARIMAMWARO - GAKUI

Ditch cleaning &Gravelling works

OPEN

KeRRA/011/MUR/39/10%BY CS-KAND/036/2020-2021

U_G28937

CHARAGU - MAHUTIA VILLAGE

Bush clearing, Grading & Gravelling works

OPEN

KeRRA/011/MUR/39/10%BY CS-KAND/037/2020-2021

U_G28937

MAHUTIA VILLAGE - KANDARA HOSPITAL

Ditch cleaning &Gravelling works

OPEN

KeRRA/011/MUR/39/10%BY CS-KAND/038/2020-2021

D1398

 - KAGUMOINI - GATHIMA-KARITI

Bush clearing, Culvert cleaning, culvert installation, concrete Grading &Gravelling works

YOUTH,

WOMEN & PWD

KeRRA/011/MUR/39/10%BY CS-KAND/039/2020-2021

D1398

NJIRA INYA - NDUKA NGURU

Bush clearing, Grading & Gravelling works

OPEN

KeRRA/011/MUR/39/10%BY CS-KAND/040/2020-2021

E2176(E510Y)

 Githioro - Kirigithu

Bush clearing, Ditch cleaning Grading & Gravelling works

OPEN

KeRRA/011/MUR/39/10%BY CS-KAND/041/2020-2021

E2176(E510Y)

Gacharage - Kaguthi

Bush clearing, Ditch cleaning Grading & Gravelling works

YOUTH,

WOMEN & PWD

KeRRA/011/MUR/39/10%BY CS-KAND/042/2020-2021

D1402

MUNGARIA - GITHUMU (Section 03)

Ditch cleaning &Gravelling works

OPEN

KeRRA/011/MUR/39/10%BY CS-KAND/043/2020-2021

D1402

MUNGARIA - GITHUMU (Section 04)

Bush clearing, Ditch cleaning Grading & Gravelling works

OPEN

KeRRA/011/MUR/39/10%BY CS-MAR/044/2020-2021

U_G28254

MARAGUA POLICE - MARAGUA TOWN

 Ditch cleaning Grading & Gravelling works

YOUTH,

WOMEN & PWD

KeRRA/011/MUR/39/10%BY CS-MAR/045/2020-2021

U_G28254

MARAGUA POLICE - MARAGUA TOWN

Gravelling Works

YOUTH,

WOMEN & PWD

KeRRA/011/MUR/39/10%BY CS-MAR/046/2020-2021

U_G28469

MAKUYU RAILWAY - ATHARA PRIMARY (section 3)

Bush clearing, Grading & Gravelling works

OPEN

KeRRA/011/MUR/39/10%BY CS-MAR/047/2020-2021

U_G28469

MAKUYU RAILWAY - ATHARA PRIMARY (section 4)

Gravelling Works

OPEN

KeRRA/011/MUR/39/10%BY CS-MAR/048/2020-2021

UNCL. 344

GIKONO - MANGOTO - KWA BATON

Bush clearing, Culvert Installation, Grading & Gravelling works

OPEN

KeRRA/011/MUR/39/10%BY CS-MAR/049/2020-2021

UNCL. 344

GIKONO - MANGOTO - KWA BATON

Gravelling Works

OPEN

KeRRA/011/MUR/39/10%BY CS-MAR/050/2020-2021

E528

Kaharo - Itaaga

Bush clearing, Grading & Gravelling works

OPEN

KeRRA/011/MUR/39/10%BY CS-MAR/051/2020-2021

U_G28460

JCT. A2 KANDARA - KAGAA

Bush clearing, Ditch cleaning, Culvert Installation, Grading & Gravelling works

YOUTH,

WOMEN & PWD

Bidders MUST meet the following requirements alongside other requirements contained in tender documents: -

  1. Have Valid Tax Compliance Certificate.
  2. Be Prequalified under Category ‘C’ in Respective Constituencies for open category
  3. Attach certified valid special group certificate copy for target group indicated Youth, Women& people with disability
  4. Attach certified copy Current Single Business Permit
  5. Attach copy of valid National Construction Authority Certificate accompanied with a valid practicing license
  6. All pages of Bids Submitted (tender document) must be Serialized Sequentially
  7. Subsequent to presidential directives issued on COVID-19 pandemic there shall be no pre-tender site visit, bidders are advised to make their own personal arrangements to familiarizes themselves with the site before submission of their bids. We will also, enhance covid-19 protocols to keep all of us safe during tender opening.

Tender documents with detailed requirements may be purchased from the office of the Deputy Director, Murang’a Regional Offices situated at Murang’a town upon payment of a Non – refundable fee of Kshs. 1,000 per set in form of Bankers Cheques payable to Kenya Rural Roads Authority during normal working days (Monday – Friday) and hours (8:00am – 5:00pm). Documents can also be downloaded free of charge from kerra website: www.kerra.go.ke

Complete tender documents in Sealed Plain Envelopes marked with Tender Reference (MUR/10%BY CS…) number and Description, without indication of Bidder’s identity, should be sent to the address below or deposited in Tender Box located within the Kenya Rural Roads Authority Murang’a Region Offices.

Deputy Director

Kenya Rural Roads Authority

Murang’a Region

P.O. Box 633-10200,

MURANG’A

So as to be received by 17TH November 2020 at 10:00 am and will be opened immediately thereafter in the presence of bidders’ representatives who may choose to attend.

Eng. J.M. Wanjohi

DEPUTY DIRECTOR

MURANG’A REGION

NYAMIRA 22%RMFL SAVINGS FY 2020-2021

Click to Download TENDER NOTICE

The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility for the management, development, rehabilitation and maintenance of Rural Roads. The Authority invites bids from Eligible construction companies who are Registered in KeRRA Nyamira Region & AGPO Registered Firms to bid for the Routine Maintenance of various Roads as listed below to be financed by the Government of Kenya through the 22%RMLF-SAVINGS FOR FINANCIAL YEAR 2020-2021.

 

No.

 

TENDER NUMBER

ROAD NAME

CONSTITUENCY

ELIGIBILITY

Dowload

1

KeRRA/11/NMR/39/2-47-090-20|21

Esani - Magombo

Kitutu-Masaba

YOUTH

Dowload

2

KeRRA/11/NMR/39/2-47-091-20|21

Karantini - Rikenye (D224) Mochenwa

Kitutu-Masaba

OPEN

Dowload

3

KeRRA/11/NMR/39/2-47-096-20|21

Egetugi-Nyapara

Kitutu-Masaba

OPEN

Dowload

4

KeRRA/11/NMR/39/2-47-095-20|21

Rionyangi - Bumburia (E1071)

West-Mugirango

PWD

Dowload

5

KeRRA/11/NMR/39/2-47-094-20|21

Nyaramba(Tombe Junct) - Isinta - Avocado

North-Mugirango

OPEN

Dowload

6

KeRRA/11/NMR/39/2-47-093-20|21

Mwongori - Mogusii Sec- Mogusii Tea Estate

Borabu

WOMEN

Dowload

 

Scope of Work

The scope of works shall be as described in the bid document.

NOTE:

  • All Certifications of documents SHALL be original and executed by a Commissioner for Oaths or Notaries Public
  • Subsequent to Presidential directives issued on Covid-19 Pandemic there shall be no Pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of the bids. The bidders are also asked to fill, stamp and sign the site visit familiarization form in the document.
  • To enhance equity, Bidders may bid for more than one tender pursuant to this Tender Notice but can only be considered for award of one contract under this Tender Notice.
  • Procurement shall be based on the Post-Qualification Method and the above details will be submitted with the priced bid.
  • Bidders should deposit the documents in the correct Constituency Tender Boxes. Bids deposited in the wrong tender boxes will be returned unopened.
  • Other Requirements are as specified in the respective tender documents.

Tender documents detailing additional requirements, specification and scope of works should be obtained from KeRRA WEBSITE; www.kerra.go.ke  for free. Completed duly serialized tender documents in Wax sealed plain envelopes marked with Tender reference and road name description, without bidder’s identity, should be deposited in the Tender Box (Specified for respective tenders) located in the Regional Office at the Public Works Building or be addressed and sent to;

The Deputy Director,

Kenya Rural Roads Authority-Nyamira Region,

P.O. Box 27-40500,

NYAMIRA

So as to be received on or before Wednesday 2nd June, 2021 at 10:00 AM. Bids submitted after this prescribed time shall be rejected.

Eng.J.M.Obwocha,    

DEPUTY DIRECTOR

 

Our Role

The role of KeRRA is the development, rehabilitation, maintenance and management of rural roads in the country. This is properly stated in the Kenya Roads Act 2007 and will comprise the following functions and duties.

Constructing, upgrading, rehabilitating and maintaining rural roads.Controlling reserves for rural roads and access to roadside developments.Implementing road policies in relation to rural roads.Ensuring adherence by motorists to the rules and guidelines on axle load control prescribed under the Traffic Act or any other existing regulations.Ensuring that the quality of road works is in accordance with such standards as may be defined by the Minister.In collaboration with the Ministry responsible for Transport and the Police Department, overseeing the management of traffic on rural roads and issues related to road safety.

Collecting and collating all such data related to the use of rural roads as may be necessary for efficient forward planning.Monitoring and evaluating the use of rural roadsPlanning the development and maintenance of rural roadsLiaising and co-ordinating with other Authorities in planning and operations in respect of roadsPreparing road work programmes for all rural roadsAdvising the Minister on all issues relating to rural roads; and Performing such other functions related to rural roads as may be directed by the Minister.
The Authority is responsible for the following categories of roads; D,E,F,G,K,L,P,R,s,T,u,W

ROUTINE & SPOT MAINTENANCE OF ROAD IN KAKAMEGA REGION FY 2023-2024 22% & 10% RMLF FUNDS FOR.

 

KENYA RURAL ROADS AUTHORITY

KAKAMEGA REGION

INVITATION TO TENDER NOTICE

Thursday, 23rd October, 2023

Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, within the Ministry of Roads, Transport and Public Works, charged with the responsibility of management, maintenance, rehabilitation and development of Rural Road network in the Country.

In the Financial Year 2023/2024, KeRRA, KAKAMEGA REGION, allocated funds under 22% and 10% RMLF Funds for Routine Maintenance and Spot improvement of various Roadworks projects in, Lugari, Lurambi, likuyani, Mumias West, Khwisero, Navakholo, Shinyalu, Matungu, Malava and Ikolomani Constituencies in the Region and hereby invites bids from interested eligible Contractors Registered in Kakamega Region as well as Special Groups  (AGPO) registered by the National Treasury to carry out the roadworks projects underlisted.

TENDER NO.

TENDER DESCRIPTION

FUNDING VOTE, CONSTITUENCY

RESERVATION

NCA CATEGORY

KERRA/008/KAK/22% RMLF/IKOLOMANI/2-55-23|24-02

 

E9127 MALINYA-LUSUI ROAD

IKOLOMANI

PWD

5 or 6

KERRA/008/KAK/22% RMLF/IKOLOMANI/2-55-23|24-03

E9128 MALINYA-SHIKUMU ROAD

IKOLOMANI

OPEN

5 or 6

KERRA/008/KAK/22% RMLF/IKOLOMANI/2-55-23|24-04

F9068 SHISESO- ISULU- SHIKUMU ROAD

IKOLOMANI

OPEN

5 or 6

KERRA/008/KAK/22% RMLF/IKOLOMANI/2-55-23|24-05

G92805 ILUYA- ITULI ROAD

IKOLOMANI

WOMEN

7 or 8

KERRA/008/KAK/22% RMLF/IKOLOMANI/2-55-23|24-06

G92820 MUMBESTA- IMULIRU- SHIKULU ROAD

IKOLOMANI

OPEN

5 or 6

KERRA/008/KAK/22% RMLF/IKOLOMANI/2-55-23|24-07

G92822 SHIKUMU- KILINGILI ROAD

IKOLOMANI

YOUTH

7 or 8

KERRA/008/KAK/22% RMLF/SHINYALU/2-55-23|24-08

D1770 KAMBIRI-MUKHONJE ROAD

SHINYALU

OPEN

5 or 6

KERRA/008/KAK/22% RMLF/SHINYALU/2-55-23|24-09

D1770 MUKHONJE-CHIROVANI ROAD

SHINYALU

OPEN

5 or 6

ERRA/008/KAK/22% RMLF/SHINYALU/2-55-23|24-11

E9149 SHABWALI-IKWIRENYI ROAD

SHINYALU

WOMEN

5 or 6

KERRA/008/KAK/22% RMLF/SHINYALU/2-55-23|24-12

E9150 SHIBUYE-RIVER MUKHUVITSA ROAD

SHINYALU

OPEN

5 or 6

KERRA/008/KAK/22% RMLF/SHINYALU/2-55-23|24-13

E9152 KHYEGA-SHIBUYE ROAD

SHINYALU

OPEN

5 or 6

ERRA/008/KAK/22% RMLF/SHINYALU/2-55-23|24-14

E9154 MURHANDA – VIREMBE ROAD

SHINYALU

PWD

5 or 6

KERRA/008/KAK/22% RMLF/NAVAKHOLO/2-55-23|24-15

C785 CHEBUYUSI-SAMITSI ROAD

NAVAKHOLO

OPEN

5 or 6

KERRA/008/KAK/22% RMLF/NAVAKHOLO/2-55-23|24-16

C786 BUHERI-R.SIVILE ROAD

NAVAKHOLO

WOMEN

5 or 6

KERRA/008/KAK/22% RMLF/NAVAKHOLO/2-55-23|24-17

D1766 EMUKABA(BRIDGE)- LUKUME ROAD

NAVAKHOLO

PWD

7 or 8

KERRA/008/KAK/22% RMLF/NAVAKHOLO/2-55-23|24-18

D1777 MALAHA-KHARANDA ROAD

NAVAKHOLO

YOUTH

5 or 6

KERRA/008/KAK/22% RMLF/NAVAKHOLO/2-55-23|24-19

D1783 INGOTSE-LUKUME ROAD

NAVAKHOLO

OPEN

5 or 6

KERRA/008/KAK/22% RMLF/NAVAKHOLO/2-55-23|24-20

G92428 KHAUNGA- ECD- NZOIA(SISOKHE- DOROFU) ROAD

NAVAKHOLO

OPEN

5 or 6

KERRA/008/KAK/22% RMLF/NAVAKHOLO/2-55-23|24-21

G92441 NANGANDA- ECD- NAMUKOYE ROAD

NAVAKHOLO

OPEN

7 or 8

 KERRA/008/KAK/22% RMLF/NAVAKHOLO/2-55-23|24-22

G92552 NAKTARE JNCT-KWANDUN ROAD

NAVAKHOLO

OPEN

5 or 6

KERRA/008/KAK/22% RMLF/KHWISERO/2-55-23|24-23

C675 BAMA-LUGOTA-OLEK ROAD

KHWISERO

OPEN

5 or 6

KERRA/008/KAK/22% RMLF/KHWISERO/2-55-23|24-24

C675 ESHITIRI-OMUSABE-OUTIKO ROAD

KHWISERO

OPEN

7 or 8

KERRA/008/KAK/22% RMLF/KHWISERO/2-55-23|24-25

C675 MULUBASA-BAMA-MUTEMBE ROAD

KHWISERO

YOUTH

7 or 8

KERRA/008/KAK/22% RMLF/KHWISERO/2-55-23|24-26

C787 NAMASOLI(BOX CULVERT) ROAD

KHWISERO

OPEN

5 or 6

KERRA/008/KAK/22% RMLF/KHWISERO/2-55-23|24-27

G93386 KONA MBAYA-OPENDA-ELUEDE ROAD

KHWISERO

WOMEN

7 or 8

KERRA/008/KAK/22% RMLF/KHWISERO/2-55-23|24-28

G93390 KHUMSALA-MUSHINGOLO-ESHIROTSA ROAD

KHWISERO

PWD

7 or 8

KERRA/008/KAK/22% RMLF/KHWISERO/2-55-23|24-29

G93399 MULWANDA-MUNYANZA-EMUNGWESO ROAD

KHWISERO

YOUTH

7 or 8

KERRA/008/KAK/22% RMLF/KHWISERO/2-55-23|24-30

G93400 ESHIONGO-EBUTALI-IBIDA-WAMBULI ROAD

KHWISERO

WOMEN

7 or 8

KERRA/008/KAK/22% RMLF/KHWISERO/2-55-23|24-31

G93409 KHUSHUMLA-BOREHOLE ROAD

KHWISERO

OPEN

7 or 8

KERRA/008/KAK/22% RMLF/KHWISERO/2-55-23|24-32

G93433 DUDI-GOT REGEA ROAD

KHWISERO

OPEN

7 or 8

KERRA/008/KAK/22% RMLF/MATUNGU/2-55-23|24-33

G93764 EJINJA-WATOYA ROAD

MATUNGU

OPEN

5 or 6

KERRA/008/KAK/22% RMLF/MATUNGU/2-55-23|24-34

F9092 NAMBEREKEA-MIRERE-JNCT ROAD

MATUNGU

OPEN

5 or 6

KERRA/008/KAK/22% RMLF/MATUNGU/2-55-23|24-35

S6203 PANYAKO-MAKUNDA-MAYONI ROAD

MATUNGU

YOUTH

5 or 6

KERRA/008/KAK/22% RMLF/MATUNGU/2-55-23|24-38

G93775 LUNGANYIRO-RV. NANYENI ROAD

MATUNGU

OPEN

5 or 6

KERRA/008/KAK/22% RMLF/MATUNGU/2-55-23|24-39

F9091 EJINJA- NAMALASIRE ROAD

MATUNGU

WOMEN

5 or 6

 KERRA/008/KAK/22% RMLF/MUMIAS WEST/2-55-23|24-40

G93566 MUSANDA-BUCHIRINYA-ELUKONGO JNCT ROAD

MUMIAS WEST

OPEN

5 or 6

KERRA/008/KAK/22% RMLF/MUMIAS WEST/2-55-23|24-41

K1 MUMIAS-MATAWA-RV. NZOIA ROAD

MUMIAS WEST

PWD

5 or 6

KERRA/008/KAK/22% RMLF/MUMIAS WEST/2-55-23|24-42

E9200 WANG NYANG-IMANGA ROAD

MUMIAS WEST

OPEN

5 or 6

KERRA/008/KAK/22% RMLF/MUMIAS WEST/2-55-23|24-43

E9202 IMANGA JNCT-BUCHIFI-BUTOBE-NYAPETA-OTIATO ROAD

MUMIAS WEST

OPEN

5 or 6

KERRA/008/KAK/22% RMLF/MUMIAS WEST/2-55-23|24-44

E9197 BUNGASI-BUKAYA ROAD

MUMIAS WEST

OPEN

5 or 6

KERRA/008/KAK/22% RMLF/MUMIAS WEST/2-55-23|24-45

G93707 MATAWA-BUCHIFI SCHS-OTIATO ROAD

MUMIAS WEST

YOUTH

5 or 6

KERRA/008/KAK/22% RMLF/LIKUYANI/2-55-23|24-46

D1771 FAFARO-SOYSAMBU ROAD

LIKUYANI

PWD

5 or 6

KERRA/008/KAK/22% RMLF/LIKUYANI/2-55-23|24-47

C623 KONA MBAYA- RV. NZOIA ROAD

LIKUYANI

OPEN

5 or 6

KERRA/008/KAK/22% RMLF/LIKUYANI/2-55-23|24-48

C622 TURBO-KOGO-RV. NZOIA ROAD

LIKUYANI

OPEN

5 or 6

KERRA/008/KAK/22% RMLF/LIKUYANI/2-55-23|24-49

E9112 LIKUYANI-NASIANDA-SOYSAMBU ROAD

LIKUYANI

YOUTH

5 or 6

KERRA/008/KAK/22% RMLF/LIKUYANI/2-55-23|24-50

E9118 MATUNDA-NANGILI ROAD

LIKUYANI

OPEN

5 or 6

KERRA/008/KAK/22% RMLF/LIKUYANI/2-55-23|24-51

E9124 MOIS BRIDGE-TULIENGE ROAD

LIKUYANI

OPEN

5 or 6

KERRA/008/KAK/22% RMLF/MALAVA/2-55-23|24-52

C638 CHIMOI-MANDA(CB NANDI) ROAD

MALAVA

OPEN

5 or 6

KERRA/008/KAK/22% RMLF/MALAVA/2-55-23|24-53

D1769 LUBAO-INGAVIRA ROAD

MALAVA

OPEN

5 or 6

ERRA/008/KAK/22% RMLF/MALAVA/2-55-23|24-54

E9145 MALAVA- MALICHI ROAD

MALAVA

OPEN

5 or 6

KERRA/008/KAK/22% RMLF/MALAVA/2-55-23|24-55

F9077 TANDE – NAMAGARA ROAD

MALAVA

WOMEN

5 or 6

KeRRA/008/KAK/22% RMLF/MALAVA/2-55-23|24-56

G92161 MUKAVAKAVA- SALVATION ARMY JNCT ROAD

MALAVA

OPEN

5 or 6

KERRA/008/KAK/22% RMLF/MALAVA/2-55-23|24-57

G92381 BUTALI-CHEGULO-MATSAKA ROAD

MALAVA

PWD

5 or 6

KERRA/008/KAK/10% RMLF/SHINYALU/2-55-23|24-59

C678 MUSENO – MASIYENZE ROAD

SHINYALU

OPEN

7 or 8

KERRA/008/KAK/10% RMLF/SHINYALU/2-55-23|24-60

C780 KAMBIRI IKOLI ROAD

SHINYALU

YOUTH

5 or 6

KERRA/008/KAK/10% RMLF/SHINYALU/2-55-23|24-61

D1769 MURHANDA - INGAVIRA

SHINYALU

OPEN

5 or 6

KERRA/008/KAK/10% RMLF/SHINYALU/2-55-23|24-62

E9155 MUNDULU ECD-MURHANDA ROAD

SHINYALU

OPEN

5 or 6

KERRA/008/KAK/10% RMLF/NAVAKHOLO/2-55-23|24-63

G92428 MUSAKA-CHEKATA-MUREGU ROAD

NAVAKHOLO

OPEN

5 or 6

KERRA/008/KAK/10% RMLF/NAVAKHOLO/2-55-23|24-64

G92514 EBURENGA- NALUCHIRA ROAD

NAVAKHOLO

PWD

5 or 6

KERRA/008/KAK/10% RMLF/NAVAKHOLO/2-55-23|24-65

G92526 MATIA- EWAMAKHUMBI- SUMEA ROAD

NAVAKHOLO

OPEN

5 or 6

KERRA/008/KAK/10% RMLF/KHWISERO/2-55-23|24-66

C675 MUYAMBULI-EMULUSIO ROAD

KHWISERO

YOUTH

7 or 8

KERRA/008/KAK/10% RMLF/KHWISERO/2-55-23|24-67

E9215 KHWISERO-MWISESHE ROAD

KHWISERO

OPEN

7 or 8

KERRA/008/KAK/10% RMLF/KHWISERO/2-55-23|24-68

G93386 EMULUNYA-ELWANGALE PRI ROAD

KHWISERO

WOMEN

7 or 8

KERRA/008/KAK/10% RMLF/KHWISERO/2-55-23|24-69

G93388 EMALINDI-ESHIMBU-MUNDAHA ROAD

KHWISERO

PWD

7 or 8

KERRA/008/KAK/10% RMLF/KHWISERO/2-55-23|24-70

G93390 KHWISERO-MULWANDA-MUNDEKO ROAD

KHWISERO

OPEN

7 or 8

KERRA/008/KAK/10% RMLF/KHWISERO/2-55-23|24-71

G93401 MWIHILA-ELUKARI-EMWIRU

ROAD

KHWISERO

OPEN

7 or 8

KERRA/008/KAK/10% RMLF/KHWISERO/2-55-23|24-72

G93419 EMAKO-EBUSHIRI ROAD

KHWISERO

OPEN

7 or 8

KERRA/008/KAK/10% RMLF/MATUNGU/2-55-23|24-73

C782 MATUNGU-RV.SIO ROAD

MATUNGU

YOUTH

5 or 6

KERRA/008/KAK/10% RMLF/MATUNGU/2-55-23|24-75

G93756 ST. PAULS JNCT- SAYANGWE- ITETE MKT ROAD

MATUNGU

OPEN

7 or 8

KERRA/008/KAK/10% RMLF/MUMIAS WEST/2-55-23|24-76

G93656 R. RUWE-BURIYA-LUKONGO-YWAYA ROAD

MUMIAS WEST

OPEN

5 or 6

KERRA/008/KAK/10% RMLF/MUMIAS WEST/2-55-23|24-77

G93699 IKHONJE – IYABO ROAD

MUMIAS WEST

WOMEN

5 or 6

KERRA/008/KAK/10% RMLF/MUMIAS WEST/2-55-23|24-78

G93699 AHOINJIO SCHS-SHIKALAME ROAD

MUMIAS WEST

OPEN

5 or 6

KERRA/008/KAK/10% RMLF/LIKUYANI/2-55-23|24-79

C623 MATUNDA POLISE-KONA MBAYA ROAD

LIKUYANI

OPEN

7 or 8

KERRA/008/KAK/10% RMLF/LIKUYANI/2-55-23|24-80

D1554 MURIOLA-LIKUYANI-MUSONYE JUNCT ROAD

LIKUYANI

YOUTH

5 or 6

ERRA/008/KAK/10% RMLF/LIKUYANI/2-55-23|24-81

E9117 NYORTIS – LUGULU ROAD

LIKUYANI

OPEN

7 or 8

KERRA/008/KAK/10% RMLF/LIKUYANI/2-55-23|24-82

D1780 NZOIA  MARKET -MBURURU- MACHINE ROAD

LIKUYANI

OPEN

7 or 8

KERRA/008/KAK/10% RMLF/MALAVA/2-55-23|24-83

C780 MALICHI-KUVASALI ROAD

MALAVA

PWD

5 or 6

KERRA/008/KAK/10% RMLF/MALAVA/2-55-23|24-84

C785 MALAVA-SAMITSI ROAD

MALAVA

OPEN

5 or 6

KERRA/008/KAK/10% RMLF/MALAVA/2-55-23|24-85

G92251 SHIPALA-TANDE ROAD

MALAVA

OPEN

7 or 8

KERRA/008/KAK/10% RMLF/IKOLOMANI/2-55-23|24-86

C678 MUSENO-MPAKA ROAD

IKOLOMANI

OPEN

5 or 6

KERRA/008/KAK/10% RMLF/IKOLOMANI/2-55-23|24-87

E9130 MALIMILI- MUSOLI ROAD

IKOLOMANI

PWD

5 or 6

KERRA/008/KAK/10% RMLF/IKOLOMANI/2-55-23|24-88

E9215 MWITESESHE-SHIKUNGA ROAD

IKOLOMANI

OPEN

5 or 6

KERRA/008/KAK/22% RMLF/LURAMBI/2-55-23|24-89

D1766 EMUKABA-SHIKOTI ROAD

LURAMBI

OPEN

5 or 6

KERRA/008/KAK/22% RMLF/LURAMBI/2-55-23|24-90

D1766 EMUSALA-EMUKABE BRIDGE ROAD

LURAMBI

OPEN

5 or 6

KERRA/008/KAK/22% RMLF/LURAMBI/2-55-23|24-91

D1772 EKONYERO-ESHIONGO-ISONGO ROAD

LURAMBI

OPEN

5 or 6

KERRA/008/KAK/22% RMLF/LURAMBI/2-55-23|24-92

D1772 SHIBULI-MULELE ROAD

LURAMBI

YOUTH

5 or 6

KERRA/008/KAK/22% RMLF/LURAMBI/2-55-23|24-93

G92641 EMUKANGU- ELWAMINYI ROAD

LURAMBI

OPEN

5 or 6

 KERRA/008/KAK/22% RMLF/LURAMBI/2-55-23|24-94

P62 MATENDE-SHIVAKALA ROAD

LURAMBI

WOMEN

5 or 6

KERRA/008/KAK/10% RMLF/LURAMBI/2-55-23|24-95

D1766 EMUKABA-SHIKOTI ROAD

LURAMBI

WOMEN

5 or 6

 KERRA/008/KAK/10% RMLF/LURAMBI/2-55-23|24-96

D1772 EKONYERO-ESHIONGO-ISONGO ROAD

LURAMBI

OPEN

5 or 6

KERRA/008/KAK/10% RMLF/LURAMBI/2-55-23|24-97

P62 MATENDE-SHIVAKALA ROAD

LURAMBI

OPEN

5 or 6

KERRA/008/KAK/10% RMLF/LUGARI/2-55-23|24-98

C650 LUMAKANDA- STENDIKISA ROAD

LUGARI

OPEN

5 or 6

KERRA/008/KAK/10% RMLF/ LUGARI /2-55-23|24-99

C788 LWANDETI-RV NZOIA ROAD

LUGARI

OPEN

5 or 6

KERRA/008/KAK/10% RMLF/ LUGARI /2-55-23|24-100

D1779 MFUTU-LUMAMA-MANYONYI ROAD

LUGARI

PWD

5 or 6

KERRA/008/KAK/22% RMLF/ LUGARI /2-55-23|24-101

D1767 MAKUTANO-SIPANDE ROAD

LUGARI

OPEN

5 or 6

KERRA/008/KAK/22% RMLF/ LUGARI /2-55-23|24-102

D1779 LUGARI HIGH-MAKUTANO ROAD

LUGARI

OPEN

5 or 6

KERRA/008/KAK/22% RMLF/ LUGARI /2-55-23|24-103

E9103 CHEKALINI-MUKHUYU ROAD

LUGARI

YOUTH

5 or 6

KERRA/008/KAK/22% RMLF/ LUGARI /2-55-23|24-104

E9104 CHEKALINI-MUSEMBE ROAD

LUGARI

WOMEN

5 or 6

KERRA/008/KAK/22% RMLF/ LUGARI /2-55-23|24-105

E9063 MANYONYI-ANGATE ROAD

LUGARI

OPEN

5 or 6

Bidders must among other things attach and meet the following requirements:

  • Certified Copy of a Certificate of Incorporation/Business Registration Name.
  • Certified Copy of a valid NCA Roadworks Certificate, NCA.
  • Certified Copy of a valid Annual Roadworks practising License Certificate, NCA.
  • Certified Copy of a Valid Tax Compliance Certificate (TCC).
  • Certified Copy of a PIN Certificate.
  • Certified Copy of the recent CR12 Certificate, which should be within recent 12 months from the date of this advert/notice.
  • Certified Copy of a valid AGPO Certificate issued by the National Treasury, in either of the three specific Groups (Youth, Women or Persons Living with Disabilities).
  • Certified copy of Membership IDs issued by NCPWD, for Physically challenged/Disabled Directors, for AGPO – PWD bids only.
  • Certified Copies of IDs/Passports of all Directors of the Firm.
  • Authority to Seek Reference from the Tenderers Bankers.
  • Proof of a Valid principal place of Business in the form of either; valid Tenancy Agreements/Lease Agreements/Title Deed.
  • Certified copy of a valid Single Business Permits issued by the respective Counties.
  • Litigation History to be dated not later than 6 months from the date of this advert/notice.
  • Serialization and Pagination of bids documents in a sequential manner.

NB:  Authentication and verification of documents submitted will be confirmed from the Respective Issuing Agencies/Authorities.

Certifications should be done by Commissioner of Oaths.

There will be MANDATORY Pre-tender site visits for the tenders to be held on various dates for each of the Constituencies as indicated in the table below.

No.

CONSTITUENCY

DATE

TIME AND VENUE

1

MALAVA

Wednesday, 25th October, 2023

9:30am, KeRRA Kakamega Regional Offices

2

LIKUYANI

Wednesday, 25th October, 2023

9:30am, KeRRA Kakamega Regional Offices

3

SHINYALU

Thursday, 26th October, 2023

9:30am, KeRRA Kakamega Regional Offices

4

NAVAKHOLO

Thursday, 26th October, 2023

9:30am, KeRRA Kakamega Regional Offices

5

LURAMBI

Thursday, 26th October, 2023

9:30am, KeRRA Kakamega Regional Offices

6

MATUNGU

Thursday, 26th October, 2023

9:30am, KeRRA Kakamega Regional Offices

7

MUMIAS WEST

Friday, 27th October, 2023

9:30am, KeRRA Kakamega Regional Offices

8

IKOLOMANI

Friday, 27th October, 2023

9:30am, KeRRA Kakamega Regional Offices

9

KHWISERO

Friday, 27th October, 2023

9:30am, KeRRA Kakamega Regional Offices

10

LUGARI

Friday, 27th October, 2023

9:30am, KeRRA Kakamega Regional Offices

Tender documents detailing additional requirements, specification and scope of works will be obtained from KeRRA Website; www.kerra.go.ke  tenders portal FREE OF CHARGE, as from Wednesday 25th October, 2023.

All clarification on the tenders should be sought in writing through the official Regional Email address: This email address is being protected from spambots. You need JavaScript enabled to view it.

The Completed tender documents are to be placed in Wax sealed plain envelopes marked with Tender number and the road name description and Constituency should be deposited in the Tender Box located at the Kenya Rural Roads Authority, Kakamega Region or be addressed and sent to;

 

The Regional Director,

Kenya Rural Roads Authority, Kakamega Region,

P.O. Box 477-50100,

KAKAMEGA.

 

So as to be received by Monday 6th November, 2023 at 10.00 AM. Opening of bids will take place immediately thereafter in the presence of Tenderers’or representatives who wish to attend. Bids submitted after the closing time and date, shall automatically be rejected.

 

 

 

 

 

Eng. EDWIN CHESEREK

REGIONAL DIRECTOR

KAKAMEGA REGION

 

ROUTINE & SPOT MAINTENANCE OF ROAD IN KISII REGION FOR FY 2023-2024 10% RMLF FUNDS.

KENYA RURAL ROADS AUTHORITY

TENDER NOTICE

 

Date: 13th October 2023.

FY 2023-2024 10% RMLF FUNDS FOR ROUTINE & SPOT MAINTENANCE OF ROAD IN KISII REGION.

The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility for the management, development, rehabilitation and maintenance of roads under Class C, D, E and others.

Kenya Rural Roads Authority (Kisii Region) invites bids from Registered Contractors for projects to be funded through the Fuel Maintenance Levy Fund (RMLF)  in the Kisii Region for Routine maintenance of the following roads.

Interested Bidders MUST be registered with the National Construction Authority (NCA) road works categories as indicated below;

DOWNLOAD ADVERT HERE

 

Tender No.

Road Name & Code

Preference & Reservation

1

KeRRA /08/24/KSI/39/NM/2-46-2023/2024-112

Ibacho-Masimba (E6237)

Youth

2

KeRRA /08/24/KSI/39/NM/2-46-2023/2024-113

Chironge-Ibacho (C894)

Citizen

3

KeRRA /08/24/KSI/39/NM/2-46-2023/2024-114

Ibacho-Chirichiro (C894)

PWD

4

KeRRA /08/24/KSI/39/NM/2-46-2023/2024-115

Gesusu-Kiemenyinga (C891)

Citizen

5

KeRRA /08/24/KSI/39/BB/2-46-2023/2024-116

Eberege-Botaranda (G65492)

PWD

6

KeRRA /08/24/KSI/39/BB/2-46-2023/2024-117

Riamuma-Maiga-Nyamecheo (E6266)

Citizen

7

KeRRA /08/24/KSI/39/BB/2-46-2023/2024-118

Getumo-Omobera (F6172)

Youth

8

KeRRA /08/24/KSI/39/BB/2-46-2023/2024-119

Rianyanchabera-Riyabu-Tongeri (E6265)

Citizen

9

KeRRA /08/24/KSI/39/BOB/2-46-2023/2024-120

Igembe-Riobara (C893)

PWD

10

KeRRA /08/24/KSI/39/BOB/2-46-2023/2024-121

Itumbe-Igare (D206)

Citizen

11

KeRRA /08/24/KSI/39/BOB/2-46-2023/2024-122

Friends-Nyamache (C896)

Citizen

12

KeRRA /08/24/KSI/39/BOB/2-46-2023/2024-123

Nyamache-Bigogo-Riokibeni (G65329)

Women

13

KeRRA /08/24/KSI/39/BOB/2-46-2023/2024-124

Igare-Mogonga (E6261)

Citizen

14

KeRRA /08/24/KSI/39/BC/2-46-2023/2024-125

Sofaset-Egetuki (G65537)

Citizen

15

KeRRA /08/24/KSI/39/BC/2-46-2023/2024-126

Mbaka Corner-Muma-Machengo (G65624)

Youth

16

KeRRA /08/24/KSI/39/BC/2-46-2023/2024-127

Kineni-Nyamasege (G65509)

Women

17

KeRRA /08/24/KSI/39/BC/2-46-2023/2024-128

Itibo-Egetuki-Ikoba (F6173)

Citizen

18

KeRRA /08/24/KSI/39/BC/2-46-2023/2024-129

Omosasa-Getuki-Matagaro (G65549)

Citizen

19

KeRRA /08/24/KSI/39/BON/2-46-2023/2024-130

Itibo-Ekerubo (D1963)

Youth

20

KeRRA /08/24/KSI/39/BON/2-46-2023/2024-131

Luthe Dongo-Nyamatuta

PWD

21

KeRRA /08/24/KSI/39/BON/2-46-2023/2024-132

Nyamira-Bigogo (G65019)

Citizen

22

KeRRA /08/24/KSI/39/BON/2-46-2023/2024-133

Nyamira Junct-Genga-St. Franciscan-Suku (G65019)

Citizen

23

KeRRA /08/24/KSI/39/BON/2-46-2023/2024-135

Nyagwekoa-Ekebuse (G64998)

Women

24

KeRRA /08/24/KSI/39/BON/2-46-2023/2024-153

Kiamori-Ekerore (G64992)

Citizen

25

KeRRA /08/24/KSI/39/KCS/2-46-2023/2024-134

Matongo-Raganga (E1068)

Citizen

26

KeRRA /08/24/KSI/39/KCS/2-46-2023/2024-136

Mogumo-Raganga (E6217)

Citizen

27

KeRRA /08/24/KSI/39/KCS/2-46-2023/2024-137

Moneke-Riamichieka (G64963)

Women

28

KeRRA /08/24/KSI/39/KCS/2-46-2023/2024-138

Nyambera-Nyankongo-Gesarara (E6230)

Citizen

29

KeRRA /08/24/KSI/39/KCS/2-46-2023/2024-154

Nyatieko-Nyabundo (E6227)

PWD

30

KeRRA /08/24/KSI/39/KCS/2-46-2023/2024-139

Riangoko-Moneke-Motemomwamu (D6055)

Youth

31

KeRRA /08/24/KSI/39/NC/2-46-2023/2024-140

Chirichiro-Birongo (C894)

PWD

32

KeRRA /08/24/KSI/39/NC/2-46-2023/2024-141

Nyansancha-Kiamabundu Sec. School (C891)

Citizen

33

KeRRA /08/24/KSI/39/NC/2-46-2023/2024-142

Riobara-Keumbu (C893)

Citizen

34

KeRRA /08/24/KSI/39/NC/2-46-2023/2024-143

Kiemenyinga-Nyabisabo (C891)

Citizen

35

KeRRA /08/24/KSI/39/NC/2-46-2023/2024-144

Menyinkwa-Masongo (D1963)

Women

36

KeRRA /08/24/KSI/39/KCN/2-46-2023/2024-145

Nyatieko-Geturi-Nyakeyo (C863)

Citizen

37

KeRRA /08/24/KSI/39/KCN/2-46-2023/2024-146

Ngenyi-Charachani (C892)

Citizen

38

KeRRA /08/24/KSI/39/KCN/2-46-2023/2024-147

Mrani-Kegogi (C897)

Youth

39

KeRRA /08/24/KSI/39/SM/2-46-2023/2024-148

Nyabera-Nyansembe (C866)

Youth

40

KeRRA /08/24/KSI/39/SM/2-46-2023/2024-149

Mochengo-Gesonso-Nyakembene (G65599)

Citizen

41

KeRRA /08/24/KSI/39/SM/2-46-2023/2024-150

Etago-Mogenda-Geteni-Nyamondo (D1955)

Citizen

42

KeRRA /08/24/KSI/39/SM/2-46-2023/2024-151

Nyandiwa-Mote-Onkoba (F6161)

Citizen

43

KeRRA /08/24/KSI/39/SM/2-46-2023/2024-152

Riosiri-Mosache-Okameri (G65630)

Women

 

 

 

QUALIFICATION FOR TENDERING

Mandatory Requirements

The following MUST be submitted together with the bid;

  1. Copy of Certified Certificate of Incorporation
  2. Current Certificate of Registration with National Construction Authority in the Category NCA (8 and above roadworks Category) together with a valid NCA practicing license for the same.
  3. Copy of Valid Tax Compliance Certificate
  4. Be Registered as a contractor in Kisii Region for open tenders OR Valid AGPO certificate for special Group Category (Youth/Women/PWD)
  5. Current Certified CR12 Certificate (dated within 6 Months before date of opening) from the Registrar of Companies. This should be provided with Identification Documents of Directors and all individuals listed on the CR12. (ID or Passport). For Corporate Directors, CR12 or its equivalent for the corporate directors, Identification Documents for the corporate Director and its directors MUST be provided.
  6. Valid Certified Current Single Business permit.
  7. Tender Security in the amount specified in the tender Data Sheet. The Format to be as issued with this Tender and valid for the period specified under ITT 19. Alteration of the format shall lead to disqualification
  8. Duly filled Tender Securing Declaration Form shall be in the format issued in this Tender and validly executed in accordance with ITT 19. Alteration of the format shall lead to disqualification
  9. Dully, Filled, Signed and Stamped Confidential Business Questionnaire
  10. Duly filled-in and Signed Form of Tender in the Company’s Letter Head Pursuant to ITT 1
  11. Dully filled, Signed and Stamped Bills of Quantities Pursuant to ITT 14
  12. Submit a written power of attorney authorizing the signatory of the bid to commit the Bidder Executed by a Commissioner for Oaths, in accordance with ITT 20.3.
  13. All pages of the Tender Document MUST be Chronologically Serialized (this should be sequential in the format of 1,2,3,4,5…….) from the first page to the last page. Pursuant to ITT 12.1.

 

Other Requirements

As specified in the respective tender document, submit the following;

 

  1. Attach proof of similar previous experience (attach award letters and completion certificates)
  1. Audited Accounts for the last 3 consecutive years
  2. Provide proof of bank account in bidder’s name (Must be within 6 months prior to tender opening date)
  1. Attach proof of equipment holding/hire in the format provided.
  1. Provide evidence on qualification and experience of key site management and technical personnel proposed for the contract.
  1. Declaration of Current ongoing Works
  1. Declare conflicts of interest in accordance with ITT 3.3; provide a sworn-in affidavit executed by a Commissioner for Oaths specific to this tender.
  2. Dully filled, Signed and stamped (With Company Seal/ Rubber Stamp) ALL Tendering Forms and Schedules, given under Section V of the tender document.
  3. Pre-Tender Site Visit Certificate duly endorsed by the Authorized KeRRA Representative (Not applicable)
  4. If Tender is a Joint Venture, should meet the requirements as given Pursuant to ITT3.5.
  5. Provide a Work Methodology relevant to the proposed works.
  6. Bidders to demonstrate that Goods, equipment and services to be supplied under the contract to have their origin in any country that is not determined ineligible under ITT 4.1
  7. Bidders must not have been declared ineligible by the PPRA as described in ITT 3.7
  1. ELIGIBILITY:
    1. To enhance equity, bidders shall bid, but can only be awarded a Maximum of one (1) Tender, in the region
    2. Any form of canvassing will lead to disqualification
    3. Bidders to comply with Section 157 of the Public Procurement and Asset Disposal Act 2015 (PPADA, 2015) on participation of candidates in preference and reservations.

Note

The Bidders to ensure that their rates in the Bills of Quantities are within the known prevailing market rates for road works pursuant to section 70(6) (b) of PPADA, 2015 read together with Regulations 43 (4) of the Public Procurement and Asset Disposal Regulations, 2020.

 All certifications of documents shall be original and executed by a commissioner of oaths or Notaries Public

 

Tender documents may be downloaded free of charge from our website www.kerra.go.ke Kenya Rural Roads Authority from 16th October 2023.

 Pre-Tender Site Visit Certificate duly endorsed by the Authorized KeRRA Representative (NOT APPLICABLE)

A Completed tender document in plain sealed envelopes indicating tender No. and bearing no indication of the tenderer should be addressed to: -

   KISII REGION

Kenya Rural Roads Authority,

P.O. Box 1084-40200,

KISII.

 

Regional Email address:  This email address is being protected from spambots. You need JavaScript enabled to view it.

REGIONAL DIRECTOR

KISII REGION

KENYA RURAL ROADS AUTHORITY

 

Completed tenders must be delivered to the address above so as to be received on or before   Thursday 26th October, 2023 at 11:00 AM. Bids submitted after this prescribed time shall be rejected.

The opening of bids will be on Thursday 26th October, 2023 at 11:00 AM at the Regional Director’s Office in the presence of the Bidder’s representatives who choose to witness the opening.

           

  1. Opening of the bids will take place immediately thereafter in the presence of the tenderers or their representatives who choose to attend.
  2. Bids not received at the submission venue by the closing date and time will not be accepted for opening and will be rejected and returned unopened.
  3. Errors in the pricing of the Bills of Quantities will not be corrected. Bidders with such errors will be disqualified.
  4. Bidders with ongoing projects in the region need not to apply.
  5. Bidders are advised to regularly visit the KeRRA website for any information/addendums on the above tender.

The Authority reserves the right to accept or reject any tender and is not bound to accept the lowest of any tender.

  

Eng. W. O. Nyariki

REGIONAL DIRECTOR

ROUTINE & SPOT MAINTENANCE OF ROAD IN KISII REGION FOR FY 2023-2024 22%CRC FUNDS .

KENYA RURAL ROADS AUTHORITY

TENDER NOTICE

 

Date: 9th October 2023.

FY 2023-2024 22%CRC FUNDS FOR ROUTINE & SPOT MAINTENANCE OF ROAD IN KISII REGION.

The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility for the management, development, rehabilitation and maintenance of roads under Class C, D, E and others.

Kenya Rural Roads Authority (Kisii Region) invites bids from Registered Contractors for projects to be funded through the Fuel Maintenance Levy Fund (RMLF)  in the Kisii Region for Routine maintenance of the following roads.

Interested Bidders MUST be registered with the National Construction Authority (NCA) road works categories as indicated below;

DOWNLOAD TENDER ADVERT HERE

 

 

Tender No.

Road Name & Code

Preference & Reservation

A

BOBASI CONSTITUENCY

1

KeRRA /08/24/KSI/39/BOB/2-46-2023/2024-022

Mogonga-Emenwa (D1953)

Citizen

2

KeRRA /08/24/KSI/39/BOB/2-46-2023/2024-023

Borangi-Mochengo (G65371)

Women

3

KeRRA /08/24/KSI/39/BOB/2-46-2023/2024-024

Mogonga-Nyamache (E6263)

Citizen

4

KeRRA /08/24/KSI/39/BOB/2-46-2023/2024-025

Rise-Nyambunde (E1138)

Youth

5

KeRRA /08/24/KSI/39/BOB/2-46-2023/2024-026

Igare – Borangi (F6164)

Women

6

KeRRA /08/24/KSI/39/BOB/2-46-2023/2024-027

Nyambunde – Riamarube (E1138)

PWD

7

KeRRA /08/24/KSI/39/BOB/2-46-2023/2024-028

Nyamokenye Market - Kinyerere TBC (G65468)

Youth

8

KeRRA /08/24/KSI/39/BOB/2-46-2023/2024-030

Nyangusu – Gesabakwa (F6169)

Citizen

9

KeRRA /08/24/KSI/39/BOB/2-46-2023/2024-031

Riokibeni - Getai - Entankana-Transmara Border (G65342)

Citizen

10

KeRRA /08/24/KSI/39/BOB/2-46-2023/2024-033

Nyansongo-Gitenyi (D1957 )

Citizen

11

KeRRA /08/24/KSI/39/BOB/2-46-2023/2024-111

Rionyoni - Majimazuri – Nyacheki (G65355)

Women

B

SOUTH MUGIRANGO CONSTITUENCY

12

KeRRA /08/24/KSI/39/SM/2-46-2023/2024-034

Riembe - Igare Pri. School (C955)

PWD

13

KeRRA /08/24/KSI/39/SM/2-46-2023/2024-035

Kiagware – Openda (D1950)

Citizen

14

KeRRA /08/24/KSI/39/SM/2-46-2023/2024-036

Nyabine-Suguta-Muma (G65489)

Citizen

15

KeRRA /08/24/KSI/39/SM/2-46-2023/2024-037

Nyabera – Mochengo (F6155)

Citizen

16

KeRRA /08/24/KSI/39/SM/2-46-2023/2024-038

Moticho - Suguta - Maroo – Nyabontono (G65483)

Citizen

17

KeRRA /08/24/KSI/39/SM/2-46-2023/2024-039

Etago – Suguta (G65588)

Women

19

KeRRA /08/24/KSI/39/SM/2-46-2023/2024-040

Suguta-Nyamaiya (D1952)

Women

20

KeRRA /08/24/KSI/39/SM/2-46-2023/2024-041

Ekona – Nyamaiya (G65486)

Youth

21

KeRRA /08/24/KSI/39/SM/2-46-2023/2024-042

Ekona – Eberege (G65588)

Citizen

22

KeRRA /08/24/KSI/39/SM/2-46-2023/2024-043

Nyakembene – Matangamano (F6159)

Citizen

23

KeRRA /08/24/KSI/39/SM/2-46-2023/2024-044

Nduru Pri. Sch. – Kiteere (D1951)

Youth

C

BOMACHOGE CHACHE CONSTITUENCY

24

KeRRA /08/24/KSI/39/BC/2-46-2023/2024-045

Nyansara-Nyamasege (G65508)

PWD

25

KeRRA /08/24/KSI/39/BC/2-46-2023/2024-046

Tendere Junct. - Enamba – Omosocho (G64448)

Citizen

26

KeRRA /08/24/KSI/39/BC/2-46-2023/2024-047

Sameta Junct-Egetuki-Maroba (G65531)

Citizen

27

KeRRA /08/24/KSI/39/BC/2-46-2023/2024-048

Sani-Tunta-Itabago (G65538)

Citizen

28

KeRRA /08/24/KSI/39/BC/2-46-2023/2024-049

Nyamiobo - Riotonyi – Kebege (G65542)

Youth

29

KeRRA /08/24/KSI/39/BC/2-46-2023/2024-050

Buyonge-Nyagenke (URP18)

Citizen

30

KeRRA /08/24/KSI/39/BC/2-46-2023/2024-051

Riamatora – Etora (G65546)

Women

31

KeRRA /08/24/KSI/39/BC/2-46-2023/2024-052

Baraine - Egetono - Nyamoranga - Gakero – Misesi (G65664)

Women

32

KeRRA /08/24/KSI/39/BC/2-46-2023/2024-053

Kebege - Nyamboga – Misesi (G65549)

Citizen

33

KeRRA /08/24/KSI/39/BC/2-46-2023/2024-054

Getumbe - Riamo – Mugambi (G65507)

Citizen

D

NYARIBARI CHACHE CONSTITUENCY

34

KeRRA /08/24/KSI/39/NC/2-46-2023/2024-068

Nyosia - Timani – Nyaguta (G65060 )

Citizen

35

KeRRA /08/24/KSI/39/NC/2-46-2023/2024-069

Kiogoro- Boronyi (G65023)

PWD

36

KeRRA /08/24/KSI/39/NC/2-46-2023/2024-070

Nyabiuto - Nyaguta – Rigena (F6147)

Citizen

37

KeRRA /08/24/KSI/39/NC/2-46-2023/2024-071

Keumbu –Kebobora- Chindwani (E6233)

Youth

38

KeRRA /08/24/KSI/39/NC/2-46-2023/2024-072

Nyabiosi – Riamacharia (G65071)

Citizen

39

KeRRA /08/24/KSI/39/NC/2-46-2023/2024-073

Keumbu - Riondonga – Nyanturago (E6233)

Citizen

40

KeRRA /08/24/KSI/39/NC/2-46-2023/2024-074

Amariba-Nyambunde (E6207)

Citizen

41

KeRRA /08/24/KSI/39/NC/2-46-2023/2024-075

Boruma-Birongo (G65044)

Citizen

42

KeRRA /08/24/KSI/39/NC/2-46-2023/2024-076

Birongo-Nyaturubo- Nyankororo (G65045)

Citizen

43

KeRRA /08/24/KSI/39/NC/2-46-2023/2024-077

Nyanturago – Chirichiro (F6145)

Citizen

44

KeRRA /08/24/KSI/39/NC/2-46-2023/2024-078

Rianyachae – Keumbu (G65060)

Youth

45

KeRRA /08/24/KSI/39/NC/2-46-2023/2024-079

Menyikwa- Nyansancha – Kiamabundu (K16)

Women

46

KeRRA /08/24/KSI/39/NC/2-46-2023/2024-080

Nyanturago-Matierio (G65111)

Women

 

 

 

 

 

 

QUALIFICATION FOR TENDERING

Mandatory Requirements

The following MUST be submitted together with the bid;

  1. Copy of Certified Certificate of Incorporation
  2. Current Certificate of Registration with National Construction Authority in the Category NCA (8 and above roadworks Category) together with a valid NCA practicing license for the same.
  3. Copy of Valid Tax Compliance Certificate
  4. Be Registered as a contractor in Kisii Region for open tenders OR Valid AGPO certificate for special Group Category (Youth/Women/PWD)
  5. Current Certified CR12 Certificate (dated within 6 Months before date of opening) from the Registrar of Companies. This should be provided with Identification Documents of Directors and all individuals listed on the CR12. (ID or Passport). For Corporate Directors, CR12 or its equivalent for the corporate directors, Identification Documents for the corporate Director and its directors MUST be provided.
  6. Valid Certified Current Single Business permit.
  7. Tender Security in the amount specified in the tender Data Sheet. The Format to be as issued with this Tender and valid for the period specified under ITT 19. Alteration of the format shall lead to disqualification
  8. Duly filled Tender Securing Declaration Form shall be in the format issued in this Tender and validly executed in accordance with ITT 19. Alteration of the format shall lead to disqualification
  9. Dully, Filled, Signed and Stamped Confidential Business Questionnaire
  10. Duly filled-in and Signed Form of Tender in the Company’s Letter Head Pursuant to ITT 1
  11. Dully filled, Signed and Stamped Bills of Quantities Pursuant to ITT 14
  12. Submit a written power of attorney authorizing the signatory of the bid to commit the Bidder Executed by a Commissioner for Oaths, in accordance with ITT 20.3.
  13. All pages of the Tender Document MUST be Chronologically Serialized (this should be sequential in the format of 1,2,3,4,5…….) from the first page to the last page. Pursuant to ITT 12.1.

 

Other Requirements

As specified in the respective tender document, submit the following;

 

  1. Attach proof of similar previous experience (attach award letters and completion certificates)
  1. Audited Accounts for the last 3 consecutive years
  2. Provide proof of bank account in bidder’s name (Must be within 6 months prior to tender opening date)
  1. Attach proof of equipment holding/hire in the format provided.
  1. Provide evidence on qualification and experience of key site management and technical personnel proposed for the contract.
  1. Declaration of Current ongoing Works
  1. Declare conflicts of interest in accordance with ITT 3.3; provide a sworn-in affidavit executed by a Commissioner for Oaths specific to this tender.
  2. Dully filled, Signed and stamped (With Company Seal/ Rubber Stamp) ALL Tendering Forms and Schedules, given under Section V of the tender document.
  3. Pre-Tender Site Visit Certificate duly endorsed by the Authorized KeRRA Representative (Not applicable)
  4. If Tender is a Joint Venture, should meet the requirements as given Pursuant to ITT3.5.
  5. Provide a Work Methodology relevant to the proposed works.
  6. Bidders to demonstrate that Goods, equipment and services to be supplied under the contract to have their origin in any country that is not determined ineligible under ITT 4.1
  7. Bidders must not have been declared ineligible by the PPRA as described in ITT 3.7
  1. ELIGIBILITY:
    1. To enhance equity, bidders shall bid, but can only be awarded a Maximum of one (1) Tender, in the region
    2. Any form of canvassing will lead to disqualification
    3. Bidders to comply with Section 157 of the Public Procurement and Asset Disposal Act 2015 (PPADA, 2015) on participation of candidates in preference and reservations.

Note

The Bidders to ensure that their rates in the Bills of Quantities are within the known prevailing market rates for road works pursuant to section 70(6) (b) of PPADA, 2015 read together with Regulations 43 (4) of the Public Procurement and Asset Disposal Regulations, 2020.

 All certifications of documents shall be original and executed by a commissioner of oaths or Notaries Public

 

Tender documents may be downloaded free of charge from our website www.kerra.go.ke Kenya Rural Roads Authority from 9th October 2023.

 Pre-Tender Site Visit Certificate duly endorsed by the Authorized KeRRA Representative (NOT APPLICABLE)

A Completed tender document in plain sealed envelopes indicating tender No. and bearing no indication of the tenderer should be addressed to: -

   KISII REGION

Kenya Rural Roads Authority,

P.O. Box 1084-40200,

KISII.

 

Regional Email address:  This email address is being protected from spambots. You need JavaScript enabled to view it.

REGIONAL DIRECTOR

KISII REGION

KENYA RURAL ROADS AUTHORITY

 

Completed tenders must be delivered to the address above so as to be received on or before   Thursday 19th October, 2023 at 11:00 AM. Bids submitted after this prescribed time shall be rejected.

The opening of bids will be on Thursday 19th October, 2023 at 11:00 AM at the Regional Director’s Office in the presence of the Bidder’s representatives who choose to witness the opening.

           

  1. Opening of the bids will take place immediately thereafter in the presence of the tenderers or their representatives who choose to attend.
  2. Bids not received at the submission venue by the closing date and time will not be accepted for opening and will be rejected and returned unopened.
  3. Errors in the pricing of the Bills of Quantities will not be corrected. Bidders with such errors will be disqualified.
  4. Bidders with ongoing projects in the region need not to apply.
  5. Bidders are advised to regularly visit the KeRRA website for any information/addendums on the above tender.

The Authority reserves the right to accept or reject any tender and is not bound to accept the lowest of any tender.

  

Eng. W. O. Nyariki

REGIONAL DIRECTOR

Routine Maintenance Works FY 2023-24 - KIAMBU REGION

23rd JULY 2024                               

KENYA RURAL ROADS AUTHORITY

KIAMBU REGION

TENDER NOTICE

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, Kiambu Region hereby invites bids from eligible construction Companies to bid for Routine Maintenance Works on Various Roads in the region for the Financial Year 2023/2024.

Eligible bidders must be registered in category C, in the region. (Bidders for Projects under Youth, Women and PWD need no prior registration in the region. However, they must attach the relevant AGPO Certificates.)

Bidders are requested to download full details of tender documents from Authorities Website.www.kerra.go.ke/http://www.kerra.go.ke with effect from Friday  26th July, 2024.

No

Tender_Number

Tender_Description

Cluster

Tender Document Download

Eligibility

1

KeRRA/08/KBU/39/KF1/167-23/24

D407 Maramba - Weathercork

KIAMBU/003

 Download Document

PWD

2

KeRRA/08/KBU/39/KF1/171-23/24

Karabuta - PCEA Junction

KIAMBU/001

 Download Document

WOMEN

3

KeRRA/08/KBU/39/KF1/172-23/24

Nduma - Kiroe Rd

KIAMBU/001

 Download Document

YOUTH

4

KeRRA/08/KBU/39/KF1/175-23/24

Joy Centre - Ha Cira - Kanyanjara Rd

KIAMBU/001

 Download Document

YOUTH

5

KeRRA/08/KBU/39/KF1/176-23/24

Kwa Njau - Kimachia

KIAMBU/012

 Download Document

PWD

6

KeRRA/08/KBU/39/KF1/174-23/24

Catholic - Chege Mbitiru

KIAMBU/001

 Download Document

WOMEN

7

KeRRA/08/KBU/39/KF1/177-23/24

St Marks - St Tito Rd

KIAMBU/012

Download Document

WOMEN

8

KeRRA/08/KBU/39/KF1/178-23/24

Uthiru - Wajimmy Rd

KIAMBU/012

 Download Document

YOUTH

9

KeRRA/08/KBU/39/KF1/181-23/24

Githirioni - Kwa Saidi

KIAMBU/010

 Download Document

YOUTH

10

KeRRA/08/KBU/39/KF1/183-23/24

Mununga - Muimua Njenga

KIAMBU/002

 Download Document

WOMEN

11

KeRRA/08/KBU/39/KF1/184-23/24

Kigumo - Gatitu Rd

KIAMBU/002

 Download Document

YOUTH

12

KeRRA/08/KBU/39/KF1/185-23/24

Mitero - Kamwangi

KIAMBU/008

 Download Document

PWD

13

KeRRA/08/KBU/39/KF1/186-23/24

Igegania - Gakeu

KIAMBU/008

 Download Document

WOMEN

14

KeRRA/08/KBU/39/KF1/187-23/24

Aipcea - Marigu -ini

KIAMBU/005

 Download Document

YOUTH

15

KeRRA/08/KBU/39/KF1/188-23/24

Palmview - ACK Kanunga

KIAMBU/005

 Download Document

PWD

16

KeRRA/08/KBU/39/KF1/173-23/24

Chunga Mali - Bishop Maina

KIAMBU/001

 Download Document

PWD

17

KeRRA/08/KBU/39/KF1/155-23/24

Bombolulu - Kisii Est Road

KIAMBU/004

 Download Document

REGISTERED

18

KeRRA/08/KBU/39/KF1/156-23/24

Jua kali - Egen Road

KIAMBU/004

 Download Document

REGISTERED

19

KeRRA/08/KBU/39/KF1/159-23/24

Kabui - Rukubi Road

KIAMBU/012

 Download Document

REGISTERED

20

KeRRA/08/KBU/39/KF1/160-23/24

Kiangotho Road

KIAMBU/012

 Download Document

PWD

21

KeRRA/08/KBU/39/KF1/161-23/24

Daisy road

KIAMBU/006

 Download Document

REGISTERED

22

KeRRA/08/KBU/39/KF1/162-23/24

Kimanga Road

KIAMBU/006

 Download Document

REGISTERED

23

KeRRA/08/KBU/39/KF1/163-23/24

Gichore Road

KIAMBU/006

 Download Document

WOMEN

24

KeRRA/08/KBU/39/KF1/164-23/24

Milimani Road

KIAMBU/011

 Download Document

REGISTERED

25

KeRRA/08/KBU/39/KF1/165-23/24

Karen Road

KIAMBU/006

 Download Document

REGISTERED

26

KeRRA/08/KBU/39/KF1/166-23/24

Miberethi Inana Road (Jehova Witness)

KIAMBU/006

 Download Document

PWD

27

KeRRA/08/KBU/39/KF1/189-23/24

Muhathi - Governors office

KIAMBU/005

 Download Document

YOUTH

28

KeRRA/08/KBU/39/KF1/190-23/24

Nderi -Muguga High Road

KIAMBU/001

 Download Document

WOMEN

29

KeRRA/08/KBU/39/KF1/193-23/24

Holly Land - Rosper - Makaburi

KIAMBU/005

 Download Document

PWD

30

KeRRA/08/KBU/39/KF1/194-23/24

Maramba - Varsity-Highland

KIAMBU/011

 Download Document

REGISTERED

31

KeRRA/08/KBU/39/KF1/196-23/24

Access Gathugu village/tea Buying centre

KIAMBU/008

 Download Document

YOUTH

32

KeRRA/08/KBU/39/KF1/192-23/24

Kiamumbi Mary immaculate Church - Kosovo - Mchamba Road

KIAMBU/005

 Download Document

REGISTERED

33

KeRRA/08/KBU/39/KF1/198-23/24

Kibau-ini - kimaruri Road

KIAMBU/007

 Download Document

REGISTERED

34

KeRRA/08/KBU/39/KF1/199-23/24

Mutunguru - Mathage

KIAMBU/007

 Download Document

WOMEN

35

KeRRA/08/KBU/39/KF1/203-23/24

Kinyogori-Welcome-Fountain Rd Kihingo - Joram - mwaura - Roromo - A104

KIAMBU/003

 Download Document

REGISTERED

36

KeRRA/08/KBU/39/KF1/204-23/24

Kiawarogo Primary School - Muna Village to chiefs office road

KIAMBU/003

 Download Document

REGISTERED

37

KeRRA/08/KBU/39/KF1/205-23/24

Kilimambogo Access Road

KIAMBU/009

 Download Document

YOUTH

38

KeRRA/08/KBU/39/KF1/206-23/24

Kiratina - I trade Access Road

KIAMBU/009

 Download Document

REGISTERED

39

KeRRA/08/KBU/39/KF1/207-23/24

Kimuri Access Road

KIAMBU/009

 Download Document

REGISTERED

40

KeRRA/08/KBU/39/KF1/208-23/24

Chege Wa maji - High point road

KIAMBU/011

 Download Document

WOMEN

41

KeRRA/08/KBU/39/KF1/209-23/24

Juja market - Juja police station

KIAMBU/011

 Download Document

REGISTERED

42

KeRRA/08/KBU/39/KF1/210-23/24

Full gospel -Seagul Juja

KIAMBU/011

 Download Document

REGISTERED

43

KeRRA/08/KBU/39/KF1/211-23/24

Breeze Park estate juja -Serengeti lane

KIAMBU/011

 Download Document

PWD

44

KeRRA/08/KBU/39/KF1/212-23/24

JCT A2 Ndarugo - Nyacaba

KIAMBU/011

 Download Document

REGISTERED

45

KeRRA/08/KBU/39/KF1/213-23/24

Zone T - Ndurumo Road

KIAMBU/011

 Download Document

REGISTERED

46

KeRRA/08/KBU/39/KF1/214-23/24

Wangige - Muthumu Loops

KIAMBU/012

 Download Document

YOUTH

47

KeRRA/08/KBU/39/KF1/215-23/24

Jun Waiganjo - Thaara Road

KIAMBU/007

 Download Document

REGISTERED

48

KeRRA/08/KBU/39/KF1/216-23/24

Kiaworia - Jun Kibichoi

KIAMBU/002

 Download Document

REGISTERED

49

KeRRA/08/KBU/39/KF1/217-23/24

Gatwikira road

KIAMBU/007

 Download Document

WOMEN

50

KeRRA/08/KBU/39/KF1/218-23/24

Fort Jesus - St. Monicah church Road

KIAMBU/009

 Download Document

REGISTERED

51

KeRRA/08/KBU/39/KF1/219-23/24

Ngarariga - Highway A8 Road

KIAMBU/003

 Download Document

REGISTERED

52

KeRRA/08/KBU/39/KF1/220-23/24

Varsity Ville 1st & 2nd Avenue Road

KIAMBU/009

 Download Document

PWD

53

KeRRA/08/KBU/39/KF1/221-23/24

Kiguaro Drive Road

KIAMBU/006

 Download Document

REGISTERED

54

KeRRA/08/KBU/39/KF1/222-23/24

Access to Kawaida cemetry

KIAMBU/006

 Download Document

REGISTERED

55

KeRRA/08/KBU/39/KF1/223-23/24

Gatei Primary - Slaughter - Kwa Mwangi

KIAMBU/008

 Download Document

YOUTH

56

KeRRA/08/KBU/39/KF2/226-23/24

Kawanjau - Sacred Heart Muchatha Road

KIAMBU/006

 Download Document

YOUTH

57

KeRRA/08/KBU/39/KF2/227-23/24

Molo - Muchatha Dispensary

KIAMBU/006

 Download Document

REGISTERED

58

KeRRA/08/KBU/39/KF2/224-23/24

Imani Baptist Church - White Hse - Miritini - Aipcea Rd

KIAMBU/003

 Download Document

REGISTERED

59

KeRRA/08/KBU/39/KF2/261-23/24

St. John Catholic Church Manjiri - Manjiri Social Hall - St.Julien Prayer Centre

KIAMBU/003

 Download Document

REGISTERED

60

KeRRA/08/KBU/39/KF2/228-23/24

Salama Estate Access Road

KIAMBU/004

 Download Document

REGISTERED

61

KeRRA/08/KBU/39/KF2/229-23/24

Runyua - Maryhill

KIAMBU/004

 Download Document

PWD

62

KeRRA/08/KBU/39/KF2/230-23/24

Light House - Kiratina Road

KIAMBU/009

 Download Document

PWD

63

KeRRA/08/KBU/39/KF2/237-23/24

Kihunguro Access Road

KIAMBU/009

 Download Document

REGISTERED

64

KeRRA/08/KBU/39/KF2/238-23/24

Railways - St Monica Road

KIAMBU/009

 Download Document

PWD

65

KeRRA/08/KBU/39/KF2/239-23/24

Corner - St Paul Hospital Road

KIAMBU/009

 Download Document

REGISTERED

66

KeRRA/08/KBU/39/KF2/240-23/24

Bypass - Ruiru Star Road

KIAMBU/009

 Download Document

REGISTERED

67

KeRRA/08/KBU/39/KF2/241-23/24

Mutuya Primary Access Road

KIAMBU/009

 Download Document

WOMEN

68

KeRRA/08/KBU/39/KF2/231-23/24

Waithaka - Machua Road

KIAMBU/005

 Download Document

REGISTERED

69

KeRRA/08/KBU/39/KF2/235-23/24

Kwa Saidi - Kambaa Road

KIAMBU/010

 Download Document

YOUTH

70

KeRRA/08/KBU/39/KF2/242-23/24

Cleanshelf-Wendani Bridge Road

KIAMBU/009

 Download Document

REGISTERED

71

KeRRA/08/KBU/39/KF2/243-23/24

Spinners-Bondeni Road

KIAMBU/009

 Download Document

REGISTERED

72

KeRRA/08/KBU/39/KF2/244-23/24

Neema Court Access Road

KIAMBU/009

 Download Document

YOUTH

73

KeRRA/08/KBU/39/KF2/245-23/24

Calvary Junction-Mwihoko Secondary Road

KIAMBU/009

 Download Document

REGISTERED

74

KeRRA/08/KBU/39/KF2/251-23/24

Falcon Access Road

KIAMBU/009

 Download Document

REGISTERED

75

KeRRA/08/KBU/39/KF2/252-23/24

Wisdom Access Road

KIAMBU/009

 Download Document

REGISTERED

76

KeRRA/08/KBU/39/KF2/246-23/24

Toll Kimbo Chiefs Camp-mems

KIAMBU/011

 Download Document

REGISTERED

77

KeRRA/08/KBU/39/KF2/250-23/24

Olive Village Kenyatta Road

KIAMBU/011

 Download Document

PWD

78

KeRRA/08/KBU/39/KF2/260-23/24

AP Post-Meliba-Maraba Road

KIAMBU/011

Download Document

REGISTERED

79

KeRRA/08/KBU/39/KF2/256-23/24

Riagithu-Mitahato-Handonga Road

KIAMBU/002

 Download Document

WOMEN

80

KeRRA/08/KBU/39/KF2/254-23/24

Githire-Tiekunu Road

KIAMBU/003

 Download Document

REGISTERED

81

KeRRA/08/KBU/39/KF2/248-23/24

Jkuat Gate D Mugumoini

KIAMBU/011

 Download Document

REGISTERED

82

KeRRA/08/KBU/39/KF2/253-23/24

Gikumari Secondary Access Road

KIAMBU/009

 Download Document

YOUTH

83

KeRRA/08/KBU/39/KF1/201-23/24

Mutarakwa - Tharuni - Kiroe Road - Rugu road

KIAMBU/003

 Download Document

REGISTERED

84

KeRRA/08/KBU/39/KF1/168-23/24

Mama Ngina PCEA Access Road

KIAMBU/001

 Download Document

WOMEN

85

KeRRA/08/KBU/39/KF1/169-23/24

Lane 1 - Sironi Loop Road

KIAMBU/001

 Download Document

YOUTH

86

KeRRA/08/KBU/39/KF1/182-23/24

Kamburu PCEA - Hoswel

KIAMBU/010

 Download Document

PWD

87

KeRRA/08/KBU/39/KF1/191-23/24

Ufanisi Gate T-Quare-Mama Bear Road

KIAMBU/004

 Download Document

PWD

88

KeRRA/08/KBU/39/KF2/232-23/24

Mama Ngina Pcea Access Road

KIAMBU/001

 Download Document

WOMEN

89

KeRRA/08/KBU/39/KF2/236-23/24

Kangaita Access Road

KIAMBU/009

 Download Document

REGISTERED

90

KeRRA/08/KBU/39/KF2/247-23/24

Ndarugo Motel Church Road

KIAMBU/011

 Download Document

WOMEN

91

KeRRA/08/KBU/39/KF2/249-23/24

Ngowan Meliba Muthaara

KIAMBU/011

 Download Document

REGISTERED

92

KeRRA/08/KBU/39/KF2/255-23/24

Mukinye Access Road

KIAMBU/009

 Download Document

REGISTERED

93

KeRRA/08/KBU/39/KF2/258-23/24

Shell-Kihunguro-Road

KIAMBU/009

 Download Document

REGISTERED

94

KeRRA/08/KBU/39/KF2/259-23/24

Wanwangi-Ruburi Road

KIAMBU/007

 Download Document

PWD

95

KeRRA/08/KBU/39/KF1/180-23/24

Mutarakwa - Tharuni - Kiroe Road - Rugu road

KIAMBU/003

 Download Document

WOMEN

96

KeRRA/08/KBU/39/KF1/197-23/24

Baringo Road 3rd South Road

KIAMBU/009

 Download Document

REGISTERED

97

KeRRA/08/KBU/39/KF1/179-23/24

Gitu Mubira Road - Gitangu Road

KIAMBU/003

 Download Document

PWD

98

KeRRA/08/KBU/39/KF2/257-23/24

Prisons-Gitothua Road

KIAMBU/009

 Download Document

REGISTERED

99

KeRRA/08/KBU/39/KF2/233-23/24

Kwa Njau - Kimachia Road

KIAMBU/012

 Download Document

REGISTERED

100

KeRRA/08/KBU/39/KF1/170-23/24

Geoffrey Groove Rd

KIAMBU/005

 Download Document

REGISTERED

101

KeRRA/08/KBU/39/KF1/157-23/24

Kahiga road

KIAMBU/006

 Download Document

YOUTH

102

KeRRA/08/KBU/39/KF1/158-23/24

Kurumu Road

KIAMBU/006

 Download Document

REGISTERED

103

KeRRA/08/KBU/39/KF1/202-23/24

Mburu watchman - Waitugi - Njuguna Mutungi Road

KIAMBU/003

 Download Document

PWD

104

KeRRA/08/KBU/39/KF2/234-23/24

Gitu Mubira - Gitangu Road

KIAMBU/003

 Download Document

REGISTERED

105

KeRRA/08/KBU/39/KF1/200-23/24

Gitu Mubira Road - Gitangu Road

KIAMBU/003

 Download Document

REGISTERED

For site Visits, Bidders are advised to make their own personal arrangements to familiarize themselves with the project sites before the submission of bids.

To enhance equity, bidders can only be awarded a maximum of Two (2) tenders, either as a director or as a company under this tender.

Eligible bidders must meet/attach the following requirements among others.

1)       Certified copies of Certificate of Registration with the National Construction Authority (NCA 8 and above) for Road Works and a valid Practicing License.

2)       A copy of a Valid Tax Compliance Certificate (Will be verified on KRA TCC Checker)

3)       Authority for Employer (Regional Director Kiambu) to seek reference from the Tenderer’s bankers dated not earlier than the date of Tender Notice and copied to the respective Bank Manager.

4)   Bidders SHALL sequentially serialize all pages for each tender document submitted.

5)       Only contractors registered in the region are entitled to bid.

Bidders for Projects under Youth, Women and PWD need no prior registration in the region. However, they MUST submit copies of Valid Registration Certificate for Access to Government Procurement Opportunities -AGPO in the category specified in the Tender Notice. Bidders for AGPO works under PWD MUST attach IDs from National Council for Persons with Disabilities (NCPWD).

Note: 

  • Certification of documents shall be original and executed by a commissioner for oaths.
  • Bidders are requested to continually check the KeRRA website: kerra.go.ke for any tender addenda or clarification that may arise before submission dates.

 

Bidders shall include all the documents and information as described in the instructions to tenderers. Responsive bids will be determined through evaluation criteria as set out in the instruction to bidders and the Tender Notice.

Interested eligible bidders may obtain further information from the office of the Regional Director, KeRRA Kiambu Offices in Kiambu during normal working hours (8.00am - 5.00pm).

Completed tender documents are to be enclosed in plain sealed envelopes (one original and a copy  per envelope) marked with Road Name and Tender number and deposited in their respective cluster tender boxes situated at the Kenya Rural Roads Authority Regional Offices in Kiambu and be addressed to:

 

The Regional Director,

Kenya Rural Roads Authority,

Kiambu Region,

P.O Box 700-00900,

Kiambu.

 

So as to be received on or before 11.00 am of the dates shown below.

Opening of bids shall commence at 11.15 am in the presence of Tenderers/ Representatives who choose to attend.

Opening Dates for the respective Clusters are as follows;

CRUSTERS

OPENING DATES

VENUE

1.    KIAMBU/001

2.    KIAMBU/002

3.    KIAMBU/003

4.    KIAMBU/004

 

 

06/08/2024

 

 

Regional Office, Kiambu

 

5.    KIAMBU/005

6.    KIAMBU/006

7.    KIAMBU/007

8.    KIAMBU/008

 

 

07/08/2024

 

 

Regional Office, Kiambu

 

9.    KIAMBU/009

10. KIAMBU/010

11. KIAMBU/011

12. KIAMBU/012

 

08/08/2024

 

Regional Office, Kiambu

 

    

 

 

                                                                                                                                                        Eng. Joseph Irungu

Regional   Director

Kiambu Region

Service Charter - English Version

service charter1

Spot improvement of Burduras -Funa teso Baru Road

  logo
Financial Year 2017-2019
Tender Ref Number KeRRA/011/MDR/39/04/2017 - 2018
Tender Name Spot improvement of Burduras -Funa teso Baru Road
Category Name Category C
Funding Source Name 22% RMLF
Procument Method Restricted Tendering
Status ACTIVE
Tender Notice File Not Available
Tender Document File Not Available
Project Site Map File Not Available
Publication Date 2018-01-01 08:43:40
Start Date 2018-01-02 08:00:00
End Date 2018-01-16 10:00:00
Reserved for YWPLD? No
Application Fee 1000
Opening Venue KeRRA Mandera Regional office
Date of Pre-tender Visit 2018-01-09
Tender Description Bids are invited from Contractors who are pre-qualified in Lafey, Mandera West, Mandera South, Mandera North, Bannissa and Mandera East Constituencies (Mandera Region) for Financial Year 2017/18 under categories C and registered with the NCA in respective categories Spot improvement works
Cost Centre Not set

Addenda

(ASAL) RURAL ROADS PROJECT LOW VOLUME SEALING, AND PERFORMANCE BASED ROUTINE MAINTENANCE WORKS

INVITATION TO TENDER 

 

IMPLEMENTATION OF ARID AND SEMI-ARID LAND (ASAL) RURAL ROADS PROJECT 

 

LOW VOLUME SEALING, AND PERFORMANCE BASED ROUTINE MAINTENANCE WORKS

Tender Advert Download

The Government of Kenya has received a loan from Agence Francaise de Developpement (AFD) – Credit No. CKE 1117 and EU grant towards the implementation of the Climate Proofed Arid and Semi-Arid Land

(ASAL) Rural Roads Project in the Counties of Meru, Tharaka Nithi, Laikipia, Samburu, Isiolo and Marsabit, and intends to use part of these funds for rehabilitation of roads to Low Volume Seal (LVS) standard using both Labour and Equipment based methods.

The Kenya Rural Roads Authority (KeRRA) invites sealed tenders from eligible Labour Based Contractors for Low Volume Sealing, And Performance Based Routine Maintenance Works of the following roads:

 

No.

Tender No:

Road Name & No.

Length (Km)

Region 

Constituency

Date for

Pretender site visit

DOWNLOADS

1.

AFD/EU/LKP/ LVS /1/2023/24

Mirera - Malle Road Batch 1

5.5

Laikipia

Laikipia East

30/01/2024

Bid Document

Drawings

2.

AFD/EU/ME/LVS/1/2023/24

Isiolo - Muriri Road Batch 1

6.0

Meru

Igembe North

31/01/2024

Bid Document

Drawings

3.

AFD/EU/ TN/LVS/1/2023/24

Itugururu -

Kamaende

Road Batch 1

6.0

Tharaka Nithi

Chuka Igamba

Ng’ombe

01/02/2024

Bid Document

Drawings

4.

AFD/EU/SA/LVS/3/2023/24

Maralal Town Road/3

4.0

Samburu

Samburu West

30/01/2024

Bid Document

Drawings

Tendering will be conducted under open competitive bidding using a standardized tender document.

Tendering is open to all qualified and interested Citizen contractors.

Tender documents and the Long Advertisements for Low Volume Seal Roads may be obtained electronically from the Authority’s Website (www.kerra.go.ke) and the PPIP Portal (www.tenders.go.ke) free of charge. Tenderers who download the tender document must forward their particulars immediately to (This email address is being protected from spambots. You need JavaScript enabled to view it.) to facilitate any further clarification or addendum. Eligible Bidders must meet the following qualification criteria;

  1. Certified Copy of Certificate of incorporation under Companies Act;
  2. Certified copy of Form CR12 (List of Directors) issued by the Registrar of Companies;
  3. Certified copy of Registration Certificate National Construction Authority (NCA)- Categories 6 or 5 or 4 only;
  4. Have at least one Director and two Technical Supervisors who have been trained on Low Volume Seal Roads Labour Based course from Kenya Institute of Highways and Building Technology (KIHBT) or Kisii Training Centre (KTC);
  5. Certified copies of Training Certificates for Performance Based Routine Maintenance (PBRM) course from KIHBT for supervisory staff;
  6. Provide proof of overall financial soundness: -
    • Minimum average annual construction works turnover for the last 5 years - Ksh 50 Million (attach certified audited accounts for the last 5 years);
    • Access to or has available liquid assets minimum of Ksh 10 Million (attach bank statements, letter of credit);
  7. Copy of Valid Tax Compliance Certificate from Kenya Revenue Authority (KRA);
  8. A written Power of Attorney authorizing the signatory of the bid to commit the Bidder Witnessed by a Commissioner of Oaths;
  9. Provide tender security of Ksh. 100,000.00 per tender document in form of Guarantee from a Bank or a PPRA approved insurance company;
  10. Bidders may participate in several tenders but they will be considered for award in one tender;

The pre-arranged pre-tender site visits are MANDATORY on the dates specified above, at 9:00am to be conducted by the Client, at the respective Regional Offices.

Tenderers may participate in several tenders but shall only be considered for award of one contract. 

Tenders shall be valid for a period of 140 days after Tender Opening

Completed tender documents should be enclosed in plain sealed envelope, clearly marked with the Tender Name, Tender Number and deposited in the Tender Boxes at the offices of the respective Regional Directors indicated above or be addressed and posted to the respective regional addresses below so as to be received on or before 15th February, 2024 at 11.00am. Electronic Tenders will not be permitted.

Tenders will be opened immediately after the deadline date and time specified above. Tenders will be publicly opened in the presence of the Tenderers' designated representatives who choose to attend at the respective regional offices address below. Late tenders will be rejected.

For all enquiries, please contact the respective Kenya Rural Roads Authority -Regional Director.

 

Regional Director, 

Kenya Rural Roads Authority –

Meru Region,

P. O. Box 442-60200,

MERU  

Regional Director, 

Kenya Rural Roads Authority- Tharaka Nithi Region,

P. O. Box246-60400,

CHUKA  

 Regional Director, 

Kenya Rural Roads Authority – Laikipia Region,

P. O. Box 495-10400,

NANYUKI     

Regional Director, 

Kenya Rural Roads Authority – Samburu Region,

P. O. Box 44-20600,

MARALAL

 

 

 

 

or obtain further information from the Supply Chain Unit at the address below during working hours from 09:00 to 16:00 Hours local time Monday to Friday.

Kenya Rural Roads Authority,

Barabara Plaza Block B, Mazao Road, Opposite KCAA building P. O. Box 48151 - 00100, NAIROBI.

Email Addresses: This email address is being protected from spambots. You need JavaScript enabled to view it., This email address is being protected from spambots. You need JavaScript enabled to view it. Tel: +254(20)780600/01-05, Mobile: +254 711851103

Deputy Director (Supply Chain Management)

FOR: DIRECTOR GENERAL KENYA RURAL ROADS AUTHORITY

(ASAL) RURAL ROADS PROJECT REHABILITATION AND IMPROVEMENT, AND PERFORMANCE BASED ROUTINE MAINTENANCE

INVITATION TO TENDER

 

IMPLEMENTATION OF ARID AND SEMI - ARID LAND (ASAL) RURAL ROADS PROJECT 

 

REHABILITATION AND IMPROVEMENT, AND PERFORMANCE BASED ROUTINE MAINTENANCE

Tender Advert Download

The Government of Kenya has received a loan from Agence Francaise de Developpement (AFD) – Credit No. CKE 1117 and EU grant towards the implementation of the Climate Proofed Arid and Semi-Arid Rural Roads Project in the counties of Meru, Tharaka Nithi, Laikipia, Samburu, Isiolo and Marsabit, and intends to use part of these funds for rehabilitation of roads to gravel standards using both Labour and Equipment based methods.

The Kenya Rural Roads Authority (KeRRA) invites sealed tenders from eligible Labour Based Contractors for the Rehabilitation and Improvement and Performance Based Routine Maintenance of the following roads to gravel standards:

 

No.

Tender No:

Road Name & No.

Length (Km)

Region

Constituency

Date for Pretender

site visit

 Downloads

1.

AFD/EU/LKP/GR/1/2023/24

Babito - Solio - Villages/1

7

Laikipia

Laikipia East

30/01/2024

Bid Document

Drawings

Improvement Plan

2.

AFD/EU/LKP/GR/2/2023/24

Ilpolei - Kimanjo/1

9.4

Laikipia North

 

Bid Document

Drawings

Improvement Plan

3.

AFD/EU/LKP/GR/3/2023/24

Ilpolei - Kimanjo/2

9.3

Laikipia North

 

Bid Document

Drawings

Improvement Plan

4.

AFD/EU/ME/GR/1/2023/24

C346 Kachulu - Gotu

6.0

Meru

Igembe North

31/01/2024

 

Bid Document

Drawings

Improvement Plan

5.

AFD/EU/ME/GR/2/2023/24

Gichanine -

Mariara Batch 1

6.0

Igembe North

 

Bid Document

Drawings

Improvement Plan

6.

AFD/EU/ TN/GR /1/2023/24

Marima -

Makutano/1

6.0

Tharaka Nithi

Muthambi

01/02/2024

 

Bid Document

Drawings

Improvement Plan

7.

AFD/EU/ TN/GR /2/2023/24

Matiri -

Kamarandi/1

6.0

Tharaka

 

Bid Document

Drawings

Improvement Plan

8.

AFD/EU /IS/GR/1A/2023-24

Gotu - Merti (C340)/1A

10

Isiolo

Isiolo North

31/01/2024

 

Bid Document

Drawings

Improvement Plan

9.

AFD/EU /IS/GR/1B/2023-24

Gotu - Merti (C340)/1B

10

Isiolo North

31/01/2024

 

Bid Document

Drawings

Improvement Plan

10.

AFD/EU/IS/GR/2A/2023-24

Isiolo-Mlango-

Oldonyiro (C342)/2A

10

Isiolo North

30/01/2024

 

Bid Document

Drawings

Improvement Plan

11.

AFD/EU /IS/GR/2B/2023-24

Isiolo-Mlango-

Oldonyiro (C342)/2B

10

Isiolo North

30/01/2024

 

Bid Document

Drawings

Improvement Plan

12.

AFD/EU /IS/GR/3/2023-24

Kinna-Rapsu (E4288)/3

8

Isiolo South

30/01/2024

 

Bid Document

Drawings

Improvement Plan

No.

Tender No:

Road Name & No.

Length (Km)

Region

Constituency

Date for Pretender

site visit

 

13.

AFD/EU /SA/GR/1A/2023-24

Baragoi-MasikitaSereolipi

(C605)/1A

10

Samburu

Samburu North/East

31/01/2024

 

Bid Document

Drawings

Improvement Plan

14.

AFD/EU /SA/GR/1B/2023-24

Baragoi-MasikitaSereolipi

(C605)/1B

10

Samburu North/East

31/01/2024

 

Bid Document

Drawings

Improvement Plan

15.

AFD/EU /SA/GR/1C/2023-24

Baragoi-MasikitaSereolipi

(C605)/1C

10

Samburu North/East

31/01/2024

 

Bid Document

DrawingsDrawings

Improvement Plan

16.

AFD/EU /SA/GR/2/2023-24

Maralal-Opiroi-

Barsaloi (C606)/2

10

Samburu West/North

30/01/2024

 

Bid Document

Drawings

Improvement Plan

17.

AFD/EU /MA/GR/1/2023-24

Loglogo-Korr-

Kargi (E4299)/1

10

Marsabit

Laisamis

01/02/2024

 

Bid Document

Drawings

Improvement Plan

18.

AFD/EU /MA/GR/2/2023-24

Sololo Town-Mado Adhi-Wayegodda/2

4.3

Moyale

02/02/2024

 

Bid Document

Drawings km 0-1

Improvement Plan km 0-1

Drawings km 1-3

Improvement Plan km 1-3

19.

AFD/EU /MA/GR/3/2023-24

A2-Manyatta JilloGororukesa - Central Chief’s

Office/3

7.2

Saku

01/02/2024

 

Bid Document

Drawings

Improvement Plan          

Tendering will be conducted under open competitive bidding using a standardized tender document.

Tendering is open to all qualified and interested Citizen contractors.

Tender documents and the Long Advertisement for Rehabilitation and Improvement to Gravel Standard may be obtained electronically from the Authority’s Website (www.kerra.go.ke) and the PPIP Portal (www.tenders.go.ke) free of charge. Tenderers who download the tender document must forward their particulars immediately to (This email address is being protected from spambots. You need JavaScript enabled to view it.) to facilitate any further clarification or addendum. Eligible Bidders must meet the following qualification criteria;

  1. Certified Copy of Certificate of incorporation under Companies Act;
  2. Certified copy of Form CR12 (List of Directors) issued by the Registrar of Companies;
  3. Have a Certified copy of Registration certificate from National Construction Authority (NCA)- Categories 7 or 6 only;
  4. Have at least one Director and two Technical Supervisors who have been trained on gravel works Labour Based course from Kenya Institute of Highways and Building Technology (KIHBT) or Kisii Training Centre (KTC);
  5. Provide proof of overall financial soundness:
    • Minimum average annual roadworks turnover for the last 5 years - Ksh 20 Million (attach certified audited accounts for the last 5 years);
    • Access to or has available liquid assets minimum of Ksh 5 Million (attach bank statements, letter of credit);
  6. Copies of Valid Tax Compliance Certificate from Kenya Revenue Authority (KRA);
  7. A written Power of Attorney authorizing the signatory of the bid to commit the Bidder Witnessed by a Commissioner of Oaths;
  8. Provide tender security of Ksh. 50,000.00 per tender document in form of Guarantee from a Bank or a PPRA approved insurance company;
  9. Bidders may participate in several tenders but they will be considered for award in only one;

The pre-arranged pre-tender site visits are MANDATORY on the dates specified above, at 9:00am to be conducted by the Client, at the respective Regional Offices.

Tenderers may participate in several tenders but shall only be considered for award of one contract. 

Tenders shall be valid for a period of 140 days after Tender Opening

Completed tender documents should be enclosed in plain sealed envelope, clearly marked with the Tender Name, Tender Number and deposited in the Tender Boxes at the offices of the respective Regional Directors indicated above or be addressed and posted to the respective Regional addresses below so as to be received on or before 15th February, 2024 at 11.00am. Electronic Tenders will not be permitted.

Tenders will be opened immediately after the deadline date and time specified above. Tenders will be publicly opened in the presence of the Tenderers' designated representatives who choose to attend at the respective regional offices address below. Late tenders will be rejected.

For all enquiries, please contact the respective Kenya Rural Roads Authority - Regional Director.

Regional Director, 

Kenya Rural Roads Authority

Meru Region,

P. O. Box 442-60200,

MERU  

Regional Director, 

Kenya Rural Roads Authority

Tharaka Nithi Region,

P. O. Box246-60400,

CHUKA  

Regional Director,

Kenya Rural Roads Authority– Isiolo Region,

P. O. Box 528-60300,

ISIOLO   

Regional Director, 

Kenya Rural Roads Authority

Laikipia Region,

P. O. Box 495-10400,

NANYUKI    

Regional Director, 

Kenya Rural Roads Authority 

Samburu Region,

P. O. Box 44-20600,

MARALAL

Regional Director, 

Kenya Rural Roads Authority - 

Marsabit Region,

P. O. Box 73-60500,

MARSABIT  

or obtain further information from the Supply Chain Unit at the address below during working hours from 09:00 to 16:00 Hours local time Monday to Friday.

Kenya Rural Roads Authority,

Barabara Plaza Block B, Mazao Road, Opposite KCAA building P. O. Box 48151 - 00100, NAIROBI.

Email Addresses: This email address is being protected from spambots. You need JavaScript enabled to view it., This email address is being protected from spambots. You need JavaScript enabled to view it. Tel: +254(20)780600/01-05, Mobile: +254 711851103

Deputy Director (Supply Chain Management)

FOR: DIRECTOR GENERAL KENYA RURAL ROADS AUTHORITY

(ASAL) RURAL ROADS PROJECT:Invitation for Pre-qualification for Training of LOW VOLUME SEAL CONTRACTORS
1. When was KeRRA formed?

KeRRA is a State Parastatal under the Ministry of Transport and Infrastructure established through the Kenya Roads Act 2007.

10% by Cabinet Secretary, F/Y 2021/2022 HOMA BAY REGION.

 

 

 

 

 

KENYA RURAL ROADS AUTHORITY

                                                                                                             Homa Bay Region Office 

                                                                                                               P.O. Box 550-40300

                                                                                                             HOMA BAY, KENYA

                                                                                                                                                                     28th September,2022         

TENDER  NOTICE

INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS

 

DOWNLOAD ADVERT HERE

The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.

Bids are invited from contractors who are pre-qualified in the respective Constituencies in Homabay Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under Public Participation and 10% by Cabinet Secretary, F/Y 2021/2022.

 

           S/No.

ROAD NAME AND TENDER NO.

Work Category

Constituency

Reservation

Pre Tender Site Visit

 

01

U_G61160: Chegere - Kadongo Road

KeRRA/HB/KAB/08/39/51/PH /21|22-245

C

KABONDO

GENERAL

7/10/2022

 download

02

URP1-R :Gogo -Homaline Road KeRRA/HB/KARA/08/39/51/PH /21|22-246

C

KARACHUONYO

   YOUTH

7/10/2022

 download

03

UNCL: JN Aloo -Kawaindi

KeRRA/HB/KAS/08/39/51/PH/21|22-247

C

KASIPUL

GENERAL

7/10/2022

 download

04

C864: Kendu/Kotieno Beach  Road

KeRRA/HB/KARA/08/39/51/PH /21|22-248

C

KARACHUONYO

PWD

7/10/2022

 download

05

C867 Kiabuyi - Kitawa Road    KeRRA/HB/SUB/08/39/51/PH /21|22-249

C

SUBA

GENERAL

7/10/2022

 download

06

UNCL015: Kigoto -Kumbatha Road KeRRA/HB/SUB/08/39/51/PH /21|22-250

C

SUBA

WOMEN

7/10/2022

 download

07

R40: Kotieno Gumba/Bware Mawego

KeRRA/HB/KARA/08/39/51/PH /21|22-251

C

KARACHUONYO

GENERAL

7/10/2022

 download

08

E113J2: Laknyiero -Otati

KeRRA/HB/SUB/08/39/51/PH /21|22-252

C

SUBA

YOUTH

7/10/2022

 download

09

E15A: Magunga - Mananja

KeRRA/HB/SUB/08/39/51/PH /21|22-253

C

SUBA

WOMEN

7/10/2022

 download

10

Uncl Malongo –Ongalo  Road  KeRRA/HB/SUB/08/39/51/PH /21|22-254

C

SUBA

GENERAL

7/10/2022

 download

INSTRUCTIONS TO TENDERES

 

  1. Bidders who are prequalified in respective work category and Constituencies may tender.
  1. 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.
  1. Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria is outlined in the Bid document.
  1. Bidders participating under Youth, Women or Persons with Disability Must attach copies of their registration certificates issued by National Treasury.
  1. You MUST attach the following copies of MANDATORY requirements:
  • Certified copies (by commissioner of oaths) of Certificate of incorporation, Certificates of registration and principal place of business
  • Valid & Certified Registration certificate for Road Works from National Construction Authority (NCA) NCA 8 and above
  • Valid, Certified & Current Practicing License for Road Works from National Construction Authority (NCA)
  • Authority to seek bank reference from the tenderer’s bankers(Current/Original)
  • Valid Tax Compliance Certificate (To be verified from the KRA TCC Online Checker)
  • Dully filled and stamped form of tender
  • Dully filled confidential business questionnaire
  • Certified copies (by commissioner of oaths) of National Identification cards for the company directors for Youth, Women and People with Disability for those bidding for roads in that category
  • Certified copy of Recent/Current CR12 generated form(s) for the last 12 months indicating Directors, Nationality, shareholding
  • Provide litigation history and History of non-performance of contracts - sworn affidavits (within 3 months of tender opening) for the last three years
  • Certificates and CV’S of key personnel as per the evaluation criteria in the tender document
  • Provide proof of experience in similar works (in scope and amount above 8 Million) as per the evaluation criteria in the tender document
  • Bank statements in the name of the firm for the last three months from the date of tender advertisement for the General tenders and Proof of bank account in the name of the firm for reserved tenders
  • Three years audited account.
  • Bidders MUST serialize all the pages of their tender documents.
  • Cash Flow of 8million for the last 3 years
  • Bidders MUST provide all the information required as per the tender document/tender advert.
  • Average turn over (Sale/Revenue) 8million 3 years
  • Prices quoted must remain valid for One Hundred and Twenty (120 days) from the tender opening date.
  • Bidders who do not meet any of the above conditions will NOT be considered for award for any contract.
  1. Other qualification requirements are as outlined in the Tender Document.
  1. Bidders are requested to continually check the KeRRA website www.kerra.go.ke for any tender addenda or clarifications that may arise before submission date.

Interested eligible bidders will download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke from 4th October,2022

Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:

                                     

Regional Director - Roads,

Kenya Rural Roads Authority,

P.O. Box 550-40300

HOMABAY

All filled and sealed tenders MUST be submitted not later than 10.00 am on or before

12th October,2022 , Homabay Regional Office.

The opening of the tenders will take place immediately thereafter at Homabay Regional Office in the presence of contractors.

.

NB: Canvassing by tenderers will lead to automatic disqualification.

 

Eng. J. Kimilu

Regional Director

HOMABAY REGION

10% CS Migori region

 

  DOWNLOAD ADVERT HERE

 

KENYA RURAL ROADS AUTHORITY

INVITATION TO TENDER

Dated:    30rd May, 2019

The Kenya Rural Roads Authority hereby invites bids from Registered Contractors in Migori Region for Selected Road to be funded under Cabinet Secretary Allocation: The Advert to be read together with instructions to tenderers.

GROUP A: RESERVED FOR FIRMS OWNED BY YOUTHS

Name of Road

Category of Works

Constituency

Tender No.

 

Kanga – Kuja Nyokal Road

Grading &Gravelling

Rongo

KeRRA/011/MIG/RON/10%CS/39/18-19/098

download

Interested eligible contractors may obtain tender documents from KeRRA website www.kerra.go.ke.Further information can be obtained from Procurement Office in Migori during the normal working hours Monday – Friday (8AM _5PM).

Tenderers are requested to apply for the category of works specified above and in the respective constituency. The following documents must be submitted together with the priced bid. Failure to submit these documents will be a reason for disqualification.

  • Certified copy of certificate of Incorporation
  • Certified copy of VAT & PIN registration
  • Copy of certificate of registration with the National Construction Authority and practicing licence in Category NCA8 and above to be checked online.
  • Valid Tax Compliance Certificate to be confirmed at http://www.kra.go.ke/notices/tcc-checker.html
  • Duly filled Confidential Business Questionnaire (CBQ)
  • Current CR12 Form from the registrar of companies
  • Serialisation of all pages of the bid document
  • Bank Statement for the Three months from the date of the advert
  • Major items of construction equipment owned or leased
  • Any other information / condition as stipulated in the tender Documents

            

 

Bidders applying for tenders reserved for the disadvantaged groups (Youth, Women & Disabled) must provide the following additional information:

  • A copy of certificate of registration under the Access to Government Procurement Opportunities (AGPO) Preferences and Reservations program
  • A copy of a recent CR12 Form from Registrar of Companies
  • A proof of having opened a Bank Account
  • Names and Copies of National Identity Cards / Valid Passports of directors
  • Copies of National Identity Card / Valid Passports of Directors
  • A copy of certificate from the National Council of Persons with Disability (for Persons Living With Disabilities)
  • The validity of special groups will be checked online.

Adequacy of qualifications will be determined through an evaluation procedure as described in the bid documents.

All Bidders must attend a mandatory pretender site visit to be conducted on the date, time and venues stated below.

Constituency

Date

Venue / Starting Place / Time

Rongo

Monday, 3rd June, 2019

Rongo office,KeRRA @9.00 Am

Completed bid documents in plain sealed envelope clearly marked Tender No. and description, “DO NOT OPEN BEFORE 12th June, 2019 at 11:00Am” should be addressed to the undersigned and deposited in the appropriate tender box situated at the KeRRA Regional Office in Migori.

 

The tender opening will take place immediately thereafter in the presence of the Tenderers or their representatives who may choose to attend.

Eng. Michoma J.N

DEPUTY DIRECTOR

KENYA RURAL ROADS AUTHORITY

MIGORI

 

10% RMLF by Minister Funds October 2019

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

10% RMLF FUNDING FY 2020/2021 BUSIA REGION.

                                                                                      WI/27                                                                

                               KENYA RURAL ROADS AUTHORITY

                                     UPPER WESTERN REGION

                            BUSIA OFFICE

                                            

                                                   INVITATION TO NOTICE                                                                                                                  21st April, 2021

download advert 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 hereby invites tenders from contractors prequalified in Upper Western Region (Busia Office) under categories C, D & E – Financial Year 2020-2021 and AGPO eligible firms for routine maintenance and Spot improvement works, funded vide 10% RMLF on the roads indicated below:

 

 

S/N

 

ROAD NAME & NO.

 

TENDER NO.

 

CONSTITUENCY

 

BUDGETARY ESTIMATE    (KSHS)

 

RESERVATIONS

PRETENDER SITE VISIT DATE

OPENING DATE

 

1.       

MAGOMBE-BORO (C827) 

KeRRA/011/39/BSA/BDL/10%/20/21-001

 

 

 

BUDALANGI

3,000,000.00

OPEN

Due to the Covid 19 Pandemic, Bidders to make own arrangements to familiarize with the site for appropriate bidding

28/4/2021     at 10.00am

download

2.       

OKADOS-MUNDERE (C828)

KeRRA/011/39/BSA/BDL/10%/20/21-002

3,122,000.00

YOUTH

download

3.       

D250 JCT-SISENYE (D1856) 

KeRRA/011/39/BSA/BDL/10%/20/21-003

3,284,000.00

OPEN

download

4.       

BUMALA-DB SIAYA(1848)

KeRRA/011/39/BSA/BTL/10%/20/21-010

 

 

 

BUTULA

3,174,000.00

OPEN

download

5.       

BURINDA-BURIYA-NYAMWANGA(F9014)

KeRRA/011/39/BSA/BTL/10%/20/21-011

3,722,000.00

OPEN

download

6.       

IKONZO-BUMUTIRU(F9014)

KeRRA/011/39/BSA/BTL/10%/20/21-012

2,994,000.00

YOUTH

download

7.       

SIO PORT-MUFUMU- AGENGA DISP.(OFFD1856)

KeRRA/011/39/BSA/FYL/10%/20/21-018

 

 

FUNYULA

3,000,000.00

OPEN

download

8.       

JCTC 828 SIO PORT-SISENYE(D1856)

KeRRA/011/39/BSA/FYL/10%/20/21-019

4,211,000.00

OPEN

download

9.       

MURAMBA-NYAKWAKA(E9006)

KeRRA/011/39/BSA/FYL/10%/20/21-020

2,726,000.00

PWD

download

10.     

GANJALA – MATAYOS(C830)

KeRRA/011/39/BSA/MTS/10%/20/21-026

 

 

 

MATAYOS

2,923,000

YOUTH

download

11.     

MATAYOS – NAMWITSULA BRIDGE(D1851)

KeRRA/011/39/BSA/MTS/10%/20/21-027

3,258,000.00

WOMEN

download

12.     

NAMWITSULA BRIDGE – NASEWA(D1851)

KeRRA/011/39/BSA/MTS/10%/20/21-028

3,507,000.00

WOMEN

download

13.     

BUSIDIBU – NAMBALE(C826)

KeRRA/011/39/BSA/NBL/10%/20/21-035

 

 

 

NAMBALE

3,625,000.00

PWD

Due to the Covid 19 Pandemic, Bidders to make own arrangements to familiarize with the site for appropriate bidding

28/4/2021     at 10.00am

download

14.     

MALANGA RV- MALANGA JCT.(E9020)

KeRRA/011/39/BSA/NBL/10%/20/21-036

2,351,000

OPEN

download

15.     

NAMBALE – MABUNGE(E9021)

KeRRA/011/39/NBL//10%/20/21-037

3,711,000.00

WOMEN

download

16.     

ANGARO – AKOBWAIT- MALINDA(C814)

KeRRA/011/39/BSA/TN/10%/20/21-043

 

 

 

TESO NORTH

1,867,000.00

OPEN

download

17.     

ANGURAI - CHEMASIR(C831)

KeRRA/011/39/BSA/TN/10%/20/21-044

4,515,000.00

OPEN

download

18.     

CHANGARA – CHEMASIR(C831)

KeRRA/011/39/BSA/TN/10%/20/21-045

3,507,000.00

WOMEN

download

19.     

TOWNSHIP – AMONI – ANGOROM (938)

KeRRA/011/39/TS//10%/20/21-050

 

 

 

TESO SOUTH

3,186,000.00

WOMEN

download

20.     

BUTEBA – ADUNGOSI – SEGERO(D1855)

KeRRA/011/39/BSA/TS/10%/20/21-051

1,398,000.00

WOMEN

download

21.     

SIMBACHAI – LUKOLIS(E9029)

KeRRA/011/39/BSA/TS/10%/20/21-083

5,305,000.00

OPEN

download

    QUALIFICATION FOR TENDERING

 

Mandatory Requirements

   Eligible bidders MUST meet and submit the following with the bid:

  1. Certified copy of Certificate of Incorporation
  2. Certified copy of valid practicing license as a contractor (Roads & Civil Works NCA 8 and above)  
  3. Certified copy of VAT & PIN registration certificate
  4. Copy of Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
  5. Certified copy of CR 12 (Issued within the last 12 months from the tender opening date)
  6. Certified copies of National Identity Cards/Passports of Directors.
  7. Certified copy of Valid Single Business Permit
  8. Certified copy of Valid Certificate of Registration for Access to Government Procurement Opportunities (AGPO), from the National Treasury (For Disadvantaged groups, Women, Youth and Persons With Disability)
  9. Contractors bidding for PWD tenders should attach Certified copies of their Identity Cards issued by the National Council for Persons with Disability.
  10. Certified copies of Log books for ownership of Machines and Equipment. Those hiring Must provide certified copies of Lease Agreements and certified copies of Log books, valid not more than three months from the date of tender opening.
  11. Current Sworn Affidavit not more than 3 months from the tender opening date
  12. Proof of having opened a bank account in the contractor’s name
  13. Form of tender correctly filled, signed & stamped
  14. Confidential Business Questionnaire correctly filled, signed & stamped
  15. Authority to seek reference from Contractors’ bankers
  16. Bidders Must serialize sequentially all pages of their tender documents submitted.

NOTE:

  1. All certification of documents shall be original and executed by a Commissioner for Oaths or Notaries Public.
  2. Certificates/ Licenses may be verified from or with the Issuing Authorities or Agencies

 

Other Requirements

As specified in the respective tender document covering the following:

  1. Similar previous experience where applicable
  2. Professional and Technical personnel
  3. Current work load
  4. Litigation History (Provide sworn Affidavit) – executed within 3 months of the tender opening date
  5. Eligibility:
  6. To enhance EQUITY, Bidders shall bid for a maximum of Two (2No.) If upon evaluation they emerge responsive in both, they shall qualify for award of only one tender. Bidders who participate in more than Two (2No.) tenders shall be disqualified. The bidders who were successful in the recently concluded tenders (Advertised on 27th January 2021) should not participate.
  7. Pre-tender site visit shall be as indicated in the table above
  8. Any form of Canvassing will lead to disqualification

 

Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 22/4/2021. Duly completed tender documents in plain sealed envelopes marked with the respective tender number, project name should be addressed to:

                                          

                                         

                                        

                                          The Regional Director,

                                          KeRRA Upper Western Region

                                          P.O Box 470-50400

                                          BUSIA

The same should be deposited in the tender box at the KeRRA Busia Office on or before the date of opening as indicated in the table above. Tenders will be opened immediately thereafter at the same venue in the presence of tenderers or their representatives who choose to attend. Late bids will not be accepted.

ENG. JARED OMONDI

REGIONAL DIRECTOR

10% RMLF KISUMU REGION 2022/2023.

KENYA RURAL ROADS AUTHORITY

           Tel: 020-200157                                                                                                                                                                                                                Regional Director

                                                                                                                                                                                                                                  Mamboleo Regional Office

           Email: This email address is being protected from spambots. You need JavaScript enabled to view it.                                                                                                                                                                           P.O. Box 1448-40100

           Website: www.kerra.go.ke                                                                                                                                        Kisumu, KENYA

                                                 

 

                                                                                                                                                       9th December, 2022                

TENDER NOTICE

INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS 

 

The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.

Bids are invited from contractors who are pre-qualified for YR 2021-2023 in the respective Constituencies in KeRRA Kisumu Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under 10% RMLF Funds.

 DOWNLOAD ADVERT HERE

 

     S/No.

ROAD NAME AND CONTRACT NO

Work

Category

Pre-tender site visit date

Contract Type

 

KISUMU CENTRAL CONSTITUENCY

1.

P24_Kisumu: ACCESS TO KERRA OFFICES ROAD

KERRA/008/39/KSM/10% CRC/KSM CENTRAL/2-48-22|23-056

N/A

Friday, 16th December, 2022

Women

download

2.

P212_Kisumu: EZRA GUMBE – MAMBOLEO ROAD

KERRA/008/39/KSM/10% CRC/KSM CENTRAL/2-48-22|23-055

C

Friday, 16th December, 2022

General

download

3.

P206_Kisumu: OBUNGA – KUDHO ROAD KERRA/008/39/KSM/10%CRC/KSMCENTRAL/2-48-22|23-054

C

Friday, 16th December, 2022

General

download

KISUMU EAST CONSTITUENCY

1.

C852: CHIGA - LIE LANGO ROAD KERRA/008/39/KSM/10% CRC/KSM EAST/2-48-22|23-044

C

Friday, 16th December, 2022

General

download

2.

C853: KIBOS – CHIGA ROAD KERRA/008/39/KSM/10%CRC/KSMEAST/2-48-22|23-045

N/A

Friday, 16th December, 2022

Youth

download

3.

P238_Kisumu: KIBOS- ANGOLA- RABUOR ROAD

KERRA/008/39/KSM/10% CRC/KSM EAST/2-48-22|23-046

C

Friday, 16th December, 2022

General

Revised document download

KISUMU WEST CONSTITUENCY

1.

G93187: COPTIC - KONA MBAYA ROAD KERRA/008/39/KSM/10% CRC/KSM WEST/2-48-22|23-052

N/A

Thursday, 15th December 2022

Persons With Disability

download

2.

P109_Kisumu: DAGO ULALO ROAD KERRA/008/39/KSM/10%CRC/KSMWEST/2-48-22|23-053

C

Thursday, 15th December 2022

General

download

3.

G62511: DARAJA MBILI- HUMA ROAD KERRA/008/39/KSM/10%CRC/KSM WEST/2-48-22|23-050

N/A

Thursday, 15th December 2022

General

download

4.

P102_Kisumu: KIBOSWA OBEDE ROAD KERRA/008/39/KSM/10% CRC/KSM WEST/2-48-22|23-051

C

Thursday, 15th December 2022

Persons With Disability

download

MUHORONI CONSTITUENCY

1.

C851: AHERO – OMBEYI ROAD KERRA/008/39/KSM/10% CRC/MUHORONI/2-48-22|23-065

N/A

Friday, 16th December, 2022

Youth

download

2.

C851: OMBEYI – MIWANI ROAD KERRA/008/39/KSM/10%CRC/MUHORONI/2-48-22|23-066

C

Friday, 16th December, 2022

General

download

NYAKACH CONSTITUENCY

1.

C758: NYAMARIMBA – OBUORA ROAD KERRA/008/39/KSM/10% CRC/NYAKACH/2-48-22|23-049

C

Wednesday, 14th December,2022

General

download

2.

C757: NYAMARIMBA -OBOCH ROAD KERRA/008/39/KSM/10% CRC/NYAKACH/2-48-22|23-048

C

Wednesday, 14th December,2022

Women

REVISED DOCUMENT download

3.

C758: OBUORA – DIRUBI ROAD KERRA/008/39/KSM/10% CRC/NYAKACH/2-48-22|23-047

N/A

Wednesday, 14th December,2022

General

download

NYANDO CONSTITUENCY

1.

D1887: AWACH AWASI ROAD KERRA/008/39/KSM/10% CRC/NYANDO/2-48-22|23-063

N/A

Wednesday, 14th December,2022

General

download

2.

C854: KOROWE – WITHUR ROAD KERRA/008/39/KSM/10% CRC/NYANDO/2-48-22|23-061

C

Wednesday, 14th December,2022

Youth

download

3.

C854: WITHUR – NYANGANDE ROAD KERRA/008/39/KSM/10% CRC/NYANDO/2-48-22|23-062

C

Wednesday, 14th December,2022

General

download

4.

G62850: WITHUR – RIAT ROAD

KERRA/008/39/KSM/10% CRC/NYANDO/2-48-22|23-064

N/A

Wednesday, 14th December,2022

General

download

SEME CONSTITUENCY

1.

G62365: ARITO LANGI- RIAT ROAD KERRA/008/39/KSM/10% CRC/SEME/2-48-22|23-058

N/A

Thursday, 15th December 2022

Women

download

2.

G62384: KOLWEYO – HARAMBEE ROAD KERRA/008/39/KSM/10% CRC/SEME/2-48-22|23-059

N/A

Thursday, 15th December 2022

General

download

3.

F6082: KOMBEWA – KORUMBA ROAD KERRA/008/39/KSM/10% CRC/SEME/2-48-22|23-057

C

Thursday, 15th December 2022

General

download

4.

G62429: KOMBEWA- ASOL ROAD KERRA/008/39/KSM/10% CRC/SEME/2-48-22|23-060

N/A

Thursday, 15th December 2022

General

download

INSTRUCTIONS TO TENDERES

 

  1. Bidders are advised to give the correct email addresses to ease communication regarding the tendering process.
  1. Bidders who are prequalified in respective work category and Constituencies may tender.
  1. The scope of works for various contracts are as stipulated in Tender Documents and in the pre-qualification work categories that have been outlined above.
  1. Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria are outlined in the Bid document.
  1. Bidders participating under Youth, Women or Persons with Disability Must attach certified copies of their registration certificates issued by National Treasury.
  1. Bidders are required to attach all Company MANDATORY requirements:
  2. Other qualification requirements are as outlined in the Tender Document.
  1. Bidders are requested to continually check the KeRRA website kerra.go.ke for any tender addenda or clarifications that may arise before submission date.
  1. All the Bidders are expected to converge at the KeRRA KISUMU Regional Office, Mamboleo for the Pre-tender site visit briefings on the material day as scheduled on the advertisement notice above.

Interested eligible bidders will download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke from Tuesday 13th December, 2022.

Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:

                                      

Regional Director - Roads,

Kenya Rural Roads Authority,

P.O. Box 1448-40100

KISUMU

 All filled and sealed tenders MUST be submitted not later than 10.00 am on or before Friday 23rd December, 2022 and deposited in the Tender Boxes of the respective constituencies located at the Kisumu Regional Office in Kisumu County, Mamboleo Office.

Due to Covid-19 Pandemic and MOH guidelines on social distancing, opening of the tenders will take place immediately thereafter at Kisumu Regional Office in the presence of a few selected bidders on first come first served basis.

 

NB: Canvassing by tenderers will lead to automatic disqualification.

 

Eng. K. A. Ochieng

Regional Director

KISUMU REGION

10% RMLF SAVINGS FUNDING FY 2022/2023 KISII REGION

                                                                                                                                                                     WI/24

KENYA RURAL ROADS AUTHORITY

Tel:  : 0790094945                                                                                 Regional Director

Fax:                                                                                                        Kisii Region

E-mail: This email address is being protected from spambots. You need JavaScript enabled to view it.                                                                  P.O. Box 1084-40200

Website: www.Kerra.go.ke                                                                    KISII

REF NO: KeRRA/15/KSI/11/ITT/VOL.3/021                                       Date: 25th July, 2023

 

INVITATION TO TENDER

10% RMLF SAVINGS FUNDING  

 

Kenya Rural Roads Authority (KeRRA) – Kisii Region invites bids from contractors in the stated Category for financial year 2022/2023 in the Region for the Procurement of below stated Roads funded by 10% RMLF Savings Allocation Financial Year 2022-2023.

DOWNLOAD ADVERT HERE

 

S/NO

 

PACKAGE

NO.

 

TENDER No.

 

TENDER NAME & CODE

 

CATEGORY

 

1

171

KeRRA/08/24/KSI/39/SM/2-46-2022/2023-171

Nyabiosi-Nyakorere-Nyamarambe (R20)

Prequalified

DOWNLOAD

2

172

KeRRA/08/24/KSI/39/BOB/2-46-2022/2023-172

Rise-Nyambunde (E1138)

Prequalified

DOWNLOAD

3

164

KeRRA/08/24/KSI/39/BOB/2-46-2022/2023-164

Rionyoni-Majimazuri (G65355)

PWD

DOWNLOAD

4

173

KeRRA/08/24/KSI/39/BC/2-46-2022/2023-173

Sengera-Kiagware (R21)

Women

DOWNLOAD

5

177

KeRRA/08/24/KSI/39/KCN/2-46-2022/2023-177

Mbanda-Bomburia-Ngenyi (C864)

Prequalified

DOWNLOAD

6

178

KeRRA/08/24/KSI/39/NM/2-46-2022/2023-178

Chibwobi-Ibanchore (G65167)

Prequalified

DOWNLOAD

7

179

KeRRA/08/24/KSI/39/BB/2-46-2022/2023-179

Nyabitunwa-Nyabiore (E6266)

PWD

DOWNLOAD

8

180

KeRRA/08/24/KSI/39/KCS/2-46-2022/2023-180

Moneke-Riamachuki-Nyabinyinyi (G64969)

Youth

DOWNLOAD

9

182

KeRRA/08/24/KSI/39/BON/2-46-2022/2023-182

Nyatuta-Mogumo

Women

DOWNLOAD

The Tender Documents can be bought at the Kisii Regional Headquarters, Regional Accounts Office with Bankers Deposit Slips Payable to KCB Bank Account Name KeRRA A.I.A A/C No. 11143433196 and documents collected at the Regional Procurement Office, each bid is Kshs. 1,000.00 (One Thousand Shillings Only) which is non-refundable. The documents can also be downloaded for free from KeRRA website www.kerra.go.ke.

 

 

QUALIFICATION FOR TENDERING

Mandatory requirements for tendering are;

  1. Certified copy of Certificate of Incorporation
  2. Certified copy of Registration with NCA (Categories 8 and above)
  3. Certified contractors Annual Practicing License.
  4. Certified copy of a Valid Tax Compliance Certificate
  5. Certified copy of a VAT and PIN Certificate
  6. Certified current trading license.
  7. Certified copy of recent CR12 (Issued within the last twelve months before opening date)
  8. Certified copies of National Identity Cards for the Directors listed
  9. Subsequent to presidential directive issued on the COVID-19 Pandemic there shall be no pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids
  10. Thresholds specified in the Tender Document covering the following;
  11. Similar previous experience.
  12. Equipment holding supported by relevant documentation.
  13. Audited accounts for the last three years initialized by both the Director and the Practicing auditor
  14. Proof of having a bank account for the last one year.
  15. Duly filled Confidential Business Questionnaire.
  16. Duly filled form of tender.
  17. Duly filled Bill of quantities.
  18. Well sequentially serialized pages by the bidder.

 

YOUTH WOMEN AND PEOPLE LIVING WITH DISABILITIES

 

  1. From the above mandatory requirements (a, b, c, d, e, f, g, and h) should be provided.
  2. Valid Certified copy of Youth Women and people living with disabilities Certificate for (YAGPO) from The National Treasury.
  3. Tenderers bidding for Persons with Disabilities Bids Must attach certified copies of IDS by NCPWD for the directors who are disabled.
  4. Thresholds specified in the tender Document covering the following.
  5. Equipment holding supported by relevant documentation.
  6. Proof of having a bank account for the last one year
  7. Duly filled Confidential Business Questionnaire.
  8. Duly Filled Form of Tender.
  9. Duly Filled Bills of Quantities.
  10. Well sequentially serialized pages by the bidder.

NOTE:

         

  1. All certifications of documents shall be original and executed by a commissioner of oaths or Notaries Public

 

  1. Bidders shall ensure that attachments provided are legible and information provided is correct and consistence to the best of their knowledge, Provision of incorrect and inconsistent information with an intention to win a tender will lead to automatic disqualification of the bid.
  1. To enhance equity, Bidders may bid for more than one tender pursuant to this Tender Notice but can only be considered for award of one bid under this Tender Notice. Bidders who have been awarded 10% RMLF and 22% RMLF for FY 2022/2023 may apply but will not be considered.

Duly filled Tender Document shall be submitted in sealed envelope (One Document per envelope) marked with Tender Number and Road Name and dropped in the right tender box for

each constituency Address to:

REGIONAL DIRECTOR

KENYA RURAL ROADS AUTHORITY

KISII REGION

P.O.BOX 1084 - 40200

KISII

And be deposited in the Tender Box on or before 8th August, 2023 at 10.00 A.M. Tenders will be opened immediately thereafter in the presence of those Tender’s representatives who choose to attend.

 

Eng. W. O. Nyariki

REGIONAL DIRECTOR

10% RMLF. Kisii region

Download advert here

 

 

KENYA RURAL ROADS AUTHORITY

KISII REGION

P O BOX 1084 KISII.

 

TENDER NOTICE NO.1

DATE:18th June,2019

ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF VARIOUS ROADS UNDER THE 10% RMLF FOR THE FINANCIAL YEAR 2018/19.

 

The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of Rural Roads.

KeRRA (Kisii Region) invites bids from eligible Construction Companies on behalf of Ministry of Transport, Infrastructure, Housing and Urban Development, State Department of Infrastructure to bid for Routine Maintenance and Spot Improvement Works on roads to be funded by the Government of Kenya through the 10% RMLF.

S/No

CONSTITUENCY

ROAD CODE &NAME

RESERVATIONS

TENDER No.

 

1

Bomachoge Borabu

F6169 Ichuni-Ritembu-Kona ya Ngare

Youth/Women

KeRRA/011/KSI/39/49-2-46-18/19

Download

2

Bonchari

D1963  Itibo-Ekerubo-Menyinkwa

Youth/Women

KeRRA/011/KSI/39/71-2-46-18/19

Download

3

G64994  Itierio-Oroche-Iruma-Sewage

Prequalified

KeRRA/011/KSI/39/72-2-46-18/19

Download

4

Kitutu Chache South

C863  Mosasa-Oroboti-Geturi

Prequalified

KeRRA/011/KSI/39/81-2-46-18/19

Download

5

Kitutu Chache North

C863  Geturi-Nyakeyo

Prequalified

KeRRA/011/KSI/39/61-2-46-18/19

Download

6

Nyaribari Chache

G65111 Ibeno-Kabosi-District Border Nyaribari Masaba

Prequalified

KeRRA/011/KSI/39/11-2-46-18/19

Download

7

E6231   Ekenyoru-Nyamemiso

Prequalified

KeRRA/011/KSI/39/13-2-46-18/19

Download

8

Nyaribari Masaba

G65090     Amabuko-Rianyoka-Giensembe

Prequalified

KeRRA/011/KSI/39/28-2-46-18/19

Download

9

C894     Chironge-Chirichiro

Prequalified

KeRRA/011/KSI/39/29-2-46-18/19

Download
           

10

Bomachoge Chache

G65509  Nyansara-Nyamasege

Prequalified

KeRRA/011/KSI/39/58-2-46-18/19

Download

11

Bobasi

C894  Nyacheki-Chironge

Youth

KeRRA/011/KSI/39/39-2-46-18/19

Download

12

C896  Oganda-Bendere Border

Prequalified

KeRRA/011/KSI/39/40-2-46-18/19

Download

13

C896  Nyamache-Iranya

PWD

KeRRA/011/KSI/39/41-2-46-18/19

Download

 

 

 

MANDATORY Pre-bid site shall be held as indicated in the schedule below starting at 10:00am. Bidders are advised to make their own transport arrangements for pre-tender site visits. No transport will be provided.

 

PRE-TENDER SITEVISIT SCHEDULE

No.

CONSTITUENCY

PRE-TENDER

ASSEMBLE

TIME

1.

Nyaribari Masaba

24/06/2019

CRO Office Masimba

10.00AM

2.

Bonchari

CDF  Office Suneka

3.

Nyaribari Chache

Regional Office

4.

Bomachoge Chache

25/06/2019

KeRRA Office Ogembo

5.

Bobasi

KeRRA Office Ogembo

6.

Bomachoge Borabu

26/06/2019

CDF Office Kenyenya

7.

Kitutu Chache South

Regional Office

8.

Kitutu Chache North

CDF Office Marani

Interested pre-qualified and eligible tenderers are requested to download full details of the advertisement and tender documents from the Authority’s Website www.kerra.go.ke with effect from 20th June, 2019 and register with the Supply Chain Management Office (procurement office) to ensure a serial number is allocated to the bid document. Those not able to download may obtain complete tender Documents from the regional office at KeRRAKisii as from 20th June, 2019 during normal working hours upon payment of anon-refundable fee of Ksh.1, 000 (One Thousand only)  deposited directly to Kenya Commercial Bank (KCB) as indicated below;

Branch Name                        : - Moi Avenue, Nairobi

Account No.               : - 1114343196

Account Name           : -KeRRAA-1-A

Transacted by            :  R24..... (Firm name)

The Tenderer shall prepare one original copy and a copy of the Tender Documents as described in the Instructions to Tenderers.

The Completed sealed bids in separate envelopes clearly labelled for each Tender No. MUST be submitted to the address below or deposited in the tender box on or before the d

ates, as indicated in the table below at 10:30 am. Thereafter, opening of the bids will take place at the same venue starting from 10:30am.as below

Notification of outcome to all tenderers will be made on the KeRRA- Kisii Regional Office notice board when the process is over and more information will be availed from the Supply Chain Management Office (procurement office).

 

 

S.NO.

CONSTITUENCY

DATE

TIME

1

Nyaribari Masaba

03/07/2019

10:30 a.m

2

Kitutu Chache South

3

Bomachoge Chache

4

Nyaribari  Chache

04/07/2019

 5.

Bobasi

 6.

Bomachoge Borabu

 7.

Bonchari

05/07/2019

 8.

Kitutu Chache North

 

 

Deputy Director (Kisii),

Kenya Rural Roads Authority,

P O Box 1084-00100,

KISII.

Deputy Director,

KISII REGION

KENYA RURAL ROADS AUTHORITY

 

2. What are the functions of the Authority?

KeRRA is responsible for the management, development, rehabilitation and maintenance of rural roads, classified as D, E and others.

22% RMLF & 10% SAVINGS FY 2022-2023 FOR HOMABAY REGION

 

 

 

 

 

KENYA RURAL ROADS AUTHORITY

                                                                                                      REGIONAL OFFICE,

Tel: +254 769 399                                                                                             HOMABAY REGION

Email:This email address is being protected from spambots. You need JavaScript enabled to view it.                                                                            P.O. Box 550-40300,

                                                                                                                          HOMABAY.                                                                                                                                                                                                                                                                                                                                                                                                                               

                                                                                    

                                                                                                                         Date: 21st  August,2023

TENDER NOTICE

INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS

 

The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of the management, development, rehabilitation and maintenance of rural roads.

Bids are invited from contractors who are registered in the respective Constituencies in Homabay Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under 22% RMLF Savings and 10%RMLF Savings Funding Source, F/Y 2022/2023.

 DOWNLOAD ADVERT HERE

 

           S/No.

Road Name and Tender No.

Work Category

Constituency

Reservation

 

1

E1028:JN Kanyadhinag -Simbi

KeRRA/HB/KARA/08/39/51/22%RMLF -S/22|23-135

C

Karanyuonyo

OPEN

download

2

U_G6971:Kirima Sch –Kuoyo SDA -Kapis

KeRRA/HB/KARA/08/39/51/22%RMLF-S/22/23-136

C

Karanyuonyo

PWD

download

3

UNCL008:Namba Ogilo center –Ogilo Secondary

KeRRA/HB/KAB/08/39/51/22%RMLF-S/22|23-137

C

Kabondo

YOUTH

download

4

Uncl120: Nyandolo –Miriu

KeRRA/HB/KAB/08/39/51/22%RMLF-S/22|23-138

C

Kabondo

OPEN

download

5

U_G61211: Ongamo – JN Katun

KeRRA/HB/KAS/08/39/51/22%RMLF-S/22|23-139

C

Kasipul

OPEN

download

6

URP7-S:Kigoto –Nyamadede- Kumbatha(Box Culvert)

KeRRA/HB/SUB/08/39/51/22%RMLF-S/22|23-140

B

Suba

OPEN

download

7

URA16-S:Kaugege – Beach Access Road

KeRRA/HB/MBT/08/39/51/22%RMLF-S/22|23-141

C

Mbita

WOMEN

download

8

Uncl: Gogo-Katuma -Kijawa

KeRRA/HB/HBT/08/39/51/22%RMLF-S/22|23-142

C

Homabay Town

OPEN

download

9

C872:Kabodo - Kadio

KeRRA/HB/NDW/08/39/51/22%RMLF-S/22|23-143

C

Ndhiwa

OPEN

download

10

Uncl006:Onganga –Nyachar -Anyinjo

KeRRA/HB/RAN/08/39/51/22%RMLF-S/22|23-144

 

Rangwe

YOUTH

download

11

E213J1:Adiedo –Twist –Donga Primary -Border

KeRRA/HB/KARA/08/39/51/10%RMLF-S/22|23-145

C

Karachuonyo

OPEN

download

12

Kakapere Junct – Kadie Secondary KeRRA/HB/KAB/08/39/51/10%RMLF-S/22|23-146

C

Kabondo

YOUTH

download

13

Uncl144:Bongu –Kachieng -Awach

KeRRA/HB/KAS/08/39/51/10%RMLF-S/22|23-147

C

Kasipul

OPEN

download

14

Uncl:Luwimi –Rang’wa –Rowo Road KeRRA/HB/SUB/08/39/51/10%RMLF-S22|23-148

C

Suba South

OPEN

download

15

Uncl137:JN Mbita High School -Kawaater KeRRA/HB/MBT/08/39/51/10%-RMFLS/22|23-149

C

Mbita

OPEN

download

16

R12 Disii –Yogo

 KeRRA/HB/HBT/08/39/51/10%RMLF-S/22|23-150

C

Homabay Town

OPEN

download

17

Uncl Sing;enge Box Culvert Protection works KeRRA/HB/NDW/08/39/51/10%RMLF-S/22|23-151

C

Ndhiwa

WOMEN

download

18

Uncl: Omoche - Anyalo KeRRA/HB/RAN/08/39/51/10%RMLF-S/22|23-152

C

Rangwe

OPEN

download

INSTRUCTIONS TO TENDERES

  1. Bidders who are prequalified in respective work categories and Constituencies may tender.
  1. The scope of works for various contracts are as stipulated in Tender Documents and in the

          Contractors registered in work categories which have been outlined above.

  1. Bidders participating under Y, W&PWD need not be prequalified and their qualification

          criteria is outlined in the Bid document.

  1. Bidders participating under Youth, Women or Persons with Disability Must attach copies of

         their registration certificates issued by National Treasury.

  1. All MANDATORY requirements must be attached:
  1. Other qualification requirements are as outlined in the Tender Document.
  1. Bidders are requested to continually check the KeRRA website www.kerra.go.ke for any

         Tender addenda or clarifications that may arise before submission date.

  1. Pretender site visit is Mandatory, bidders are required to liaise with the respective

          Constituency Roads Officer to visit Site and thereafter collect duly Signed Pretender Site

          Certificate from the respective Constituency Roads Officer.

Interested eligible bidders will download the tender documents from the Kenya Rural Roads

Authority (KeRRA) website: www.kerra.go.ke from 23rdAugust,2023.

Duly filled Tender Documents in plain sealed envelopes marked with respective tender number,

Project Name and constituency should be addressed to:

Regional Director - Roads,

Kenya Rural Roads Authority,

P.O. Box 550-40300

HOMABAY

All filled and sealed tenders MUST be submitted not later than 11.00 am on or before 29th August 2023, Homabay Regional Office.

The opening of the tenders will take place immediately thereafter at Homabay Regional Office in the

Presence of Bidders and or their representatives.

.

NB: Canvassing by tenderers will lead to automatic disqualification.

Senior Supply Chain Management Officer,

For: REGIONAL DIRECTOR

HOMABAY REGION

22% RMLF Kajiado West, 2020-2021

KENYA RURAL ROADS AUTHORITY

KAJIADO REGIONAL OFFICE

P.O.BOX 64,

KAJIADO

                                                                                                                                                                                                              15th October, 2020

 

TENDER NOTICE (22% RMLF) 2020 – 2021

DOWNLOAD TENDER ADVERT HERE

 

Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility to Manage, Develop, Rehabilitate and Maintain Rural Roads.

The Authority invites sealed tenders from PRE-QUALIFIED BIDDERS IN THE REGION for maintenance and improvement of the following Roads in Kajiado West to be funded using 22% RMLF.

Interested bidders should attach relevant documents which will be used as minimum requirements to support their bids.

Road Code

Road Name

Tender No.

Road works Category

Pre-tender site visit Date

Category

Tender Documents

F7004

Njoronyori - Mpeti

KeRRA/11/KJD/39/001/2020-2021

C

None

All

DOWNLOAD TENDER DOCUMENT HERE

C436

Kona Baridi - Kipeto

KeRRA/11/KJD/39/002/2020-2021

C

None

All

DOWNLOAD TENDER DOCUMENT HERE

C436

Kipeto - Oloyangalani

KeRRA/11/KJD/39/003/2020-2021

C

None

All

DOWNLOAD TENDER DOCUMENT HERE

C726

Najile - Enkorika

KeRRA/11/KJD/39/004/2020-2021

C

None

Women

DOWNLOAD TENDER DOCUMENT HERE

 

 

1)          SCOPE OF WORKS

              The scope of works is as detailed in the Tender Document

2)          The minimum requirements for Bidding are as follows:

Tenderers shall include the following information and documents with their tenders, unless otherwise stated:

  • Principal place of business;
  • Total monetary value of construction work performed for each of the last five years;
  • Similar previous experience in Road works
  • Major items of construction equipment owned and or signed lease agreement(s);
  • Qualifications and experience of key site management and technical personnel proposed for the Contract;
  • Submit written power of attorney authorizing the signatory to commit the bidder
  • Authority to seek references from the Tenderer’s bankers.
  • Certified copies of Registration with National Construction Authority valid at the date of tender submission
  • Certified copies of Certificate of Incorporation
  • Certified copies of VAT Registration Certificate
  • Certified copies of Valid Tax compliance certificate
  • Certified copies of PIN registration certificate
  • Current litigation information
  • For the special categories (i.e. the youth, women and persons with disabilities), the bidder must be registered under the Public Procurement and Asset Disposal Act, 2015 for Access to Government Procurement Opportunities (AGPO) program.
  • Certified copy of CR12 certificate
  • All pages of the tender Document must be serialized sequently from start to the end
  • Attach a brief work methodology
  • Due to the COVID 19 Pandemic, there shall be no Pretender site visit. Bidders are encouraged to acquaint themselves with the site conditions at their own convenience.

Tender documents may be obtained from KeRRA Website: www.kerra.go.ke, from  16th  October, 2020

Completed bid documents, to be enclosed in a plain sealed envelope marked with the Tender name and number should be addressed to:

The Deputy Director Roads

Kenya Rural Roads Authority

Kajiado Region

P.O. Box 64 - 01100,              

Kajiado

and deposited in the tender box located at the KERRA OFFICES, KAJIADO on or before Friday, 30th October 2020 at 10.00 am. Tenders will be opened immediately thereafter and contractors who wish to be present during tender opening can attend. However, the Government Directives on COVID 19 shall be strictly observed.

The Authority reserves the right to accept or reject any tender and is not bound to accept the lowest or any tender

 

 

 

SENIOR SUPPLY CHAIN OFFICER

FOR: DEPUTY DIRECTOR ROADS

 

22% RMLF SAVINGS FY 2022/2023 FOR BOMACHOGE BORABU CONSTITUENCY

                                                                                                                                                                     WI/24

KENYA RURAL ROADS AUTHORITY

Tel:  : 0790094945                                                                                 Regional Director

Fax:                                                                                                        Kisii Region

E-mail: This email address is being protected from spambots. You need JavaScript enabled to view it.                                                                  P.O. Box 1084-40200

Website: www.Kerra.go.ke                                                                    KISII

REF NO: KeRRA/15/KSI/11/ITT/VOL.3/020                                       Date: 25th July, 2023

 

INVITATION TO TENDER

22% RMLF SAVINGS FOR BOMACHOGE BORABU CONSTITUENCY  

 

Kenya Rural Roads Authority (KeRRA) – Kisii Region invites bids from contractors in the stated Category for financial year 2022/2023 in the Region for the Procurement of below stated Roads funded by 22% RMLF Savings Allocation Financial Year 2022-2023.

DOWNLOAD ADVERT HERE

 

S/NO

 

PACKAGE

NO.

 

TENDER No.

 

TENDER NAME & CODE

 

CATEGORY

 

1

181

KeRRA/08/24/KSI/39/BB/2-46-2022/2023-181

Riokindo-Riasaa (G65422)

Prequalified

DOWNLOAD

The Tender Documents can be bought at the Kisii Regional Headquarters, Regional Accounts Office with Bankers Deposit Slips Payable to KCB Bank Account Name KeRRA A.I.A A/C No. 11143433196 and documents collected at the Regional Procurement Office, each bid is Kshs. 1,000.00 (One Thousand Shillings Only) which is non-refundable. The documents can also be downloaded for free from KeRRA website www.kerra.go.ke.

 

QUALIFICATION FOR TENDERING

 

Mandatory requirements for tendering are;

 

  1. Certified copy of Certificate of Incorporation
  2. Certified copy of Registration with NCA (Categories 8 and above)
  3. Certified contractors Annual Practicing License.
  4. Certified copy of a Valid Tax Compliance Certificate
  5. Certified copy of a VAT and PIN Certificate
  6. Certified current trading license.
  7. Certified copy of recent CR12 (Issued within the last twelve months before opening date)
  8. Certified copies of National Identity Cards for the Directors listed
  9. Subsequent to presidential directive issued on the COVID-19 Pandemic there shall be no pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids
  10. Thresholds specified in the Tender Document covering the following;
  1. Similar previous experience.
  2. Equipment holding supported by relevant documentation.
  3. Audited accounts for the last three years initialized by both the Director and the Practicing auditor
  4. Proof of having a bank account for the last one year.
  5. Duly filled Confidential Business Questionnaire.
  6. Duly filled form of tender.
  7. Duly filled Bill of quantities.
  8. Well sequentially serialized pages by the bidder.

 

YOUTH WOMEN AND PEOPLE LIVING WITH DISABILITIES

 

  1. From the above mandatory requirements (a, b, c, d, e, f, g, and h) should be provided.
  2. Valid Certified copy of Youth Women and people living with disabilities Certificate for (YAGPO) from The National Treasury.
  3. Tenderers bidding for Persons with Disabilities Bids Must attach certified copies of IDS by NCPWD for the directors who are disabled.
  4. Thresholds specified in the tender Document covering the following.
  5. Equipment holding supported by relevant documentation.
  6. Proof of having a bank account for the last one year
  7. Duly filled Confidential Business Questionnaire.
  8. Duly Filled Form of Tender.
  9. Duly Filled Bills of Quantities.
  10. Well sequentially serialized pages by the bidder.

NOTE:

         

  1. All certifications of documents shall be original and executed by a commissioner of oaths or Notaries Public

 

  1. Bidders shall ensure that attachments provided are legible and information provided is correct and consistence to the best of their knowledge, Provision of incorrect and inconsistent information with an intention to win a tender will lead to automatic disqualification of the bid.
  1. To enhance equity, Bidders may bid for more than one tender pursuant to this Tender Notice but can only be considered for award of one bid under this Tender Notice. Bidders who have been awarded 10% RMLF and 22% RMLF for FY 2022/2023 may apply but will not be considered.

Duly filled Tender Document shall be submitted in sealed envelope (One Document per envelope) marked with Tender Number and Road Name and dropped in the right tender box for

each constituency Address to:

REGIONAL DIRECTOR

KENYA RURAL ROADS AUTHORITY

KISII REGION

P.O.BOX 1084 - 40200

KISII

And be deposited in the Tender Box on or before 8th August, 2023 at 10.00 A.M. Tenders will be opened immediately thereafter in the presence of those Tender’s representatives who choose to attend.

 

Eng. W. O. Nyariki

REGIONAL DIRECTOR

22% RMLF SAVINGS FY 2022-2023 FOR BOMACHOGE CHACHE CONSTITUENCY

                                                                                                                                                                     WI/24

KENYA RURAL ROADS AUTHORITY

Tel:  : 0790094945                                                                                 Regional Director

Fax:                                                                                                        Kisii Region

E-mail: This email address is being protected from spambots. You need JavaScript enabled to view it.                                                                  P.O. Box 1084-40200

Website: www.Kerra.go.ke                                                                    KISII

REF NO: KeRRA/15/KSI/11/ITT/VOL.3/012                                       Date: 25th July, 2023

 

INVITATION TO TENDER

22% RMLF SAVINGS FOR BOMACHOGE CHACHE CONSTITUENCY 

 

DOWNLOAD ADVERT HERE 

Kenya Rural Roads Authority (KeRRA) – Kisii Region invites bids from contractors in the stated Category for financial year 2022/2023 in the Region for the Procurement of below stated Roads funded by 22% RMLF Savings Allocation Financial Year 2022-2023.

 

S/NO

 

PACKAGE

NO.

 

TENDER No.

 

TENDER NAME & CODE

 

CATEGORY

 

1

154

KeRRA/08/24/KSI/39/BC/2-46-2022/2023-154

Sameta-Egetuki (G65531)

Prequalified

DOWNLOAD

2

155

KeRRA/08/24/KSI/39/BC/2-46-2022/2023-155

Nyamiobo-Riotonyi-Kebege (G65542)

Prequalified

DOWNLOAD

3

156

KeRRA/08/24/KSI/39/BC/2-46-2022/2023-156

Tendere Jnct-Enamba-Omosocho (G64448)

Women

DOWNLOAD

The Tender Documents can be bought at the Kisii Regional Headquarters, Regional Accounts Office with Bankers Deposit Slips Payable to KCB Bank Account Name KeRRA A.I.A A/C No. 11143433196 and documents collected at the Regional Procurement Office, each bid is Kshs. 1,000.00 (One Thousand Shillings Only) which is non-refundable. The documents can also be downloaded for free from KeRRA website www.kerra.go.ke.

 

QUALIFICATION FOR TENDERING

 

Mandatory requirements for tendering are;

 

  1. Certified copy of Certificate of Incorporation
  2. Certified copy of Registration with NCA (Categories 8 and above)
  3. Certified contractors Annual Practicing License.
  4. Certified copy of a Valid Tax Compliance Certificate
  5. Certified copy of a VAT and PIN Certificate
  6. Certified current trading license.
  7. Certified copy of recent CR12 (Issued within the last twelve months before opening date)
  8. Certified copies of National Identity Cards for the Directors listed
  1. Subsequent to presidential directive issued on the COVID-19 Pandemic there shall be no pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids
  2. Thresholds specified in the Tender Document covering the following;
  3. Similar previous experience.
  4. Equipment holding supported by relevant documentation.
  5. Audited accounts for the last three years initialized by both the Director and the Practicing auditor
  6. Proof of having a bank account for the last one year.
  7. Duly filled Confidential Business Questionnaire.
  8. Duly filled form of tender.
  9. Duly filled Bill of quantities.
  10. Well sequentially serialized pages by the bidder.

 

YOUTH WOMEN AND PEOPLE LIVING WITH DISABILITIES

 

  1. From the above mandatory requirements (a, b, c, d, e, f, g, and h)
  2. Valid Certified copy of Youth Women and people living with disabilities Certificate for (YAGPO) from The National Treasury.
  3. Tenderers bidding for Persons with Disabilities Bids Must attach certified copies of IDS by NCPWD for the directors who are disabled.
  4. Thresholds specified in the tender Document covering the following.
  5. Equipment holding supported by relevant documentation.
  6. Proof of having a bank account for the last one year
  7. Duly filled Confidential Business Questionnaire.
  8. Duly Filled Form of Tender.
  9. Duly Filled Bills of Quantities.
  10. Well sequentially serialized pages by the bidder.

NOTE:

         

  1. All certifications of documents shall be original and executed by a commissioner of oaths or Notaries Public

 

  1. Bidders shall ensure that attachments provided are legible and information provided is correct and consistence to the best of their knowledge, Provision of incorrect and inconsistent information with an intention to win a tender will lead to automatic disqualification of the bid.
  1. To enhance equity, Bidders may bid for more than one tender pursuant to this Tender Notice but can only be considered for award of one bid under this Tender Notice. Bidders who have been awarded 10% RMLF and 22% RMLF for FY 2022/2023 may apply but will not be considered.

Duly filled Tender Document shall be submitted in sealed envelope (One Document per envelope) marked with Tender Number and Road Name and dropped in the right tender box for

each constituency Address to:

REGIONAL DIRECTOR

KENYA RURAL ROADS AUTHORITY

KISII REGION

P.O.BOX 1084 - 40200

KISII

And be deposited in the Tender Box on or before 8th August, 2023at 10.00 A.M. Tenders will be opened immediately thereafter in the presence of those Tender’s representatives who choose to attend.

 

Eng. W. O. Nyariki

REGIONAL DIRECTOR

22% RMLF SAVINGS FY 2022/2023 FOR BOBASI CONSTITUENCY

                                                                                                                                                                     WI/24

KENYA RURAL ROADS AUTHORITY

Tel:  : 0790094945                                                                                 Regional Director

Fax:                                                                                                        Kisii Region

E-mail: This email address is being protected from spambots. You need JavaScript enabled to view it.                                                                  P.O. Box 1084-40200

Website: www.Kerra.go.ke                                                                    KISII

REF NO: KeRRA/15/KSI/11/ITT/VOL.3/013                                       Date: 25th July, 2023

 

INVITATION TO TENDER

22% RMLF SAVINGS FOR BOBASI CONSTITUENCY  

 

Kenya Rural Roads Authority (KeRRA) – Kisii Region invites bids from contractors in the stated Category for financial year 2022/2023 in the Region for the Procurement of below stated Roads funded by 22% RMLF Savings Allocation Financial Year 2022-2023.

DOWNLOAD ADVERT HERE

 

S/NO

 

PACKAGE

NO.

 

TENDER No.

 

TENDER NAME & CODE

 

CATEGORY

 

1

154

KeRRA/08/24/KSI/39/BOB/2-46-2022/2023-157

Igare-Borangi (F6164)

Prequalified

DOWNLOAD

The Tender Documents can be bought at the Kisii Regional Headquarters, Regional Accounts Office with Bankers Deposit Slips Payable to KCB Bank Account Name KeRRA A.I.A A/C No. 11143433196 and documents collected at the Regional Procurement Office, each bid is Kshs. 1,000.00 (One Thousand Shillings Only) which is non-refundable. The documents can also be downloaded for free from KeRRA website www.kerra.go.ke.

 

QUALIFICATION FOR TENDERING

 

Mandatory requirements for tendering are;

 

  1. Certified copy of Certificate of Incorporation
  2. Certified copy of Registration with NCA (Categories 8 and above)
  3. Certified contractors Annual Practicing License.
  4. Certified copy of a Valid Tax Compliance Certificate
  5. Certified copy of a VAT and PIN Certificate
  6. Certified current trading license.
  7. Certified copy of recent CR12 (Issued within the last twelve months before opening date)
  8. Certified copies of National Identity Cards for the Directors listed
  1. Subsequent to presidential directive issued on the COVID-19 Pandemic there shall be no pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids
  2. Thresholds specified in the Tender Document covering the following;
  3. Similar previous experience.
  4. Equipment holding supported by relevant documentation.
  5. Audited accounts for the last three years initialized by both the Director and the Practicing auditor
  6. Proof of having a bank account for the last one year.
  7. Duly filled Confidential Business Questionnaire.
  8. Duly filled form of tender.
  9. Duly filled Bill of quantities.
  10. Well sequentially serialized pages by the bidder.

 

YOUTH WOMEN AND PEOPLE LIVING WITH DISABILITIES

 

  1. From the above mandatory requirements (a, b, c, d, e, f, g, and h) should be provided.
  2. Valid Certified copy of Youth Women and people living with disabilities Certificate for (YAGPO) from The National Treasury.
  3. Tenderers bidding for Persons with Disabilities Bids Must attach certified copies of IDS by NCPWD for the directors who are disabled.
  4. Thresholds specified in the tender Document covering the following.
  5. Equipment holding supported by relevant documentation.
  6. Proof of having a bank account for the last one year
  7. Duly filled Confidential Business Questionnaire.
  8. Duly Filled Form of Tender.
  9. Duly Filled Bills of Quantities.
  10. Well sequentially serialized pages by the bidder.

NOTE:

         

  1. All certifications of documents shall be original and executed by a commissioner of oaths or Notaries Public

 

  1. Bidders shall ensure that attachments provided are legible and information provided is correct and consistence to the best of their knowledge, Provision of incorrect and inconsistent information with an intention to win a tender will lead to automatic disqualification of the bid.
  1. To enhance equity, Bidders may bid for more than one tender pursuant to this Tender Notice but can only be considered for award of one bid under this Tender Notice. Bidders who have been awarded 10% RMLF and 22% RMLF bids for FY 2022/2023 may apply but will not be considered.

Duly filled Tender Document shall be submitted in sealed envelope (One Document per envelope) marked with Tender Number and Road Name and dropped in the right tender box for

each constituency Address to:

REGIONAL DIRECTOR

KENYA RURAL ROADS AUTHORITY

KISII REGION

P.O.BOX 1084 - 40200

KISII

And be deposited in the Tender Box on or before 8th August, 2023 at 10.00 A.M. Tenders will be opened immediately thereafter in the presence of those Tender’s representatives who choose to attend.

 

Eng. W. O. Nyariki

REGIONAL DIRECTOR

22% RMLF SAVINGS FY 2022/2023 FOR BONCHARI CONSTITUENCY

                                                                                                                                                                     WI/24

KENYA RURAL ROADS AUTHORITY

Tel:  : 0790094945                                                                                 Regional Director

Fax:                                                                                                        Kisii Region

E-mail: This email address is being protected from spambots. You need JavaScript enabled to view it.                                                                  P.O. Box 1084-40200

Website: www.Kerra.go.ke                                                                    KISII

REF NO: KeRRA/15/KSI/11/ITT/VOL.3/016                                       Date: 25th July, 2023

 

INVITATION TO TENDER

22% RMLF SAVINGS FOR BONCHARI CONSTITUENCY  

 

Kenya Rural Roads Authority (KeRRA) – Kisii Region invites bids from contractors in the stated Category for financial year 2022/2023 in the Region for the Procurement of below stated Roads funded by 22% RMLF Savings Allocation Financial Year 2022-2023.

DOWNLOAD ADVERT HERE

 

S/NO

 

PACKAGE

NO.

 

TENDER No.

 

TENDER NAME & CODE

 

CATEGORY

 

1

162

KeRRA/08/24/KSI/39/BON/2-46-2022/2023-162

Kerina-Nyameuru-Nyasagati-Mwata (G64991)

Women

DOWNLOAD

2

163

KeRRA/08/24/KSI/39/BON/2-46-2022/2023-163

Iyabe-Sigisi (G65648)

Youth

DOWNLOAD

3

168

KeRRA/08/24/KSI/39/BON/2-46-2022/2023-168

Nyamaonde-Metaburo-Bonyaoro-Motonto (E6211)

Prequalified

DOWNLOAD

The Tender Documents can be bought at the Kisii Regional Headquarters, Regional Accounts Office with Bankers Deposit Slips Payable to KCB Bank Account Name KeRRA A.I.A A/C No. 11143433196 and documents collected at the Regional Procurement Office, each bid is Kshs. 1,000.00 (One Thousand Shillings Only) which is non-refundable. The documents can also be downloaded for free from KeRRA website www.kerra.go.ke.

 

QUALIFICATION FOR TENDERING

 

Mandatory requirements for tendering are;

 

  1. Certified copy of Certificate of Incorporation
  2. Certified copy of Registration with NCA (Categories 8 and above)
  3. Certified contractors Annual Practicing License.
  4. Certified copy of a Valid Tax Compliance Certificate
  5. Certified copy of a VAT and PIN Certificate
  6. Certified current trading license.
  1. Certified copy of recent CR12 (Issued within the last twelve months before opening date)
  2. Certified copies of National Identity Cards for the Directors listed
  3. Subsequent to presidential directive issued on the COVID-19 Pandemic there shall be no pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids
  4. Thresholds specified in the Tender Document covering the following;
  5. Similar previous experience.
  6. Equipment holding supported by relevant documentation.
  7. Audited accounts for the last three years initialized by both the Director and the Practicing auditor
  8. Proof of having a bank account for the last one year.
  9. Duly filled Confidential Business Questionnaire.
  10. Duly filled form of tender.
  11. Duly filled Bill of quantities.
  12. Well sequentially serialized pages by the bidder.

 

YOUTH WOMEN AND PEOPLE LIVING WITH DISABILITIES

 

  1. From the above mandatory requirements (a, b, c, d, e, f, g, and h) should be provided.
  2. Valid Certified copy of Youth Women and people living with disabilities Certificate for (YAGPO) from The National Treasury.
  3. Tenderers bidding for Persons with Disabilities Bids Must attach certified copies of IDS by NCPWD for the directors who are disabled.
  4. Thresholds specified in the tender Document covering the following.
  5. Equipment holding supported by relevant documentation.
  6. Proof of having a bank account for the last one year
  7. Duly filled Confidential Business Questionnaire.
  8. Duly Filled Form of Tender.
  9. Duly Filled Bills of Quantities.
  10. Well sequentially serialized pages by the bidder.

NOTE:

         

  1. All certifications of documents shall be original and executed by a commissioner of oaths or Notaries Public

 

  1. Bidders shall ensure that attachments provided are legible and information provided is correct and consistence to the best of their knowledge, Provision of incorrect and inconsistent information with an intention to win a tender will lead to automatic disqualification of the bid.
  1. To enhance equity, Bidders may bid for more than one tender pursuant to this Tender Notice but can only be considered for award of one bid under this Tender Notice. Bidders who have been awarded 10% RMLF and 22% RMLF for FY 2022/2023 may apply but will not be considered.

Duly filled Tender Document shall be submitted in sealed envelope (One Document per envelope) marked with Tender Number and Road Name and dropped in the right tender box for

each constituency Address to:

REGIONAL DIRECTOR

KENYA RURAL ROADS AUTHORITY

KISII REGION

P.O.BOX 1084 - 40200

KISII

And be deposited in the Tender Box on or before 8th August, 2023 at 10.00 A.M. Tenders will be opened immediately thereafter in the presence of those Tender’s representatives who choose to attend.

 

Eng. W. O. Nyariki

REGIONAL DIRECTOR

22% RMLF SAVINGS FY 2022/2023 FOR KITUTU CHACHE SOUTH CONSTITUENCY

                                                                                                                                                                     WI/24

KENYA RURAL ROADS AUTHORITY

Tel:  : 0790094945                                                                                 Regional Director

Fax:                                                                                                        Kisii Region

E-mail: This email address is being protected from spambots. You need JavaScript enabled to view it.                                                                  P.O. Box 1084-40200

Website: www.Kerra.go.ke                                                                    KISII

REF NO: KeRRA/15/KSI/11/ITT/VOL.3/017                                       Date: 25th July, 2023

 

INVITATION TO TENDER

22% RMLF SAVINGS FOR KITUTU CHACHE SOUTH CONSTITUENCY  

 

Kenya Rural Roads Authority (KeRRA) – Kisii Region invites bids from contractors in the stated Category for financial year 2022/2023 in the Region for the Procurement of below stated Roads funded by 22% RMLF Savings Allocation Financial Year 2022-2023.

DOWNLOAD ADVERT HERE

 

S/NO

 

PACKAGE

NO.

 

TENDER No.

 

TENDER NAME & CODE

 

CATEGORY

 

1

165

KeRRA/08/24/KSI/39/KCS/2-46-2022/2023-165

Getare-Riogaro-Jokevilla (U-P26 KISII)

Prequalified

DOWNLOAD

2

166

KeRRA/08/24/KSI/39/KCS/2-46-2022/2023-166

Mosocho-Gesieka (G64963)

Prequalified

DOWNLOAD

3

167

KeRRA/08/24/KSI/39/KCS/2-46-2022/2023-167

Nyabururu-Keore (G64977)

PWD

DOWNLOAD

The Tender Documents can be bought at the Kisii Regional Headquarters, Regional Accounts Office with Bankers Deposit Slips Payable to KCB Bank Account Name KeRRA A.I.A A/C No. 11143433196 and documents collected at the Regional Procurement Office, each bid is Kshs. 1,000.00 (One Thousand Shillings Only) which is non-refundable. The documents can also be downloaded for free from KeRRA website www.kerra.go.ke.

 

QUALIFICATION FOR TENDERING

 

Mandatory requirements for tendering are;

 

  1. Certified copy of Certificate of Incorporation
  2. Certified copy of Registration with NCA (Categories 8 and above)
  3. Certified contractors Annual Practicing License.
  4. Certified copy of a Valid Tax Compliance Certificate
  5. Certified copy of a VAT and PIN Certificate
  6. Certified current trading license.
  7. Certified copy of recent CR12 (Issued within the last twelve months before opening date)
  1. Certified copies of National Identity Cards for the Directors listed
  2. Subsequent to presidential directive issued on the COVID-19 Pandemic there shall be no pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids
  3. Thresholds specified in the Tender Document covering the following;
  4. Similar previous experience.
  5. Equipment holding supported by relevant documentation.
  6. Audited accounts for the last three years initialized by both the Director and the Practicing auditor
  7. Proof of having a bank account for the last one year.
  8. Duly filled Confidential Business Questionnaire.
  9. Duly filled form of tender.
  10. Duly filled Bill of quantities.
  11. Well sequentially serialized pages by the bidder.

 

YOUTH WOMEN AND PEOPLE LIVING WITH DISABILITIES

 

  1. From the above mandatory requirements (a, b, c, d, e, f, g, and h) should be provided.
  2. Valid Certified copy of Youth Women and people living with disabilities Certificate for (YAGPO) from The National Treasury.
  3. Tenderers bidding for Persons with Disabilities Bids Must attach certified copies of IDS by NCPWD for the directors who are disabled.
  4. Thresholds specified in the tender Document covering the following.
  5. Equipment holding supported by relevant documentation.
  6. Proof of having a bank account for the last one year
  7. Duly filled Confidential Business Questionnaire.
  8. Duly Filled Form of Tender.
  9. Duly Filled Bills of Quantities.
  10. Well sequentially serialized pages by the bidder.

NOTE:

         

  1. All certifications of documents shall be original and executed by a commissioner of oaths or Notaries Public

 

  1. Bidders shall ensure that attachments provided are legible and information provided is correct and consistence to the best of their knowledge, Provision of incorrect and inconsistent information with an intention to win a tender will lead to automatic disqualification of the bid.
  1. To enhance equity, Bidders may bid for more than one tender pursuant to this Tender Notice but can only be considered for award of one bid under this Tender Notice. Bidders who have been awarded 10% RMLF and 22% RMLF for FY 2022/2023 may apply but will not be considered.

Duly filled Tender Document shall be submitted in sealed envelope (One Document per envelope) marked with Tender Number and Road Name and dropped in the right tender box for

each constituency Address to:

REGIONAL DIRECTOR

KENYA RURAL ROADS AUTHORITY

KISII REGION

P.O.BOX 1084 - 40200

KISII

And be deposited in the Tender Box on or before 8th August, 2023 at 10.00 A.M. Tenders will be opened immediately thereafter in the presence of those Tender’s representatives who choose to attend.

 

Eng. W. O. Nyariki

REGIONAL DIRECTOR

22% RMLF SAVINGS FY 2022/2023 FOR NYARIBARI CHACHE CONSTITUENCY

                                                                                                                                                                     WI/24

KENYA RURAL ROADS AUTHORITY

Tel:  : 0790094945                                                                                 Regional Director

Fax:                                                                                                        Kisii Region

E-mail: This email address is being protected from spambots. You need JavaScript enabled to view it.                                                                  P.O. Box 1084-40200

Website: www.Kerra.go.ke                                                                    KISII

REF NO: KeRRA/15/KSI/11/ITT/VOL.3/014                                       Date: 25th July, 2023

 

INVITATION TO TENDER

22% RMLF SAVINGS FOR NYARIBARI CHACHE CONSTITUENCY  

 

Kenya Rural Roads Authority (KeRRA) – Kisii Region invites bids from contractors in the stated Category for financial year 2022/2023 in the Region for the Procurement of below stated Roads funded by 22% RMLF Savings Allocation Financial Year 2022-2023.

DOWNLOAD ADVERT

 

S/NO

 

PACKAGE

NO.

 

TENDER No.

 

TENDER NAME & CODE

 

CATEGORY

 

1

158

KeRRA/08/24/KSI/39/NC/2-46-2022/2023-158

Menyinkwa-Nyansacha-Kiamabundu (K16)

Prequalified

DOWNLOAD

2

159

KeRRA/08/24/KSI/39/NC/2-46-2022/2023-159

Menyinkwa-Otamba (D1963)

Women

DOWNLOAD

The Tender Documents can be bought at the Kisii Regional Headquarters, Regional Accounts Office with Bankers Deposit Slips Payable to KCB Bank Account Name KeRRA A.I.A A/C No. 11143433196 and documents collected at the Regional Procurement Office, each bid is Kshs. 1,000.00 (One Thousand Shillings Only) which is non-refundable. The documents can also be downloaded for free from KeRRA website www.kerra.go.ke.

 

QUALIFICATION FOR TENDERING

 

Mandatory requirements for tendering are;

 

  1. Certified copy of Certificate of Incorporation
  2. Certified copy of Registration with NCA (Categories 8 and above)
  3. Certified contractors Annual Practicing License.
  4. Certified copy of a Valid Tax Compliance Certificate
  5. Certified copy of a VAT and PIN Certificate
  6. Certified current trading license.
  7. Certified copy of recent CR12 (Issued within the last twelve months before opening date)
  8. Certified copies of National Identity Cards for the Directors listed
  1. Subsequent to presidential directive issued on the COVID-19 Pandemic there shall be no pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids
  2. Thresholds specified in the Tender Document covering the following;
  3. Similar previous experience.
  4. Equipment holding supported by relevant documentation.
  5. Audited accounts for the last three years initialized by both the Director and the Practicing auditor
  6. Proof of having a bank account for the last one year.
  7. Duly filled Confidential Business Questionnaire.
  8. Duly filled form of tender.
  9. Duly filled Bill of quantities.
  10. Well sequentially serialized pages by the bidder.

 

YOUTH WOMEN AND PEOPLE LIVING WITH DISABILITIES

 

  1. From the above mandatory requirements (a, b, c, d, e, f, g, and h) should be provided.
  2. Valid Certified copy of Youth Women and people living with disabilities Certificate for (YAGPO) from The National Treasury.
  3. Tenderers bidding for Persons with Disabilities Bids Must attach certified copies of IDS by NCPWD for the directors who are disabled.
  4. Thresholds specified in the tender Document covering the following.
  5. Equipment holding supported by relevant documentation.
  6. Proof of having a bank account for the last one year
  7. Duly filled Confidential Business Questionnaire.
  8. Duly Filled Form of Tender.
  9. Duly Filled Bills of Quantities.
  10. Well sequentially serialized pages by the bidder.

NOTE:

         

  1. All certifications of documents shall be original and executed by a commissioner of oaths or Notaries Public

 

  1. Bidders shall ensure that attachments provided are legible and information provided is correct and consistence to the best of their knowledge, Provision of incorrect and inconsistent information with an intention to win a tender will lead to automatic disqualification of the bid.
  1. To enhance equity, Bidders may bid for more than one tender pursuant to this Tender Notice but can only be considered for award of one bid under this Tender Notice. Bidders who have been awarded 10% RMLF and 22% RMLF for FY 2022/2023 may apply but will not be considered.

Duly filled Tender Document shall be submitted in sealed envelope (One Document per envelope) marked with Tender Number and Road Name and dropped in the right tender box for

each constituency Address to:

REGIONAL DIRECTOR

KENYA RURAL ROADS AUTHORITY

KISII REGION

P.O.BOX 1084 - 40200

KISII

And be deposited in the Tender Box on or before 8th August, 2023 at 10.00 A.M. Tenders will be opened immediately thereafter in the presence of those Tender’s representatives who choose to attend.

 

Eng. W. O. Nyariki

REGIONAL DIRECTOR

22% RMLF SAVINGS FY 2022/2023 FOR NYARIBARI MASABA CONSTITUENCY

                                                                                                                                                                     WI/24

KENYA RURAL ROADS AUTHORITY

Tel:  : 0790094945                                                                                 Regional Director

Fax:                                                                                                        Kisii Region

E-mail: This email address is being protected from spambots. You need JavaScript enabled to view it.                                                                  P.O. Box 1084-40200

Website: www.Kerra.go.ke                                                                    KISII

REF NO: KeRRA/15/KSI/11/ITT/VOL.3/018                                       Date: 25th July, 2023

 

INVITATION TO TENDER

22% RMLF SAVINGS FOR NYARIBARI MASABA CONSTITUENCY  

 

Kenya Rural Roads Authority (KeRRA) – Kisii Region invites bids from contractors in the stated Category for financial year 2022/2023 in the Region for the Procurement of below stated Roads funded by 22% RMLF Savings Allocation Financial Year 2022-2023.

DOWNLOAD ADVERT HERE

 

S/NO

 

PACKAGE

NO.

 

TENDER No.

 

TENDER NAME & CODE

 

CATEGORY

 

1

169

KeRRA/08/24/KSI/39/NM/2-46-2022/2023-169

Gesusu Mkt-Moi Gesusu Sec-Kiomiti (G65155)

Prequalified

DOWNLOAD

The Tender Documents can be bought at the Kisii Regional Headquarters, Regional Accounts Office with Bankers Deposit Slips Payable to KCB Bank Account Name KeRRA A.I.A A/C No. 11143433196 and documents collected at the Regional Procurement Office, each bid is Kshs. 1,000.00 (One Thousand Shillings Only) which is non-refundable. The documents can also be downloaded for free from KeRRA website www.kerra.go.ke.

 

QUALIFICATION FOR TENDERING

 

Mandatory requirements for tendering are;

 

  1. Certified copy of Certificate of Incorporation
  2. Certified copy of Registration with NCA (Categories 8 and above)
  3. Certified contractors Annual Practicing License.
  4. Certified copy of a Valid Tax Compliance Certificate
  5. Certified copy of a VAT and PIN Certificate
  6. Certified current trading license.
  7. Certified copy of recent CR12 (Issued within the last twelve months before opening date)
  8. Certified copies of National Identity Cards for the Directors listed
  9. Subsequent to presidential directive issued on the COVID-19 Pandemic there shall be no pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids
  1. Thresholds specified in the Tender Document covering the following;
  2. Similar previous experience.
  3. Equipment holding supported by relevant documentation.
  4. Audited accounts for the last three years initialized by both the Director and the Practicing auditor
  5. Proof of having a bank account for the last one year.
  6. Duly filled Confidential Business Questionnaire.
  7. Duly filled form of tender.
  8. Duly filled Bill of quantities.
  9. Well sequentially serialized pages by the bidder.

 

YOUTH WOMEN AND PEOPLE LIVING WITH DISABILITIES

 

  1. From the above mandatory requirements (a, b, c, d, e, f, g, and h) should be provided.
  2. Valid Certified copy of Youth Women and people living with disabilities Certificate for (YAGPO) from The National Treasury.
  3. Tenderers bidding for Persons with Disabilities Bids Must attach certified copies of IDS by NCPWD for the directors who are disabled.
  4. Thresholds specified in the tender Document covering the following.
  5. Equipment holding supported by relevant documentation.
  6. Proof of having a bank account for the last one year
  7. Duly filled Confidential Business Questionnaire.
  8. Duly Filled Form of Tender.
  9. Duly Filled Bills of Quantities.
  10. Well sequentially serialized pages by the bidder.

NOTE:

         

  1. All certifications of documents shall be original and executed by a commissioner of oaths or Notaries Public

 

  1. Bidders shall ensure that attachments provided are legible and information provided is correct and consistence to the best of their knowledge, Provision of incorrect and inconsistent information with an intention to win a tender will lead to automatic disqualification of the bid.
  1. To enhance equity, Bidders may bid for more than one tender pursuant to this Tender Notice but can only be considered for award of one bid under this Tender Notice. Bidders who have been awarded 10% RMLF and 22% RMLF for FY 2022/2023 may apply but will not be considered.

Duly filled Tender Document shall be submitted in sealed envelope (One Document per envelope) marked with Tender Number and Road Name and dropped in the right tender box for

each constituency Address to:

REGIONAL DIRECTOR

KENYA RURAL ROADS AUTHORITY

KISII REGION

P.O.BOX 1084 - 40200

KISII

 

And be deposited in the Tender Box on or before 8th August, 2023 at 10.00 A.M. Tenders will be opened immediately thereafter in the presence of those Tender’s representatives who choose to attend.

 

Eng. W. O. Nyariki

REGIONAL DIRECTOR

22% RMLF SAVINGS FY 2022/2023FOR SOUTH MUGIRANGO CONSTITUENCY

                                                                                                                                                                     WI/24

KENYA RURAL ROADS AUTHORITY

Tel:  : 0790094945                                                                                 Regional Director

Fax:                                                                                                        Kisii Region

E-mail: This email address is being protected from spambots. You need JavaScript enabled to view it.                                                                  P.O. Box 1084-40200

Website: www.Kerra.go.ke                                                                    KISII

REF NO: KeRRA/15/KSI/11/ITT/VOL.3/015                                       Date: 25th July, 2023

 

INVITATION TO TENDER

22% RMLF SAVINGS FOR SOUTH MUGIRANGO CONSTITUENCY  

 

Kenya Rural Roads Authority (KeRRA) – Kisii Region invites bids from contractors in the stated Category for financial year 2022/2023 in the Region for the Procurement of below stated Roads funded by 22% RMLF Savings Allocation Financial Year 2022-2023.

DOWNLOAD ADVERT HERE

 

S/NO

 

PACKAGE

NO.

 

TENDER No.

 

TENDER NAME & CODE

 

CATEGORY

 

1

160

KeRRA/08/24/KSI/39/SM/2-46-2022/2023-160

Nyabera-Mochengo (F6155)

Prequalified

DOWNLOAD

2

161

KeRRA/08/24/KSI/39/SM/2-46-2022/2023-161

Riembe-Igare Pri. School (C955)

Youth

DOWNLOAD

The Tender Documents can be bought at the Kisii Regional Headquarters, Regional Accounts Office with Bankers Deposit Slips Payable to KCB Bank Account Name KeRRA A.I.A A/C No. 11143433196 and documents collected at the Regional Procurement Office, each bid is Kshs. 1,000.00 (One Thousand Shillings Only) which is non-refundable. The documents can also be downloaded for free from KeRRA website www.kerra.go.ke.

 

QUALIFICATION FOR TENDERING

 

Mandatory requirements for tendering are;

 

  1. Certified copy of Certificate of Incorporation
  2. Certified copy of Registration with NCA (Categories 8 and above)
  3. Certified contractors Annual Practicing License.
  4. Certified copy of a Valid Tax Compliance Certificate
  5. Certified copy of a VAT and PIN Certificate
  6. Certified current trading license.
  7. Certified copy of recent CR12 (Issued within the last twelve months before opening date)
  8. Certified copies of National Identity Cards for the Directors listed
  1. Subsequent to presidential directive issued on the COVID-19 Pandemic there shall be no pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids
  2. Thresholds specified in the Tender Document covering the following;
  3. Similar previous experience.
  4. Equipment holding supported by relevant documentation.
  5. Audited accounts for the last three years initialized by both the Director and the Practicing auditor
  6. Proof of having a bank account for the last one year.
  7. Duly filled Confidential Business Questionnaire.
  8. Duly filled form of tender.
  9. Duly filled Bill of quantities.
  10. Well sequentially serialized pages by the bidder.

 

YOUTH WOMEN AND PEOPLE LIVING WITH DISABILITIES

 

  1. From the above mandatory requirements (a, b, c, d, e, f, g, and h) should be provided.
  2. Valid Certified copy of Youth Women and people living with disabilities Certificate for (YAGPO) from The National Treasury.
  3. Tenderers bidding for Persons with Disabilities Bids Must attach certified copies of IDS by NCPWD for the directors who are disabled.
  4. Thresholds specified in the tender Document covering the following.
  5. Equipment holding supported by relevant documentation.
  6. Proof of having a bank account for the last one year
  7. Duly filled Confidential Business Questionnaire.
  8. Duly Filled Form of Tender.
  9. Duly Filled Bills of Quantities.
  10. Well sequentially serialized pages by the bidder.

NOTE:

         

  1. All certifications of documents shall be original and executed by a commissioner of oaths or Notaries Public

 

  1. Bidders shall ensure that attachments provided are legible and information provided is correct and consistence to the best of their knowledge, Provision of incorrect and inconsistent information with an intention to win a tender will lead to automatic disqualification of the bid.
  1. To enhance equity, Bidders may bid for more than one tender pursuant to this Tender Notice but can only be considered for award of one bid under this Tender Notice. Bidders who have been awarded 10% RMLF and 22% RMLF for FY 2022/2023 may apply but will not be considered.

Duly filled Tender Document shall be submitted in sealed envelope (One Document per envelope) marked with Tender Number and Road Name and dropped in the right tender box for

each constituency Address to:

REGIONAL DIRECTOR

KENYA RURAL ROADS AUTHORITY

KISII REGION

P.O.BOX 1084 - 40200

KISII

And be deposited in the Tender Box on or before 8th August, 2023 at 10.00 A.M. Tenders will be opened immediately thereafter in the presence of those Tender’s representatives who choose to attend.

 

Eng. W. O. Nyariki

REGIONAL DIRECTOR

22% Savings RMLF Funds KISUMU REGION

  

KENYA RURAL ROADS AUTHORITY

  Tel: 020-200157                                                                                                                                                                                                                Regional Director

                                                                                                                                                                                                                                  Mamboleo Regional Office

           Email: This email address is being protected from spambots. You need JavaScript enabled to view it.                                                                                                                                                                           P.O. Box 1448-40100

           Website: www.kerra.go.ke                                                                                                                                        Kisumu, KENYA

                                                

 

                                                                                                                                                       14th September, 2022                

TENDER NOTICE

INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS 

 

The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.

Bids are invited from contractors who are pre-qualified for YR 2021-2023 in the respective Constituencies in KeRRA Kisumu Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under 22% Savings RMLF Funds.

 DOWNLOAD ADVERT HERE

 

     S/No.

ROAD NAME AND CONTRACT NO

Work

Category

Pre-tender site visit date

Contract Type

 

1.

P243: OGANGO - STAR HOSPITAL ROAD

KERRA/008/39/KSM/22% SAVINGS/KSM CENTRAL/2-48-21|22-091

C

Wednesday, 21st, September 2022

General

download

2.

F6082: KOMBEWA – KORUMBA(KMTC-LANGI CAMPUS ACCESS) ROAD

KERRA/008/39/KSM/22% SAVINGS/SEME/2-48-21|22-093

C

Wednesday, 21st, September 2022

General

download

3.

D1887: KATITO - AWACH ROAD

KERRA/008/39/KSM/22% SAVINGS/NYAKACH/2-48-21|22-095

C

Thursday, 22nd, September 2022

General

download

4.

G62523: MAEMBE- KODERO ROAD

KERRA/008/39/KSM/22% SAVINGS/KSM WEST/2-48-21|22-101

N/A

Wednesday, 21st, September 2022

Women

download

5.

C676: MIWANI – OBUMBA ROAD

KERRA/008/39/KSM/22% SAVINGS/MUHORONI/2-48-21|22-107

C

Thursday, 22nd, September 2022

General

download

6.

E6133: AHERO- APONDO ROAD

KERRA/008/39/KSM/22% SAVINGS/NYANDO/2-48-21|22-109

N/A

Thursday, 22nd, September 2022

Youth

download

7.

E6135: NYALENDA- NYIRENDA ROAD

KERRA/008/39/KSM/22% SAVINGS/NYANDO/2-48-21|22-110

N/A

Thursday, 22nd, September 20222022.

Persons with Disability

download

INSTRUCTIONS TO TENDERES

 

  1. Bidders are advised to give the correct email addresses to ease communication regarding the tendering process.
  1. Bidders who are prequalified in respective work category and Constituencies may tender.
  1. The scope of works for various contracts are as stipulated in Tender Documents and in the pre-qualification work categories that have been outlined above.
  1. Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria are outlined in the Bid document.
  1. Bidders participating under Youth, Women or Persons with Disability Must attach certified copies of their registration certificates issued by National Treasury.
  1. Bidders are required to attach all Company MANDATORY requirements:
  2. Other qualification requirements are as outlined in the Tender Document.
  1. Bidders are requested to continually check the KeRRA website kerra.go.ke for any tender addenda or clarifications that may arise before submission date.
  1. All the Bidders are expected to converge at the KeRRA KISUMU Regional Office, Mamboleo for the Pre-tender site visit briefings on the material day as scheduled.

Interested eligible bidders will download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke from Friday 16th September, 2022.

Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:

                                      

Regional Director - Roads,

Kenya Rural Roads Authority,

P.O. Box 1448-40100

KISUMU

 All filled and sealed tenders MUST be submitted not later than 10.00 am on or before Wednesday 28th September, 2022 and deposited in the Tender Boxes of the respective constituencies located at the Kisumu Regional Office in Kisumu County, Mamboleo Office.

Due to Covid-19 Pandemic and MOH guidelines on social distancing, opening of the tenders will take place immediately thereafter at Kisumu Regional Office in the presence of a few selected bidders on first come first served basis.

 

NB: Canvassing by tenderers will lead to automatic disqualification.

 

Eng. K. A. Ochieng

Regional Director

KISUMU REGION

3. How are Roads Categorized?

Road classification in Kenya takes into account the function the road serves i.e.

  1. If the Road serves as a link between centres of international importance, crossing international boundaries or terminating at international ports (Class A roads-International Trunk Roads)
  2. If the road links nationally important centres, principal towns or urban centres (Class B roads-National Trunk Roads)
  3. A road that links provincially important centres to each other or to higher class roads are Class C roads or Primary Roads
  4. If a road links locally important centres to each other or to a more important centre, or to a higher class road it is a class D Road (Secondary Road)
  5. Any road link to a minor centre, market or local center is a Class E Road(Minor Road)

In addition there are other Classes of road as per usage (Special Roads) i.e;

  1. Forest Roads Class F Roads
  2. Roads serving Schools, Hospitals and Government Institutions Class G roads
  3. Roads leading to Coffee(Kahawa) growing areas Class K Roads
  4. Roads accessing settlement schemes Class L Roads
  5. National Park Roads Class P Roads
  6. Roads Accessing Rural areas Class R
  7. Roads Accessing Sugar growing areas Class S
  8. Roads accessing tea growing places Class T Roads
  9. Unclassified Rural Roads including those leading to areas with mineral deposits Class U Roads
  10. Roads Accessing Wheat growing areas Class W Roads

4. How is Road Construction Prioritized?

The Finance Act 2009 set up Constituency Roads Committees in each constituency in Kenya which, under the assistance of each Member of Parliament, advices KeRRA on the formulation of an annual roads programme and the roads to be included in it. These committees thus prioritize projects within their jurisdiction and which are hence implemented under the supervision of KeRRA.

5. Where can I find KeRRA offices?

KeRRA has 47 Regional Offices spread in each of the 47 counties as stipulated in the current constitution. Each office is headed by a regional manager who represents the Director General in each County.

A.I.A Funding Source, F/Y 21/2022 HOMA BAY REGION.

 

 

 

 

 

KENYA RURAL ROADS AUTHORITY

                                                                                                Homa Bay Region Office

                                                                                 P.O. Box 550-40300

                                                                                                             HOMA BAY, KENYA

                                                                                                                                      5th December,2022         

TENDER NOTICE

INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS

 

The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.

Bids are invited from contractors who are pre-qualified in the respective Constituencies in Homabay Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under A.I.A Funding Source, F/Y 21/2022.

download advert here

 

           S/No.

ROAD NAME AND TENDER NO.

Work Category

Constituency

Reservation

Pre Tender Site Visit

 

01

C872  BONDE  - JABAGRE  ROAD

KeRRA/HB/NDW/08/39/51/AIA/21|22-277

C

NDHIWA

GENERAL

14/12/2022

download

02

URA21-HB  GOT KOKECH - IMBO  ROAD

KeRRA/HB/HBT/08/39/51/AIA/21|22-278

C

HOMABAY TOWN

Y/W/PWD

14/12/2022

download

03

URA13  WIGA - OGANDE  ROAD

KeRRA/HB/HBT/08/39/51/AIA/21|22-279

C

HOMABAY TOWN

GENERAL

14/12/2022

download

INSTRUCTIONS TO TENDERES

 

  1. Bidders who are prequalified in respective work category and Constituencies may tender.
  1. 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.
  1. Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria is outlined in the Bid document.
  1. Bidders participating under Youth, Women or Persons with Disability Must attach copies of their registration certificates issued by National Treasury.
  1. You MUST attach the following copies of MANDATORY requirements:
  • Certified copies (by commissioner of oaths) of Certificate of incorporation, Certificates of registration and principal place of business
  • Valid & Certified Registration certificate for Road Works from National Construction Authority (NCA) NCA 8 and above
  • Valid, Certified & Current Practicing License for Road Works from National Construction Authority (NCA)
  • Authority to seek bank reference from the tenderer’s bankers
  • Valid Tax Compliance Certificate (To be verified from the KRA TCC Online Checker)
  • Dully filled and stamped form of tender
  • Dully filled confidential business questionnaire
  • Certified copies (by commissioner of oaths) of National Identification cards for the company directors for Youth, Women and People with Disability for those bidding for roads in that category
  • Certified copy of Recent/Current CR12 generated form(s) for the last 12 months indicating Directors, Nationality, shareholding
  • Provide litigation history and History of non-performance of contracts - sworn affidavits (within 3 months of tender opening) for the last three years
  • Certificates and CV’S of key personnel as per the evaluation criteria in the tender document
  • Provide proof of experience in similar works (in scope and amount) as per the evaluation criteria in the tender document
  • Bank statements in the name of the firm for the last three months from the date of tender opening for the General tenders and Proof of bank account in the name of the firm for reserved tenders
  • Bidders MUST serialize all the pages of their tender documents.
  • Bidders MUST provide all the information required as per the tender document.
  • Prices quoted must remain valid for One Hundred and Twenty (120 days) from the tender opening date.
  • Bidders who do not meet any of the above conditions will NOT be considered for award for any contract.
  • Pretender Site Visit is Mandatory as per the scheduled Dates.
  1. Other qualification requirements are as outlined in the Tender Document.
  1. Bidders are requested to continually check the KeRRA website www.kerra.go.ke for any tender addenda or clarifications that may arise before submission date.

Interested eligible bidders will download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke from 8th December,2022

Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:

                                     

Regional Director - Roads,

Kenya Rural Roads Authority,

P.O. Box 550-40300

HOMABAY

All filled and sealed tenders MUST be submitted not later than 10.00 am on or before 21st December,2022, Homabay Regional Office.

The opening of the tenders will take place immediately thereafter at Homabay Regional Office in the presence of contractors.

.

NB: Canvassing by tenderers will lead to automatic disqualification.

Eng. J. Kimilu

Regional Director

HOMABAY REGION

About Us

OPENING UP RURAL KENYA

KeRRA is a State Corporation within the State Department of Infrastructure under the Ministry of Transport, Infrastructure, Housing and Urban Development and established through the Kenya Roads Act, 2007.
Our Head Office is situated in Nairobi with 30 Regional Offices in each County.

Vision
Easy Access to Resources and Services

Mission Statement
To Develop, Manage and Maintain National Secondary Trunk Road Network

Core Values

  • Professionalism
  • Innovation
  • Integrity
  • Equity
  • Teamwork
  • Collaboration
  • Environmental & Social Stewardship
  • Inclusiveness

The values that will guide us in achieving our vision and mission are:

  • Integrity-We are committed to the promotion of honesty, transparency, accountability and professional ethics
  • Professionalism- We practice the highest professional standards across the board
  • Innovation- We will explore innovative methods of implementing our mandate
  • Teamwork- We recognize the synergy brought about by teamwork and will actively promote the same
  • Inclusivity- We will strive to ensure that all stakeholders are considered in our operations including special interest groups
  • Environmental and Social Stewardship- Mainstreaming of environmental, gender and other cross-cutting issues in our operations

MANDATE
The Authority’s primary mandate is to develop, construct and maintain the rural road network in the country as per the Kenya Roads Act, 2007. The scope of the rural road network was revised via the Kenya Gazette Legislative Supplement No. 4 (Special Edition) of 22nd January 2016. It comprises the following functions and duties.

  • Constructing, upgrading, rehabilitating and maintaining rural roads.
  • Controlling reserves for rural roads and access to roadside developments.
  • Implementing road policies in relation to rural roads.
  • Ensuring adherence by motorists to the rules and guidelines on axle load control prescribed under the Traffic Act or any other existing regulations.
  • Ensuring that the quality of road works is in accordance with such standards as may be defined by the Ministry responsible for Transport and Infrastructure, overseeing the management of traffic on rural roads and issues related to road safety.
  • Collecting and collating data related to the use of rural roads as may be necessary for efficient forward planning.
  • Monitoring and evaluating the use of rural roads, planning the development and maintenance of rural roads, liaising and co-coordinating with other Authorities in planning and operations in respect of roads, preparing road work programs for all rural roads, advising the Cabinet Secretary on all issues relating to rural roads; and performing other functions related to rural roads as may be directed by the Cabinet Secretary.

 

Access to Information Center

ADDENDUM 1 22% RMLF LAIKIPIA REGION FY 2022/2023

 

                                        

KENYA RURAL ROADS AUTHORITY

LAIKIPIA REGIONAL OFFICE

P.O BOX 495-10400 Nanyuki,

Email: This email address is being protected from spambots. You need JavaScript enabled to view it.

14th December, 2022

ADDENDUM 1

The Kenya Rural Roads Authority-LAIKIPIA hereby Inform all Laikipia Region Interested Registered Roadworks Contractors and AGPO Eligible Firms/Groups, for maintenance of roadworks in Laikipia, Constituencies; under 22% RMLF funds contracts, in the Financial Year 2022/2023 for the under listed roadworks projects that the opening date has been moved to 22 December 2022. The new dates are as follows:-

DOWNLOAD ADDENDUM 1 HERE

 

TENDER NUMBER

SECTION NAME

TENDER CLOSING/SUBMISSION DATES AND TIME

  1.  

KeRRA/08/39/LKP EAST/22%/22|23-07

Reserved for person living with disabilities

AP POST – WITHARE(C501)

22th December 2022 at 11:00am

  1.  

KeRRA/08/39/LKP EAST/22%/22|23-08

Open to all registered contractors in Laikipia

MURAMATI – MWIRERI (C697)

22th December 2022 at 11:00am

  1.  

KeRRA/08/39/LKP EAST/22%/22|23-10

Open to all registered contractors in Laikipia

MIRERA – NANYUKI (D1627)

22th December 2022 at 11:00am

  1.  

KeRRA/08/39/LKP EAST/22%/22|23-11 Reserved for women

AKORINO – UMANDE (D1629)

22th December 2022 at 11:00am

  1.  

KeRRA/08/39/LKP NORTH/22%/22|23-13

Reserved for youth

IMPALA BRIDGE-JN C357 NAIBOR (C696)

22th December 2022 at 11:00am

  1.  

KeRRA/08/39/LKP NORTH/22%/22|23-14

Open to all registered contractors in Laikipia

JN C610THOMPSONS-IMPALA BRIDGE(C696)

22th December 2022 at 11:00am

  1.  

KeRRA/08/39/LKP NORTH/22%/22|23-15

Reserved for women

SOSIAN-IMPALA (C696)

22th December 2022 at 11:00am

  1.  

KeRRA/08/39/LKP NORTH/22%/22|23-16

Open to all registered contractors in Laikipia

KINAMBA – MOWUARAK(C77)

22th December 2022 at 11:00am

  1.  

KeRRA/08/39/LKP NORTH/22%/22|23-17

Reserved for women

MAUNDU MERI - KINAMBA(C77)

22th December 2022 at 11:00am

  1.  

KeRRA/08/39/LKP NORTH/22%/22|23-18

Reserved for person living with disabilities

MIA MOJA-UMANDE(G76189)

22th December 2022 at 11:00am

  1.  

KeRRA/08/39/LKP WEST/22%/22|23-21

Reserved for women

RUMURUTI - MURUKU RIVER (C501)

22th December 2022 at 11:00am

  1.  

KeRRA/08/39/LKP WEST/22%/22|23-22

Open to all registered contractors in Laikipia

RUTOS GATE – MUTARA(C501)

22th December 2022 at 11:00am

  1.  

KeRRA/08/39/LKP WEST/22%/22|23-25

Reserved for person living with disabilities

NYUMBA TATU - NJONJO GIRLS(G75565)

22th December 2022 at 11:00am

  1.  

KeRRA/08/39/LKP WEST/22%/22|23-27

Reserved for youth

MAUA JCT. - MASTOO – MUTUIKU(G75807)

22th December 2022 at 11:00am

  1.  

KeRRA/08/39/LKP WEST/22%/22|23-28

Open to all registered contractors in Laikipia

MUTETA – MAUA (G75846)

22th December 2022 at 11:00am

  1.  

KeRRA/08/39/LKP WEST/22%/22|23-29

Reserved for youth

TANDARE – MUTETA(G75846)

22th December 2022 at 11:00am

The bidders shall deposit the bids in tender box at the reception, not later than 11.00 A.M or before 22ndDECEMBER 2022. Tender opening will take place immediately after closing time in the presence of Bidders who wish to attend.

REGIONAL DIRECTOR,

KeRRA-LAIKIPIA Region

 

 

ADDENDUM 1 BUSIA REGION AIA FY 23/24.

  WI/27

 

 

KENYA RURAL ROADS AUTHORITY

UPPER WESTERN REGION

BUSIA OFFICE 

 

TENDER NOTICE

 

                                                  ADDENDUM No.1                  

                                                                                                                  9th April, 2024

                                                                                                                                                                                                                                                                                                                                                                                                       

TENDER FOR ROUTINE MAINTENANCE & SPOT IMPROVEMENT ON VARIOUS ROADS UNDER APPROPRIATION IN AIDS (AIA) FINANCIAL YEAR 2023-2024

 

Reference is made to the invitation to tender that is presently in the Authority’s website www.kerra.go.ke.

Pursuant to clause 10.1 of the instructions to tenderers, we wish to notify interested bidders that the Bills of Quantities (BoQ) for the bid documents uploaded in the website for the tender listed here below were erroneous. The Bills of Quantities (BoQ) have since been corrected and the bid documents uploaded to the website.

download addendum 1 here

S/No

Road Name & No.

Tender No.

Constituency

Budgetary Estimate

Reservations

1

Off G9444 G9439 Asinge-Ngelechom (Asing’e- Ng’elechom )    

KeRRA/08/39/BSA/TS/AIA/2023/24-099

Teso South

6,000,000.00

Women

2

Off G9444 G9439 Ngelechom-Okiporo(Ng’elechom-Okiporo)

KeRRA/08/39/BSA/TS/AIA/2023/24-100

Teso South

6,000,000.00

Open

Tender Opening date has consequently been postponed to 16th April, 2024 ,10.00am at KeRRA Busia Regional Office.

All other information remains the same.

Any inconvenience caused is regretted.

 

ENG. JARED OMONIDI

REGIONAL DIRECTOR

ADDENDUM 1 FY 2023-2024 BUSIA REGION.

KENYA RURAL ROADS AUTHORITY

BUSIA REGION

Email: This email address is being protected from spambots. You need JavaScript enabled to view it.                                                                                        Busia Office,

                                                                                                                                                Public Works Yard,                                                                              

                                                                                                                                   Kisumu – Busia Road,

                                                                                                                                   P.O. Box 470-50400,

                                                                                                                                   Busia, KENYA.

                                 

 

TENDER ADDENUM NO. 1

 

12 October, 2023

Reference is made to our invitation to tender dated 2 October, 2023, that is presently in our KeRRA website; www.kerra.go.ke.

Pursuant to clause 10.1 of the instruction to Tenderers, we hereby make the following adjustments;

  1. Nambale Constituency.

The tender for Routine maintenance and spot of Improvement for C825 Segero – Nambale, Contract No. KeRRA/08/39/BSA/NBL/22%RMLF 23/24 – 021

  • There are corrections on the bid document, bidders interested in this tender are advised to download the new tender document as uploaded on our website today.
  1. Funyula Constituency

The tender for Routine maintenance and spot of Improvement for OFF C788 G9054 Bukiri – Funyula; Contract No. KeRRA/08/39/BSA/FYL/22%RMLF 23/24 – 090

  • The Bid document has been re-uploaded on our website for your easy access.

The tender opening date, time and venue remains the same as in the invitation to tender.   

JARED OMONDI

REGIONAL DIRECTOR

 

ADDENDUM 1 MIGORI REGION 22% RMLF FY 22/23.

 

KENYA RURAL ROADS AUTHORITY

________Connecting Devolved Kenya__________

 

TENDER NOTICE: ADDENDUM NO.1

INVITATION TO TENDER 22%RMLF SAVINGS FY 22/23 DATED 31ST  JANUARY, 2024

DOWNLOAD ADDENDUM 1 HERE

The Region wishes to  clarify that the closing/opening date is on 13th February 2024 and NOT 9th January 2024 as indicated in the tender documents.

The sealed documents MUST be submitted to the address below or deposited in the Tender Box. The venue and time  remains the same as per the advert.

Bids not received at the submission venue by the closing time shall not be accepted for opening and shall be rejected and returned unopened.

Bidders may obtain further information from the Procurement office in Migori during normal working hours from 0900hrs to 1600hrs local time Monday to Friday.

Eng. Joash N. Michoma

REGIONAL DIRECTOR

KENYA RURAL ROADS AUTHORITY

P O BOX 164-40400

SUNA- MIGORI

ADDENDUM 1 SIAYA REGION 10% RMLF FY 23/24.

Kenya Rural Roads Authority

Siaya Region

 

Date: 24th October, 2023

ADDENDUM 1

The Kenya Rural Roads Authority (Siaya Region) wishes to inform firms participating in the tenders for 10% RMLF FY 23/24 that clarifications are deemed necessary calling for an addendum.

Kindly take note, that the tender validity is 189 (One Hundred and Eighty Nine) days as indicated on the TDS ITT 20.1 and not 140 (One Hundred and Forty) days as indicated on pages v and 31 respectively.

All other instructions and details remain unchanged.

Eng. K. A. Ochieng

Deputy Director - Roads

SIAYA REGION

ADDENDUM 1 SIAYA REGION 22% RMLF FY 23/24

Kenya Rural Roads Authority

Siaya Region

 

Date: 24th October, 2023

ADDENDUM 1

The Kenya Rural Roads Authority (Siaya Region) wishes to inform firms participating in the tenders for 22% RMLF FY 23/24 that clarifications are deemed necessary calling for an addendum.

Kindly take note, that the tender validity is 189 (One Hundred and Eighty Nine) days as indicated on the TDS ITT 20.1 and not 140 (One Hundred and Forty) days as indicated on pages v and 31 respectively.

All other instructions and details remain unchanged.

Eng. K. A. Ochieng

Deputy Director - Roads

SIAYA REGION

ADDENDUM 1 SIAYA REGION 22% RMLF SAVINGS FY 23/24.

Kenya Rural Roads Authority

Siaya Region

 

Date: 24th October, 2023

ADDENDUM 1

The Kenya Rural Roads Authority (Siaya Region) wishes to inform firms participating in the tenders for 22% RMLF SAVINGS FY 22/23 that clarifications are deemed necessary calling for an addendum.

Kindly take note, that the tender validity is 189 (One Hundred and Eighty Nine) days as indicated on the TDS ITT 20.1 and not 140 (One Hundred and Forty) days as indicated on pages v and 31 respectively.

All other instructions and details remain unchanged.

Eng. K. A. Ochieng

Deputy Director - Roads

SIAYA REGION

ADDENDUM 1 VIHIGA REGION JULY 2024

KENYA RURAL ROADS AUTHORITY

                  VIHIGA-REGION

                                                                                                                                                                                                                                                                                 26Th  July, 2024

ADDENDUM 1

DOWNLOAD ADDENDUM 1 HERE

The Kenya Rural Roads Authority (KeRRA) is a state corporate established under the Kenya Roads Act 2007 with a mandate to manage, develop, and maintain the rural road network in the country.

We refer to the tender notice dated 23rd July, 2024 for various routine maintenance tenders in our region.  Please take note for the following amendments

S/N

Tender Ref

Road Name (Description)

Amendment

1

KeRRA/VHG/08/39/116/23-24

Emuhondo Primary-Musimbi-Wamachese

Bills of Quantities &Specific experience and Financial threshold

2

KeRRA/VHG/08/39/117/23-24

Luanda-Wemilabi-Magada

Bills of Quantities &Specific experience and Financial threshold

3

KeRRA/VHG/08/39/118/23-24

Munzatsi-Kinu-Bishop sulumet Girls

Bills of Quantities

4

KeRRA/VHG/08/39/119/23-24

Kitambatsi-Chepsis

Bills of Quantities

5

KeRRA/VHG/08/39/120/23-24

Busweta -Elunyu-Rotego

Bills of Quantities

6

KeRRA/VHG/08/39/121/23-24

Mago-lwenya

Bills of Quantities

7

KeRRA/VHG/08/39/122/23-24

Eluanda-Chugi

Bills of Quantities

8

KeRRA/VHG/08/39/123/23-24

Hermoso-Lusavisavi

Bills of Quantities

9

KeRRA/VHG/08/39/124/23-24

Musungut-Coptic

Bills of Quantities

10

KeRRA/VHG/08/39/125/23-24

Kinu-Banja

Bills of Quantities

11

KeRRA/VHG/08/39/126/23-24

Chandumba-Kegonde-Viyalo

Bills of Quantities

12

KeRRA/VHG/08/39/127/23-24

kidundu-Mbihi

Bills of Quantities

13

KeRRA/VHG/08/39/128/23-24

Mwutuha-Ebunangwe-Ebusiloli

Bills of Quantities

14

KeRRA/VHG/08/39/129/23-24

Wemilabi-Magada

Bills of Quantities

15

KeRRA/VHG/08/39/098/23-24

BUHANI-NAMEZA-LYAVORA

Bills of Quantities &Specific experience and Financial threshold

16

KeRRA/VHG/08/39/099/23-24

Busweta-Ikobero-Chavogere-Mululu

Bills of Quantities &Specific experience and Financial threshold

17

KeRRA/VHG/08/39/100/23-24

Kilingili-Milimani-Magada

Bills of Quantities &Specific experience and Financial threshold

18

KeRRA/VHG/08/39/101/23-24

Rabuor - Mungoye-Ebuyangu-Ebukanga-Emusire

Bills of Quantities &Specific experience and Financial threshold

Bidders are advised to download the revised tender documents from the KeRRA Website : www.kerra.go.ke All other conditions regarding the tenders including the date of submission remain the same.

ENG. E.K CHESEREK

REGIONAL DIRECTOR-KeRRA VIHIGA   REGION

ADDENDUM 1 VIHIGA REGION JULY 2024 (2)

KENYA RURAL ROADS AUTHORITY

                  VIHIGA-REGION

                                                                                                                                                                                                                                                                                 26Th  July, 2024

ADDENDUM 1

DOWNLOAD ADDENDUM 1 HERE

The Kenya Rural Roads Authority (KeRRA) is a state corporate established under the Kenya Roads Act 2007 with a mandate to manage, develop, and maintain the rural road network in the country.

We refer to the tender notice dated 23rd July, 2024 for various routine maintenance tenders in our region.  Please take note for the following amendments

S/N

Tender Ref

Road Name (Description)

Amendment

1

KeRRA/VHG/08/39/116/23-24

Emuhondo Primary-Musimbi-Wamachese

Bills of Quantities &Specific experience and Financial threshold

2

KeRRA/VHG/08/39/117/23-24

Luanda-Wemilabi-Magada

Bills of Quantities &Specific experience and Financial threshold

3

KeRRA/VHG/08/39/118/23-24

Munzatsi-Kinu-Bishop sulumet Girls

Bills of Quantities

4

KeRRA/VHG/08/39/119/23-24

Kitambatsi-Chepsis

Bills of Quantities

5

KeRRA/VHG/08/39/120/23-24

Busweta -Elunyu-Rotego

Bills of Quantities

6

KeRRA/VHG/08/39/121/23-24

Mago-lwenya

Bills of Quantities

7

KeRRA/VHG/08/39/122/23-24

Eluanda-Chugi

Bills of Quantities

8

KeRRA/VHG/08/39/123/23-24

Hermoso-Lusavisavi

Bills of Quantities

9

KeRRA/VHG/08/39/124/23-24

Musungut-Coptic

Bills of Quantities

10

KeRRA/VHG/08/39/125/23-24

Kinu-Banja

Bills of Quantities

11

KeRRA/VHG/08/39/126/23-24

Chandumba-Kegonde-Viyalo

Bills of Quantities

12

KeRRA/VHG/08/39/127/23-24

kidundu-Mbihi

Bills of Quantities

13

KeRRA/VHG/08/39/128/23-24

Mwutuha-Ebunangwe-Ebusiloli

Bills of Quantities

14

KeRRA/VHG/08/39/129/23-24

Wemilabi-Magada

Bills of Quantities

15

KeRRA/VHG/08/39/098/23-24

BUHANI-NAMEZA-LYAVORA

Bills of Quantities &Specific experience and Financial threshold

16

KeRRA/VHG/08/39/099/23-24

Busweta-Ikobero-Chavogere-Mululu

Bills of Quantities &Specific experience and Financial threshold

17

KeRRA/VHG/08/39/100/23-24

Kilingili-Milimani-Magada

Bills of Quantities &Specific experience and Financial threshold

18

KeRRA/VHG/08/39/101/23-24

Rabuor - Mungoye-Ebuyangu-Ebukanga-Emusire

Bills of Quantities &Specific experience and Financial threshold

Bidders are advised to download the revised tender documents from the KeRRA Website : www.kerra.go.ke All other conditions regarding the tenders including the date of submission remain the same.

ENG. E.K CHESEREK

REGIONAL DIRECTOR-KeRRA VIHIGA   REGION

ADDENDUM 1. FOR BUSIA SPOT IMPROVEMENT ON VARIOUS ROADS UNDER 10% RMLF FINANCIAL YEAR 2022-2023

KENYA RURAL ROADS AUTHORITY

UPPER WESTERN REGION

BUSIA OFFICE 

 

TENDER NOTICE

 

 

                                                  ADDENDUM No.1                                                            18th January, 2023

                                                                                                                                                                                                                                                                                                                                                                                                       

TENDER FOR ROUTINE MAINTENANCE & SPOT IMPROVEMENT ON VARIOUS ROADS UNDER 10% RMLF FINANCIAL YEAR 2022-2023      

Reference is made to the invitation to tender that is presently in the Authority’s website www.kerra.go.ke.

Pursuant to clause 10.1 of the instructions to tenderers, we wish to notify interested bidders that the tender number for the bid document uploaded in the website for the tender listed here below was incorrect. The tender number has since been corrected and the bid document uploaded to the website.

Download addendum here

S/No

ROAD NAME & No.

TENDER No.

CONSTITUENCY

BUDGETARY ESTIMATE

RESERVATIONS

2

D1848: Bumala – DB Siaya

KeRRA/08/39/BSA/BTL/

10%RMLF/2022-2023

Butula

5,500,000.00

Women

Bids shall be received on or before 27th January, 2023, opening of the bids will take place thereafter at the Regional office at 10:00a.m. all other information remains the same.

Any inconvenience caused is regretted.

 

JULIA N. KUNDU

 FOR REGIONAL DIRECTOR

ADDENDUM FOR KWALE REGION- PUBLIC PARTICIPATION (GOK DEV) - F/Y 2020-21

ADDENDUM NOTICE

DOCUMENT NO 48

DOCUMENT NO 49

DOCUMENT NO 51

ADDENDUM NO. 1                        

SPOT IMPROVEMENT OF LISTED ROADS

Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act 2007 with the responsibility for management, development and maintenance of rural roads.

On 31st August, 2021 the Authority invited interested qualified Road works Contractors and AGPO eligible firms/
groups for Spot Improvement works on the listed roads.:

NO

TENDER NO.

 

ROAD

ROAD NAME

ELIGIBLE GROUP

TIME FOR COMPLETION

 

1

KeRRA/011/KWL/39/GOK/-20|21-48

Matuga

C215

Marere-Kilulu

Open

4 Months

 

2

KeRRA/011/KWL/39/GOK/-20|21-49

Msambweni

C209

Mwachande – Milalani

Youth

4 Months

 

3

KeRRA/011/KWL/39/GOK/-20|21-50

Lungalunga

C209

Mwangulu – Mwachande

Women

4 Months

 

4

KeRRA/011/KWL/39/GOK/-20|21-51

Kinango

C212

Kafichoni – Vigurunganii

PWD

4 Months

 

5

KeRRA/011/KWL/39/GOK/-20|21-52

Kinango

C203

Guranze - Kilibasi - Macknon Road

Open

4 Months

 

6

KeRRA/011/KWL/39/GOK/-20|21-53

Kinango

C204

Kilibasi - Mbita Bongo

Women

4 Months

 

7

KeRRA/011/KWL/39/GOK/-20|21-54

Kinango

E947

Kibaoni – Lutsangani

Youth

4 Months

 

Bidders are hereby advised that;

  1. Changes have been made on the bid documents for tender nos
  2. KeRRA/011/KWL/39/GOK/-20|21-48 (no.2 of page 7)
  3. KeRRA/011/KWL/39/GOK/-20|21-49 (no.2 of page 7)
  4. KeRRA/011/KWL/39/GOK/-20|21-51 (no.2 of page 7)
  5. The closing date and all other requirements remain unchanged.

Eng. Onesmus Ikoa

REGIONAL DIRECTOR - (KWALE REGION)

                                                                                                                                               

Addendum for Tender No. : HB/2018-191008

                                                                                                                                                                                  download addendum here 

                                                                                                     KENYA RURAL ROADS AUTHORITY
Ref;HB/2018-19/008
                                                                                                                                                                                                                        Homa Bay Region Office
                                                                                                                                                                                                                                           P.O. Box 550,
                                                                                                                                                                                                                                    HOMABAYKENYA
                                                                                                                                                                                                                             16TH September, 2019
                                                                                                     Tender No. : HB/2018-19/008
1. Reference is made to the above-mentioned lnvitation to Tender made on L3thsept 2019. An addendum to the tender is made as herein below.


2. Tenderers shall attend a mandatory pre-tender site visit will be conducted on 19th September, 2019 starting at 10.00am at Homabay Regional office for Rangwe,Ndhiwa and Homabay Town constituencies,For Kabondo and Kasipul constituenciesat Oyugis Kerra office, suba and Mbita constituencies at Mbita Kerra Office..


3' The rest of the details to the lnvitation to Tender remain as earlier indicated.

 

 

GE WAHOME
SENIOR SUPPLY CHAIN MANAGEMENT OFFICER
For: DEPUTY DIRECTOR


 

ADDENDUM NO 1 22% RMLF SAVINGS, 10% RMLF SAVINGS & GOK SAVINGS FY 21/22 SIAYA REGION

Kenya Rural Roads Authority

Siaya Region

 

Date: 18th July, 2022

ADDENDUM 1

download advert

The Kenya Rural Roads Authority (Siaya) wishes to inform firms participating in the tenders for 22% RMLF SAVINGS, 10% RMLF SAVINGS & GOK SAVINGS FY 21/22 that clarifications are deemed necessary calling for an addendum.

CORRECTION OF TENDER NUMBER

Kindly take note of the following changes and corrections; The correct tender documents have been uploaded on the KeRRA official website: www.kerra.go.ke.

 

           S/No.

ROAD CODE & NAME

 

ORIGINAL TENDER NUMBER

 

CORRECT TENDER NUMBER

001

E6080: NYANGERA- NYAMONYE (Dudi-Kefri-Bondo TTC)

KeRRA/008/SYA/BONDO/039/PP-SAV/2-49-21|22-1018

KeRRA/008/SYA/BONDO/039/GoK-SAV/2-49-21|22-1018

002

C844: RABANGO- ULUDHI RIVER (Nina-Ndege)

KeRRA/008/SYA/ALEGO/039/PP-SAV/2-49-21|22-1017

KeRRA/008/SYA/ALEGO/039/GoK-SAV/2-49-21|22-1017

The other instructions and details remain unchanged.

Eng. K. A. Ochieng

Regional Director - Roads

SIAYA REGION

ADDENDUM NO 1 - UPGRADING TO BITUMEN STANDARD AND PERFORMANCE BASED ROUTINE MAINTENANCE OF ROADS UNDER 2020/2021 BATCH 3

KENYA RURAL ROADS AUTHORITY

 

TENDER NOTICE

 

(LONG ADVERTISEMENT)

DOWNLOAD HERE

UPGRADING TO BITUMEN STANDARD AND PERFORMANCE BASED ROUTINE MAINTENANCE OF ROADS UNDER 2020/2021 BATCH 3

The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of Rural Roads.

The Authority hereby invites bids from eligible construction companies on behalf of the Ministry of Transport, Infrastructure, and Housing and Urban Development to bid for the Upgrading to Bitumen Standard and Performance Based Routine Maintenance of Roads in 2020/2021 Batch 3 as shown below under the Low Volume Seal Roads Programme to be financed by the Government of Kenya through the Development Vote

 

S/ No.

 Tender Doc Download

RWC No.

 

Road Name

CLARIFICATION: AMMENDED VAT RATE AND SCOPE

 

Previous date of Submission

 

Revised date of Submission

Scope

Old VAT Rate

Revised VAT Rate

1

RWC 603

Muvakari- Kanyuambora-Kageri Roads

30 km

14 %

16 %

20th January, 2021

2nd February, 2021

2

RWC 604

Cheborge Junction - Kipwasituiya Market Road/Sotik – Sulal Roads

12 km

14 %

16 %

20th January, 2021

2nd February, 2021

3

RWC 605

Chepkorniswa – Kapchemogen – Kaporowo – Sina Road

23km

14 %

16 %

20th January, 2021

2nd February, 2021

4

RWC 606

Revised Tender Doc download

Naitiri – Misikhu / Nzoia Bridge – Matunda Roads

Original Scope: 30 km

Revised Scope: 38 km

14 %

16 %

20th January, 2021

2nd February, 2021

The above tender documents for RWC 603 to RWC 605 remain the same as originally uploaded however, RWC 606 has been revised and uploaded in the Authority’s Website www.kerra.go.ke and all are to be read together with clarifications in this Addendum. All other information regarding NCA category, preference and reservations remains unchanged.

The sealed bids MUST be submitted to the address below located on Ground floor Barabara Plaza, Block B or deposited in the Tender Box on or before the dates indicated above for various tenders at 11.00 a.m. All pages of the submitted documents to be Serialized Thereafter, opening of the bids will take place at the same venue starting from 11:15am.

Bids not received at the submission venue by the closing time will not be accepted for opening and will be rejected and returned unopened.

Bidders may obtain further information from the Procurement Unit of KeRRA at the address below during working hours from 09:00 to 16:00 hrs local time Monday to Friday.

Deputy Director, Supply Chain, Barabara Plaza, Block B, Airport South Road,

  1. O. Box 48151-00100,

NAIROBI, KENYA.

Email Addresses: This email address is being protected from spambots. You need JavaScript enabled to view it., This email address is being protected from spambots. You need JavaScript enabled to view it.

Tel: +254(20)8013846/2710451, Mobile: +254 724 735 568

 

 

DIRECTOR GENERAL

KENYA RURAL ROADS AUTHORITY

ADDENDUM NO 1 -UPGRADING TO BITUMEN STANDARD AND PERFORMANCE BASED ROUTINE MAINTENANCE OF ROADS UNDER LOW VOLUME SEAL ROADS (BATCH 5)

KENYA RURAL ROADS AUTHORITY

TENDER NOTICE ADDENDUM NO 1

(LONG ADVERTISEMENT) – 

 

 

UPGRADING TO BITUMEN STANDARD AND PERFORMANCE BASED ROUTINE MAINTENANCE OF ROADS UNDER LOW VOLUME SEAL ROADS (BATCH 5)

The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of Rural Roads.

The Authority hereby invites bids from eligible construction companies on behalf of the Ministry of Transport, Infrastructure, and Housing and Urban Development for the following Roads Works Tender as shown below and set to be financed by the Government of Kenya through the Development Vote.

Download Tender Notice Here

S/No.

Name of Road

Length (Km)

Region/County

Tender Number

DOCUMENT DOWNLOAD

NCA

Preference

&

Reservations

Date of Submission

1.0

Upgrading to Bitumen Standards and Performance Based Routine Maintenance of Got Nanga – Jera –Bar – Ober

12

Siaya

RWC 628

1, 2 or 3

CITIZEN

21st June, 2021

2.0

Upgrading to Bitumen Standards and Performance Based Routine Maintenance of Bondo - Ayawi – Kibanga – Liunda Beach.

27

Siaya

RWC 627

1

OPEN

21st June, 2021

3.0

Upgrading to Bitumen Standards and Performance Based Routine Maintenance of Njoro – Neisut Roads

10

Nakuru

RWC 626

1, 2 or 3

CITIZEN

21st June, 2021

The Bid Document has been amended and the revised document will be available for downloading FREE OF CHARGE on the Authority’s Website www.kerra.go.ke with effect from 1st June, 2021.

The Authority wishes to inform interested eligible bidders as follows;

  1. Bidders are advised to regularly visit the KeRRA website for any information/addendums on the above tender.
  1. In order to manage the spread of COVID-19, the Authority will not conduct Pre-Tender Site visit. However, bidders are encouraged to visit the project site for more insight on the project roads before bidding.

.

  1. Contact details for the Regional Directors are available on the Authority’s Website.
  1. Errors in the pricing of the Bills of Quantities will not be corrected. Bidders with such errors will be disqualified.
  1. Bidders can submit bids for all the projects, however, no bidder will be awarded more than one (1) Project.
  1. Completed tender documents should be enclosed in plain sealed envelopes, clearly marked with the Tender Name, Tender Number and be deposited in the Tender Box located at the Ground Floor, Barabara Plaza Block B, or be addressed and posted to the address below on or before the dates indicated above at 11.00 a.m. All pages of the submitted documents are to be Serialized
  1. Opening of the bids will take place immediately thereafter at the Ground Floor Board Room, Barabara Plaza, Block B in the presence of the tenderers or their representatives who choose to attend.
  1. Bids not received at the submission venue by the closing date and time will not be accepted for opening and will be rejected and returned unopened.
  1. The Authority will strictly adhere to Government guidelines on management of COVID 19. Bidders who choose to attend the opening of bids ceremony are therefore required to only send one (1) representative. This will reduce on congestion and crowding of the opening venue.

 

  1. Bidders with enquiries are encouraged to do so vide the email addresses shown below. This email address is being protected from spambots. You need JavaScript enabled to view it., This email address is being protected from spambots. You need JavaScript enabled to view it..

Director General

Kenya Rural Roads Authority,

Barabara Plaza Block B, Mazao road, Opposite KCAA building

  1. O. Box 48151-00100,

NAIROBI, KENYA.

Email Addresses: This email address is being protected from spambots. You need JavaScript enabled to view it., This email address is being protected from spambots. You need JavaScript enabled to view it.

Tel: +254(20)8013846/2710451, Mobile: +254 724 735 568

ADDENDUM NO 1 22% RMLF ALLOCATION FY 2023-2024 BUNGOMA REGION.

                                                          WI/27

                                 KENYA RURAL ROADS AUTHORITY     

                                                  UPPER WESTERN REGION

                                                        BUNGOMA OFFICE

                                                                    

                                                                   TENDER NOTICE

                                                                     

                                                                                                  ADDENDUM NO 1                                                                                 3rd October, 2023

TENDER FOR ROUTINE MAINTENANCE & SPOT IMPROVEMENT WORKS ON VARIOUS ROADS IN KIMILILI CONSTITUENCY FUNDED UNDER 22% RMLF ALLOCATION FOR THE FINANCIAL YEAR 2023 -2024

                                                                 

 DOWNLOAD ADDENDUM NO 1 

Reference is made to the Invitation to tender that is presently in the Authority’s website -www.kerra.go.ke.

Pursuant to clause 10.1 of the Instructions to Tenderers, we wish to notify interested bidders that

the above referenced tender stands CANCELLED due to material governance issues hitherto unforeseen.

Any inconvenience caused is regretted

ENG JARED OMONDI

REGIONAL DIRECTOR

ADDENDUM NO 1 22% RMLF FY 2021-2022 BUNGOMA REGION

                                                          WI/27

                                 KENYA RURAL ROADS AUTHORITY     

                                                  UPPER WESTERN REGION

                                                        BUNGOMA OFFICE

                                                                    

                                                                   TENDER NOTICE

                                                                     

                                                                                                 ADDENDUM NO 1                                                                                   2nd November, 2021

 

               TENDER FOR ROUTINE MAINTENANCE & SPOT IMPROVEMENT ON VARIOUS ROADS FUNDED VIDE 22% RMLF ALLOCATION FOR THE  

                                                                  FINANCIAL YEAR 2021-2022

 DOWNLOAD ADDENDUM 1 

DOWNLOAD DOC 

Reference is made to the Invitation to tender that is presently in the Authority’s website -www.kerra.go.ke.

Pursuant to clause 10.1 of the Instructions to Tenderers, we wish to notify interested bidders that the cover page for tender No. KeRRA/08/39/BGM/SRS/22% RMLF/21/22-012 (ANG’ARO – CB. MT. ELGON (C814) ROAD) was inadvertently titled BUMULA CONSTITUENCY instead of SIRISIA CONSTITUENCY.

Kindly note that this has been corrected and the document with the correct page title has been uploaded to the website. All other details remain the same.

Any inconvenience caused is regretted

ENG JARED OMONDI

REGIONAL DIRECTOR

ADDENDUM NO 1 Chaka-State Lodge and Naivasha-Karagita

TENDER NOTICE

ADDENDUM NO. 1

REHABILITATION AND PERODIC MAINTENANCE OF;

 

  1. A2, Chaka – State Lodge –A2, Giagatika (Nyeri), TENDER NO. KeRRA/011/39/16/2018-19

 

  1. A 8 Naivasha – Karagita – Kongoni (Moi South Lake), TENDER NO. KeRRA/011/39/ 17/2018-19

 

Addedundum Pdf      download here

Reference is made to the Tender Notice that appeared in the Authority’s website and the Newspaper Advertisement on MyGov dated 4th September, 2018.

The Authority would like to clarify as follows;

  1. The Bills of Quantity for the Tender for Rehabilitation of Jct. A8 Naivasha – Karagita – Kongoni (Moi South Lake), Tender No. KeRRA/011/39/ 17/2018-19 have been revised and will be uploaded on KeRRA’s website on Friday 28th September, 2018.
  1. The NCA requirement for the Tender for Rehabilitation of Jct. A8 Naivasha – Karagita – Kongoni (Moi South Lake), Tender No. KeRRA/011/39/17/2018-19 has been revised to be NCA Category 4 & above.
  1. Due to Item No. 2 above, all interested bidders are required to attend a Mandatory Pre Tender Site Meeting scheduled for Wednesday 3rd October, 2018 for the Tender for Rehabilitation of Jct. A8 Naivasha – Karagita – Kongoni (Moi South Lake), Tender No. KeRRA/011/39/ 17/2018-19. This also applies to all bidders that had attended the initial Pre Tender Site Meeting.
  1. The Tender Submission date for the Tender for Rehabilitation of Jct. A8 Naivasha – Karagita – Kongoni (Moi South Lake), Tender No. KeRRA/011/39/17/2018-19 is hereby revised from Thursday 27th September, 2018 to Tuesday 9th October, 2018 at 11.00am.
  1. The Tender Submission date for the Tender for Rehabilitation of A2, Chaka – State Lodge –A2, Giagatika (Nyeri), Tender No. KeRRA/011/39/16/2018-19 still remains as Thursday 27th September, 2018.
  1. All other information remains the same.
  2. Full details of the tenders can be downloaded from the Authority’s website: kerra.go.ke.

 

 

PROCUREMENT MANAGER                

FOR: DIRECTOR GENERAL

ADDENDUM NO 1 FY 2021-2022 KAKAMEGA REGION .

 

 

 

 

 

 

 

KENYA RURAL ROADS AUTHORITY

KAKAMEGA REGION

Date: 18th February, 2022

 

ADDENDUM NOTICE NO.1

download addendum here

Reference is made to the advertisement notice dated 11th February, 2021 for tenders under GOK and 22% RMLF in 2021-2022 Financial year.

Kenya Rural Roads Authority (Kakamega Region) wish to notify all interested bidders that clarifications is hereby made as follows;

  1. The correct Tender Number for the Tender; C786 Mbande-Nambirima-Kiliboti Pri Road is KeRRA/008/39/KAK /GOK/ 2/55/ 2021/ 22- 145
  1. Therefore, the Tender Number KeRRA/008/39/GOK/ 2/55/ 2021/ 22-031 appearing on the Top Page of the above Tender is hereby corrected to read KeRRA/008/39/KAK /GOK/ 2/55/ 2021/ 22- 145

The closing and opening of tenders shall remain the same as earlier advertised

Eng. EDWIN CHESEREK

REGIONAL DIRECTOR                 

ADDENDUM NO 1 KISUMU REGION.

KENYA RURAL ROADS AUTHORITY

           Tel: 020-200157                                                                                                                                                                                                                Regional Director

                                                                                                                                                                                                                                  Mamboleo Regional Office

           Email: This email address is being protected from spambots. You need JavaScript enabled to view it.                                                                                                                                                                           P.O. Box 1448-40100

           Website: www.kerra.go.ke                                                                                                                                        Kisumu, KENYA

                                                 

 

                                                                                                                                                       23rd September, 2022                

KISUMU REGION

Minor Road Maintenance and Spot Improvement Works under GOK Savings, 10% Savings & 10%CS      Savings Funds

 

ADDENDUM 1

 DOWNLOAD ADDENDUM 1

The Kenya Rural Roads Authority-Kisumu Region wishes to inform firms participating in the tenders for minor Road Maintenance and Spot Improvement Works under GOK Savings, 10% Savings & 10%CS Savings funds for FY 2021/2022 that clarification is deemed necessary calling for an addendum.

  1. Kindly take note that the tender document uploaded on the KeRRA website for contract no. C676: MIWANI – OBUMBA ROAD (KERRA/008/39/KSM/10% SAVINGS/MUHORONI/2-48-21|22-106)was not the correct tender document. The error has been corrected and the document has been uploaded on the KeRRA website.
  1. Also, the tender document uploaded on the KeRRA website for contract no. P243: OGANGO - STAR HOSPITAL ROAD (KERRA/008/39/KSM/CARRY OVER/KSM CENTRAL/2-48-21|22-129) was not the correct tender document. The error has been corrected and the document has been uploaded on the KeRRA website.
  1. Submission date & time for this specific tender has been extended from 28th September, 2022 to 30th September, 2022 at 10.00 am.
  1. The other instructions remain unchanged

Eng. K.A. Ochieng

Regional Director

KISUMU REGION.

ADDENDUM NO 1 MIGORI REGION 22% AND 10 % RMLF FY 2021-2022

 

KENYA RURAL ROADS AUTHORITY

________Connecting Devolved Kenya__________

 

TENDER NOTICE: ADDENDUM NO.1

INVITATION TO TENDER 22%RMLF AND 10%RMLF FY 21/22 DATED 15TH OCTOBER, 2021

DOWNLOAD ADDENDUM NO 1

download doc 035

download doc 0271

download doc

 

The Region wishes to make changes to the invitation to tender dated 15th October, 2021 and the bid documents with regards to the Bills of quantites as follows:

  1. 1. Ogwamrondo SDA- A1 Ranen Contract no. KeRRA/011/MIG/AWEN/22%/39/21-22/061 Bill no. 10 activity no 10.60.03 the quantity should be 2297.6 and not 22297.6 as indicated earlier.

 

  1. Ndege Oriedo – A1 Kamagambo Contract no. KeRRA/011/MIG/RON/GOKSAV/39/20-21/268 has been changed to KeRRA/011/MIG/GOKSAV/39/20/21/271 and the tender document has been uploaded.

 

  1. The tender document for Migori – Nyikendo contract no. KeRRA/011/MIG/SE/10%/39/21-22/035 which was missing has since been uploaded.

  

The sealed documents MUST be submitted to the address below or deposited in the Tender Box. The venue, time and the date remains the same as per the advert.

Bids not received at the submission venue by the closing time shall not be accepted for opening and shall be rejected and returned unopened.

 

Bidders may obtain further information from the Procurement office in Migori during normal working hours from 0900hrs to 1600hrs local time Monday to Friday.

Eng. Joash N. Michoma

REGIONAL DIRECTOR

KENYA RURAL ROADS AUTHORITY

P O BOX 164-40400

SUNA- MIGORI

ADDENDUM NO 1 SIAYA REGION 10% RMLF SAVINGS FY 23/24

Kenya Rural Roads Authority

Siaya Region

 

Date: 24th October, 2023

ADDENDUM 1

The Kenya Rural Roads Authority (Siaya Region) wishes to inform firms participating in the tenders for 10% RMLF SAVINGS FY 22/23 that clarifications are deemed necessary calling for an addendum.

Kindly take note, that the tender validity is 189 (One Hundred and Eighty Nine) days as indicated on the TDS ITT 20.1 and not 140 (One Hundred and Forty) days as indicated on pages v and 31 respectively.

All other instructions and details remain unchanged.

Eng. K. A. Ochieng

Deputy Director - Roads

SIAYA REGION

ADDENDUM NO 1 UNDER 10% & 22% RMLF BUNGOMA REGION FY 2020-2021

                                                          WI/27

                                 KENYA RURAL ROADS AUTHORITY     

                             UPPER WESTERN REGION

                              BUNGOMA OFFICE

                                                                    

              TENDER NOTICE

                                                                     

                                                                    ADDENDUM NO 1                                               9th September, 2021

 

                TENDER FOR ROUTINE MAINTENANCE & SPOT IMPROVEMENT ON VARIOUS ROADS FUNDED VIDE 22% & 10% RMLF SAVINGS FOR THE FINANCIAL YEAR 2020-2021

                                                                 

 download addendum here

Reference is made to the Invitation to tender that is presently in the Authority’s website -www.kerra.go.ke.

Pursuant to clause 10.1 of the Instructions to Tenderers, we wish to notify interested bidders that the bid document uploaded in the website for the tender listed here below was incorrect. The correct bid document has now been uploaded.

 

S/N

 

ROAD NAME & NO.

 

TENDER NO.

 

CONSTITUENCY

 

BUDGETARY ESTIMATE

 

RESERVATIONS

 

16

CB MINYALI – E278 NDALU (622) B

KeRRA/011/39/BGM/TNG /10%SAV/20/21-093

TONGAREN

394,000.00

PWD

download

Any inconvenience caused is regretted

ENG JARED OMONDI

REGIONAL DIRECTOR

ADDENDUM NO 2 FY 2021-2022 KAKAMEGA REGION.

KENYA RURAL ROADS AUTHORITY

       KAKAMEGA REGION

              

20th December,2021

ADDENDUM NOTICE NO.2

 

DOWNLOAD ADDENDUM TWO HERE

Reference is made to the Advertisement Notice dated 10th December,2021 for tenders under GOK savings in the Financial year 2021-2022

Kenya Rural Roads Authority (Kakamega Region) wish to notify all interested bidders that clarifications have been made for the following tenders;

No

Road Name

Constituency

Tender No.

Category

Corrected Budgeted Amount

6

G92587 Iyala – Stand Muhogo Road

Lurambi

KeRRA/008/39/KAK/GOK savings/2-55-21|22-207

ALL

2,190,244.05.00

NB.

Take note that the Budget for the above Tender have been corrected as provided above

All details including tender closing and opening remain the same as earlier stated.

Eng. E.K. Cheserek

REGIONAL DIRECTOR

 

ADDENDUM NO 2 BUNGOMA REGION

                                                          WI/27

                                 KENYA RURAL ROADS AUTHORITY     

                                 UPPER WESTERN REGION

                              BUNGOMA OFFICE

                                                                    

                           TENDER NOTICE

                                                                     

                                                                                                                         ADDENDUM NO 1                                                            8th February, 2021

 

               TENDER FOR ROUTINE MAINTENANCE & SPOT IMPROVEMENT ON VARIOUS ROADS UNDER 22% RMLF ALLOCATION FOR THE  

                                                                  FINANCIAL YEAR 2020-2021

 download addendum 1 here

Reference is made to the Invitation to tender that is presently in the Authority’s website -www.kerra.go.ke.

Pursuant to clause 2.4 of the Instructions to Tenderers, we wish to notify interested bidders that the bid document uploaded in the website for the tender listed here below did not include Bill No.10 in the Bills of Quantities. The correct bid document has now been uploaded.

 

S/N

 

ROAD NAME & NO.

 

TENDER NO.

 

CONSTITUENCY

 

BUDGETARY ESTIMATE

 

RESERVATIONS

 

41

B139SIKUSI – D1827MUKHWEYA (G9824)

KeRRA/011/BGM/KBCH/22%/39/20/21-034

KABUCHAI

 

 

 

3,419,000.00

OPEN

download

Any inconvenience caused is regretted

ENG JARED OMONDI

REGIONAL DEPUTY DIRECTOR

ADDENDUM NO 2 KAKAMEGA REGION FY 2021-2022

 

 

KENYA RURAL ROADS AUTHORITY

KAKAMEGA REGION

Date: 25th February, 2022

ADDENDUM NOTICE NO 2

DOWNLOAD ADDENDUM 2

Reference is made to the advertisement notice dated 11th February, 2021 for tenders under GOK and 22% RMLF in 2021-2022 Financial year.

Kenya Rural Roads Authority (Kakamega Region) wish to notify all interested bidders that clarifications is hereby made as follows;

  1. The Engineers Estimate provided in the Tender Document; (s) Clause 14.4 of instruction to Tenderers is amended for the various Tenders as follows:

No

Tender No

Road Name

Corrected Engineers Estimate

1

KeRRA/008/39/KAK /GOK/ 2/55/ 2021/ 22- 141

E9206 Harambee- Shitsisori Road

9,785,000.00

2

KeRRA/008/39/KAK /GOK/ 2/55/ 2021/ 22- 142

E9196 Manyunza- Dido Road

9,828,000.00

3

KeRRA/008/39/KAK /GOK/ 2/55/ 2021/ 22- 144

C780 Ikoli- Kimangeti- Malava (C780 Chimoi- Malichi) Road

9,742,000.00

4

KeRRA/008/39/KAK /GOK/ 2/55/ 2021/ 22- 145

C786 Mbande-Nambirima-Kiliboti Pri   Road

9,828,000.00

5

KeRRA/008/39/KAK /22% RMLF/ 2/55/ 2021/ 22-031(Retender)

Uncl- 20 Kakamega Buruburu- Shibanga - Shibale   Road

5,643,533.30

6

KeRRA/008/39/KAK /22% RMLF/ 2/55/ 2021/ 22-033(Retender)

Uncl-22 Kakamega Mwilala – Mureko Ack - Muriaka Road

2,632,841.00

7

KeRRA/008/39/KAK /22% RMLF/ 2/55/ 2021/ 22-041 (Retender)

Uncl- 17 Kakamega Shitimba – Nandwa Junct. Road

3,968,331.58

8

KeRRA/008/39/KAK /22% RMLF/ 2/55/ 2021/ 22-047 (Retender)

E1273 Nambacha –  Navakholo Road

2,601,138.38

Please note that he closing and opening of tenders is hereby postponed from 28th February, 2022 to 4th March, 2022

Eng. EDWIN CHESEREK

REGIONAL DIRECTOR                 

addendum no 2 nyamira region

 DOWNLOAD ADDENDUM 3 HERE

 

KENYA RURAL ROADS AUTHORITY

NYAMIRA REGION

P.O BOX 27-40500 NYAMIRA

 

ADDENDUM NO. 2

ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF VARIOUS ROADS FOR RMLF 22% FY 2020

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.

Following the Declared Covid-19 pandemic and Subsequent Presidential directive, KeRRA Nyamira has revised the opening dates for all the tenders that were posted on Tuesday, 3rd March 2020 both in our Regional Notice Board & our Website (see www.kerra.go.ke), the Authority wishes to make several changes as follows:

 

S/No

 

TENDER NUMBER

 

ROAD NAME

 

REVISED OPENING& CLOSING TIME : 9.00AM

BORABU CONSTITUENCY RMLF 22%

1

KeRRA/11/NMR/39/22% CRC/2-47-005 -19|20

Amakara - Isoge

24TH APRIL, 2020

2

KeRRA/NMR/39/22% CRC /2-47- 006-19|20

Gucha - Kegogi - Nyagware

3

KeRRA/11/NMR/39/22% CRC/2-47- 009-19|20

Matutu -Riamanoti -Nyaronge

4

KeRRA/11/NMR/39/22% RMLF/2-47-007-19|20

Nyaronge - Mwongori - Chebilati

5

KeRRA/11/NMR/39/22% CRC/2-47- 008-19|20

Nyapara 11 - Mokomoni - Kitaru

6

KeRRA/11/NMR/39/22% CRC/2-47- 010-19|20

Kijauri - ensakia - Riotonyi

7

KeRRA/11/NMR/39/22% CRC/2-47- 012-19|20

Itibo - Kiabonyoru -Kegogi

8

KeRRA/11NMR/39/22% CRC/2-47- 011-19|20

Amatierio - Kiendera - Nyankongo TBC

NORTH MUGIRANGO RMLF 22%

1

KeRRA/11/NMR/39/22% CRC/2-47-016-19|20

Bomabacho – Nyamusi

23RD APRIL, 2020

2

KeRRA/11/NMR/39/22% CRC/2-47-017-19|20

Nyamusi - URP Nyaobe – Chabera

3

KeRRA/11/NMR/39/22% CRC/2-47-018-19|20

Mabariri - Kioge - Nyanchoka - Gekano

4

KeRRA/11/NMR/39/22% CRC/2-47-019-19|20

Magwagwa - Sakwa - Nyaututu

5

KeRRA/11/NMR/39/22% CRC/2-47-020-19|20

Ikonge (Tombe Junction) - Isinta - Avocado

6

KeRRA/11/NMR/39/22% CRC/2-47-021-19|20

Magwagwa - Nyabwaroro - A1 Sondu

7

KeRRA/11/NMR/39/22% CRC/2-47-022-19|20

Nyaramba - Itibo

WEST MUGIRANGO RMLF 22%

1

KeRRA/11/NMR/39/22% CRC/2-47-026-19|20

Tinga - Ekero - Gesiaga

22ND APRIL, 2020

2

KeRRA/11/NMR/39/22% CRC/2-47-028-19|20

Karota Junct - Karota Market

3

KeRRA/11/NMR/39/22% CRC/2-47-029-19|20

Mobamba - Gucha

4

KeRRA/11/NMR/39/22% CRC/2-47-037-19|20

Miruka - Bomabacho

5

KeRRA/11/NMR/39/22% CRC/2-47-040-19|20

Bondeni - Magombo

6

KeRRA/11/NMR/39/22% CRC/2-47-041-19|20

Mabundu - Nyamira

7

KeRRA/11/NMR/39/22% CRC/2-47-042-19|20

Nyabomite Bridge

 

 

KITUTU MASABA RMLF 22%

1

KeRRA/11/NMR/39/22% CRC/2-47-027-19|20

Kegati - Nyangori

22ND  APRIL,2020

2

KeRRA/11/NMR/39/22% CRC/2-47-030-19|20

Nyankongo Society - Emenyeche - Nyabuya

3

KeRRA/11/NMR/39/22% CRC/2-47-031-19|20

Girango - Keboba

4

KeRRA/11/NMR/39/22% CRC/2-47-039-19|20

Keroka - Matangi - Rikenye

We wish further to state that some amendments have been made to correct the anomalies that appeared in   Amatierio - Kiendera - Nyankongo TBC Tender Number KeRRA/11NMR/39/22% CRC/2-47- 011-19|20 for Borabu Constituency and  Miruka-Bomacho Tender NO. KeRRA/11/NMR/39/22% CRC/2-47-037-19|20  for West Mugirango.

S/no

TENDER NUMBER

ROAD NAME

CHANGES

1

KeRRA/11NMR/39/22% CRC/2-47- 011-19|20

Amatierio - Kiendera - Nyankongo TBC

Budgeted amount revised 

To read 2.4 Million

2

KeRRA/11/NMR/39/22% CRC/2-47-037-19|20

Miruka - Bomabacho

B.O.Q Revised

Bidders are advised to download revised tender documents from the Authority’s Website: www.kerra.go.ke as from Friday, 27th March, 2020. All other information regarding the tender documents on requirements, specification and scope of works remains the same.

Completed duly serialized Tender Documents in Wax sealed plain envelopes marked with Tender reference and Road Name description, without bidder’s identity, should be deposited in the Tender Box located in the Regional Office at the Public Works Building or be addressed and sent to;

The Deputy Director,

Kenya Rural Roads Authority-Nyamira Region,

P.O. Box 27-40500,

NYAMIRA

So as to be received by 9:00 AM on the respective tabulated dates above. Opening of bids will take place immediately thereafter in presence of Tenderers’ representatives who wish to attend. Bids submitted after this prescribed time shall be rejected.

24th MARCH 2020

.

DEPUTY DIRECTOR,

KENYA RURAL ROADS AUTHORITY,

NYAMIRA REGION

ADDENDUM NO 3 BUNGOMA REGION

                                                          WI/27

                                 KENYA RURAL ROADS AUTHORITY     

                    UPPER WESTERN REGION

              BUNGOMA OFFICE

                                                                    

                                                                                                             TENDER NOTICE

                                                                     

                                                                                                           ADDENDUM NO. 3                                                                8th February, 2021

 

   TENDER FOR ROUTINE MAINTENANCE & SPOT IMPROVEMENT ON VARIOUS ROADS UNDER 22% RMLF ALLOCATION FOR THE  

                                                                  FINANCIAL YEAR 2020-2021

 download addendum no 3 here

Reference is made to the Invitation to tender that is presently in the Authority’s website -www.kerra.go.ke.

Pursuant to clause 2.4 of the Instructions to Tenderers and section 63 of the Public Procurement and Asset Disposal Act 2015, we wish to notify interested bidders that the tenders list here below are hereby Cancelled. The same shall be re-advertised at a later date.

 

S/N

 

ROAD NAME & NO.

 

TENDER NO.

 

CONSTITUENCY

 

BUDGETARY ESTIMATE

 

RESERVATIONS

30

NASUSI-MWANGALE BRIDGE-MAROFU (UG9115)

KeRRA/011/BGM/KML/22%/39/20/21-040

 

 

 

 

 

KIMILILI

 

 

 

 

3,468,000.00

OPEN

32

MOI GIRLS KAMUSINGA-KAMUTIONG (E1237)

KeRRA/011/BGM/KML/22%/39/20/21-042

4,181,000.00

OPEN

35

C809 TEMBA TEMBA-KITAYI-KIBINGEI (UP25)

KeRRA/011/BGM/KML/22%/39/20/21-045

3,690,000.00

OPEN

Any inconvenience caused is regretted

ENG JARED OMONDI

REGIONAL DEPUTY DIRECTOR

ADDENDUM NO. 1 FOR EMBU REGION JULY TENDER 2024

KENYA RURAL ROADS AUTHORITY

EMBU REGION

ADDENDUM NO .1

Date: 26th July, 2024

 

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.

Reference is made to the tender advertisement notice for road works dated 23rd July 2024 for Embu region. Bidders are hereby notified that;

  1. Under Section II- Tender Data Sheet (TDS), ITT 21.1, is amended to read as follows;

A Tender Security shall NOT be required.

A Tender-Securing Declaration Shall be [insert “shall be” or “shall not be”] required.

If a Tender Security shall be required, the amount and currency of the Tender Security shall be N/A

  1. To allow ample time for preparation and submission, the deadline for submitting Bid documents has been extended to Wednesday, 7th August 2024 at 11.00 AM.

 All other instructions and details remain unchanged.

-------------------------

ENG.PM WACHAI

REGIONAL DIRECTOR

EMBU REGION

ADDENDUM NO. 1 KAJIADO REGION UNDER 22% RMLF AND 10% RMLF FY 2021/2022 FOR KAJIADO CENTRAL CONSTITUENCY

KENYA RURAL ROADS AUTHORITY

 

KAJIADO REGION

INVITATION TO TENDER

                                                                                 ADDENDUM No. 1

 

Date: 19th October 2021

 

ADDENDUM NO. 1                       

ROUTINE MAINTENANCE/ SPOT IMPROVEMENT OF LISTED ROADS

Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act 2007 with the responsibility for management, development and maintenance of rural roads.

On 7th October, 2021 the Authority invited interested qualified Road Works Contractors-Prequalified and AGPO eligible firms/groups for Routine Maintenance/Spot Improvement works on various roads under 22% and 10% RMLF Funds for Kajiado Central Constituency.

Bidders are hereby notified that;

The closing date of the tenders has been changed from Thursday, 21st October, 2021 to Thursday, 28th October 2021.This is to give bidders adequate time to prepare for the biding process. All other conditions remain the same.

 

REGIONAL DIRECTOR

KAJIADO REGION

ADDENDUM NO. 1 SPOT IMPROVEMENT OF ROADS KWALE REGION

KENYA RURAL ROADS AUTHORITY
KWALE REGION

INVITATION TO TENDER                                                                                                                                                                                                                        6th October, 2022

                                                                                                                                ADDENDUM NO. 1                        

SPOT IMPROVEMENT OF LISTED ROADS

Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act 2007 with the responsibility for management, development and maintenance of rural roads.

On 30th September, 2022 the Authority invited interested qualified Road works Contractors and AGPO eligible firms/ groups for Spot Improvement works on the listed roads.:

Download Addendum No. 1 Here

NO

TENDER NO.

Constituency

ROAD

ROAD NAME

ELIGIBLE GROUP

TIME FOR COMPLETION

 

1

KeRRA/08/KWL/39/21|22-63

Lunga Lunga

C204

BidiniMole - Magombanii

ALL

4 Months

 

2

KeRRA/08/KWL/39/21|22-64

Kinango

C204

Kilibasi - Mbita Bongo

ALL

4 Months

 

3

KeRRA/08/KWL/39/21|22-65

Matuga

C208

Kirewe - Kilulu

PWD

4 Months

 

4

KeRRA/08/KWL/39/21|22-66

Matuga

C207

Mwaluvanga -Lukore Primary

YOUTH

4 Months

 

5

KeRRA/08/KWL/39/21|22-67

Lunga Lunga

C209

Mwabandari-Mwananyamala Primary

YOUTH

4 Months

 

6

KeRRA/08/KWL/39/21|22-68

Matuga

C211

Manyatta -Kidongo Primary

WOMEN

4 Months

 

7

KeRRA/08/KWL/39/21|22-69

Matuga

C214

Majimboni - Chirimani Primary

WOMEN

4 Months

 

8

KeRRA/08/KWL/39/21|22-70

Matuga

C208

Kirewe-Mirihini Primary School

ALL

4 Months

 

Bidders are hereby advised that;

  1. The Submission date have changed from Friday, 7th October, 2022 at 11.00am to Tuesday 11th October, 2022 at 11.00am
  2. All other information pertaining this tender remains the same.

Eng. Onesmus Ikoa

REGIONAL DIRECTOR - (KWALE REGION)

                                                                                                                           

ADDENDUM NO.1 - UPGRADING OF GILGIL – MACHINERY ROAD PROJECT- RWC 369 - OCTOBER 2018

UPGRADING OF GILGIL – MACHINERY ROAD PROJECTKENYA RURAL ROADS AUTHORITY

 

INVITATION FOR BIDS

UPGRADING OF GILGIL – MACHINERY ROAD PROJECT. TENDER NO. RWC 369

Tender Name

Tender Document

Tender Notice

 
 UPGRADING OF GILGIL – MACHINERY ROAD PROJECT Tenderdocument  Download

 drawing

factual materials

       

 

  1. The Government of the Republic of Kenya has received a Loan (herein called “funds”) from the Arab Bank for Economic Development in Africa (BADEA) towards the cost of upgrading of Gilgil – Machinery Road Project and intends to apply part of this Loan to cover eligible payments under the Contract Agreement for which this invitation to bid is issued.
  2. The Kenya Rural Roads Authority (KeRRA) now invites sealed bids from eligible bidders from qualifying countries for the Upgrading of Gilgil – Machinery Road Project.
  3. It is an existing gravel/earth road of approximately 23 km long and is located partially in Nakuru County (5 km) and mostly in Nyandarua County (18 km). It starts at Gilgil Town off Gilgil - Nyahururu (C77) road and moves in a North - eastern direction passing by important administrative towns and villages including Langa Langa, Cereals, Kabati and ends at Machinery on Njabini - Olkalou (C69) road. The approximate quantities for the major items of the Works are:
  • Site Clearance………………………………………………………………….23 Ha.
  • Earthworks……………………………………………………………………...716,000m3.
  • Stabilised Gravel Subbase  ...…………….…………………………41,000 m3.
  • Graded Crushed Stone Base Course…………………………… ………… 39,000 m3.
  • Asphalt Concrete Surfacing …………………………………………………..6,000 m3.
  • Concrete Pipe Culverts………………………………………..……………....1420m.
  • Box Culvert……………………………………………………………….…..…1 No.
  • 25m single Span Concrete Bridge…………….………………………….…..1 No.
  1. Bidding will be through International Competitive Bidding (ICB) in accordance with the procedures for BADEA in coordination with the Government of Kenya.
  1. The Bid is restricted to Arab or African or Arab/African associated contracting firms.
  2. Mandatory requirements for Bidding are as follows:-
  3. Certified copy of certificate of incorporation.
  4. Certified copy of proof of registration with the National Construction Authority (NCA) under category 1 and 2 for those firms registered in Kenya. For foreign firms an equivalent registration from the country of incorporation.
  5. Thresholds specified in the Bid Document covering the following:
  • Similar previous experience
  • Key Personnel
  • Turnover and liquid assets supported by Audited Accounts for the previous 3 years
  • Currrent workload
  • Litigation History
  1. Value Added Tax (VAT) registration from the country of incorporation.
  2. Personal Identification Number(PIN) from country of incorporation.
  3. Valid Tax Compliance Certificate from country of incorporation.
  4. Bidders are requested to download full advertisement and tender documents from IFMIS supplier portal: treasury.go.ke and/or our website www.kerra.go.ke
  5. A mandatory Pre-bid site visit and meeting will take place on 18th September 2018 at 1000 Hours Local Time starting from the Gilgil (C77/D390 Junction). The Pre- bid site meeting will be held after the Site visit at the end of the project road.
  6. Completed Bid documents enclosed in sealed envelopes/packages clearly marked with the Tender Number and Tender Name should be addressed and submitted to :

The Director General,

Kenya Rural Roads Authority,

Blue Shield Towers, 6th Floor,

P.O. Box 48151 – 00100,

NAIROBI

Or Deposited in the Tender Box on the 6th Floor, Blue Shield Towers, Hospital Road Upper Hill so as to be received on or before 5th October 2018 at 1100hrs local time.

Opening of Bids will take place immediately thereafter in the 6th Floor Boardroom, Blue Shield Towers Hospital Road Upper Hill in the prescence of bidders or their representatives who wish to attend. Bids not received at the submission venue by the closing time will NOT be accepted for opening and will be rejected and returned unopened.

  1. Interested eligible Bidders may obtain further information and inspect the bidding documents at the office of the Manager Procurement, 5th Floor, Blue Shield Towers, Hospital Road , Upper Hill, Nairobi, Kenya ;Telephone:+254208013846/+254724735568 between 9:00 am and 4:00 pm from Monday to Friday, except on Public Holidays.

 

Director General

KENYA RURAL ROADS AUTHORITY

 

ADDENDUM NO.1 10% RMLF ALLOCATION FY 2023-2024 BUNGOMA REGION.

                                                          WI/27

                                 KENYA RURAL ROADS AUTHORITY     

                             UPPER WESTERN REGION

                       BUNGOMA OFFICE

                                                                    

                     TENDER NOTICE

                                                                     

                                                                                            ADDENDUM NO 1                                                                                            3rd October, 2023

 

TENDER FOR ROUTINE MAINTENANCE & SPOT IMPROVEMENT WORKS ON VARIOUS ROADS IN KIMILILI CONSTITUENCY FUNDED UNDER 10% RMLF ALLOCATION FOR THE FINANCIAL YEAR 2023 -2024

                                                                 

 download adddendum no 1 here

Reference is made to the Invitation to tender that is presently in the Authority’s website -www.kerra.go.ke.

Pursuant to clause 10.1 of the Instructions to Tenderers, we wish to notify interested bidders that

the above referenced tender stands CANCELLED due to material governance issues hitherto unforeseen.

Any inconvenience caused is regretted

ENG JARED OMONDI

REGIONAL DIRECTOR

ADDENDUM NO.1 10% RMLF KAKAMEGA REGION FY 2021-2022.

KENYA RURAL ROADS AUTHORITY

                              KAKAMEGA REGION               

 

Date: 1" November, 2021

ADDENDUM NOTICE NO.1

Reference is made to the advertisement notice dated 12 th October, 2021 for tenders under 10% RMLF, 2021-2022 Financial year.

Kenya Rural Roads Authority (Kakamega Region) wish to notify all interested bidders that clarifications have been made for the following tenders;

DOWNLOAD ADDENDUM NO 1

to

Road Name

Constituency

Tender No.

Category

Amended

Amount

 

C785 Samitisi

- Malava Road

MALAVA

KeRRA/008/39/K

AK/10% RMLF/2- 55-2l}22-001

YOUTH

PWD

4,945,214.95

 

C789

Harambee - Jtv. Khalaba ftoad

MATUNGU

KeRRA/008/39/K

AK/10% RMLF/2- 55-21J22-051

ALL

PWD

5,960,436.37

 

C780 Kambiri-

Ikoli Road

SHINYALU

KeRRA/008/39/K

AK/10% RMLF/2- 55-21)22-010

WOMEN

PWD

4,822,172.49

4

E9l 30

Musoli- Malimili

IKOLOMANI

KeRRA/008/39/K

AW10% RMLF/2- 55-21)22-022

ALL

PWD

6,421,033.40

5

G93388

Ebuliangoe- Emuruba Road

KHWISERO

KeRRA/008/39/K

AK/I0% RMLF/2- 55-21 22-1135

ALL

PWD

4,457,842.87

6

G93390

Lukanji            Junct- Muluwaya Road

KHWISERO

KeRRA/008/39/K

AK/10% RMLF/2- 55-21)22-036

PWD

ALL

2,619,318.49

 

NB.

  1. The category for the above tenders have been amended
  1. The closing and opening of tenders scheduled to take place on Tuesday 2' d November 2021 is postponed to 9* November, 2021 at

 

Eng. EDWIN CHESEREK

REGIONAL DIRECTOR

ADDENDUM NO.1FOR FY 2022-2023/24 SAVINGS 10%, 22% AND GOK FUNDS FOR ROUTINE & SPOT MAINTENANCE OF ROAD IN KISII REGION

KENYA RURAL ROADS AUTHORITY

KISII REGION

P O BOX 1084 KISII.

   TENDER NOTICE: ADDENDUM NO.1

DATE: 5th June, 2024

  1. Reference is made to the tender advertisement dated 22nd May, 2024 for 10 % 22% and GOK Development Vote FY 2022/2023&2024, Pursuant to clause 10.1 of the instructions to tenderers, we wish to notify interested bidders that the Bills of Quantities (BoQ) and the engineer’s estimate for the bid documents uploaded in the website for the tender listed here below were erroneous. The Bills of Quantities (BoQ) have since been corrected and the bid documents uploaded to the website.

S/No

CONSTITUENCY

ROAD CODE & NAME

RESERVATIONS

TENDER No.

1

NYARIBARI MASABA

OMOYO- RAITIGO-EKONA

WOMEN

KeRRA/08/24/KSI/39/NM/2-46-2022/23-212

2

BOBASI

ITUMBE-IYABE-OMOKO-MOTONTO

CITIZEN

KeRRA/08/24/KSI/39/NM/2-46-2022/23-212

 

 

N/B Bidders are advised to check the corrections on the adverts and bids for the above tenders before submission

The closing/opening dates for all the tenders have been revised from 6th June 2024 to be held on Thursday 13th June, 2024 at 10:00 am.

 

 

Eng. W. O. Nyariki

REGIONAL DIRECTOR

ADDENDUM NO.1GOK Development Vote FY 2022/2023 KISII REGION

 

 

 

 

KENYA RURAL ROADS AUTHORITY

KISII REGION

P O BOX 1084 KISII.

TENDER NOTICE: ADDENDUM NO.1

DATE: 3rd October, 2023

  1. Reference is made to the tender advertisement dated 26th September, 2023 for GOK Development Vote FY 2022/2023, The document has been corrected and it should be for persons living with disability and not prequalified as indicated bidders are advised to download the corrected document.

DOWNLOAD ADDENDUM 1 HERE

S/No

CONSTITUENCY

ROAD CODE & NAME

RESERVATIONS

TENDER No.

 

1

NYARIBARI CHACHE

E1146 NYANTURAGO- OMOYO

PWD

KeRRA/08/24/KSI/39/NC//2-46-2022/23-212

DOWNLOAD

 

 

N/B Bidders are advised to check the corrections on the adverts and bids for the above tenders before submission

The closing/opening dates for all the tenders has been rescheduled from 4th October, 2023 to Wednesday 11th October, 2023 at 10:00 am.

 

All other details remain the same.

 

Eng. W. O. Nyariki

REGIONAL DIRECTOR

ADDENDUM NOTICE 1 INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS HOMA BAY

The Kenya Rural Roads Authority (Homabay Region) wishes to inform firms participating in the tenders for 10% BY CABINET SECRETARY FUNDING FY 2021-2022  that was made on 26th July,2022 on KeRRA Website that clarifications are deemed necessary calling for an addendum to the tender is made as herein below..

  1. Due to delay in uploading tenders to KeRRA website,
  2. That the closing and Opening date for the above tender has been extended to 30th August,2022 at 10.00 a.m
  3. The rest of the details to the Invitation to Tender remain as earlier indicated.

S/No.

ROAD NAME AND TENDER NO.

Work

Categ ory

Constituency

Reservatio n

Pre Tender Site Visit

01

UNCL : Mariwa - Nyauu

KeRRA/HB/RAN/08/39/51/10%CS /21|22-230

C

RANGWE

GENERAL

04/08/2022

02

UNCL: Tom Mboya University College-Homabay

Prysons-Kogeloe –Kalanya Kapita –Rangwena –Lela

Beach

KeRRA/HB/HBT/08/39/51/10%CS /21|22-231

C

HOMABAY TOWN

YOUTH

04/08/2022

03

UNCL:– Jnc. Luora - Kodhouoch Road  

KeRRA/HB/RAN/08/39/51/10% CS/21|22-232

C

RANGWE

GENERAL

04/08/2022

04

Uncl152: Kuja – Kokeno –Rapedhi Road

KeRRA/HB/NDW/08/39/51/10%CS /21|22-233

C

NDHIWA

PWD

04/08/2022

05

UNCL: Rusinga –Ring Road   

KeRRA/HB/MBT/08/39/51/10%CS /21|22-234

C

MBITA

GENERAL

04/08/2022

06

UNCL Okiki Amayo – Migunde Road

KeRRA/HB/KARA/08/39/51/10%CS /21|22-235

 

KARACHUO

NYO

WOMEN

04/08/2022

07

UNCL Ongor –Store Pamba 

KeRRA/HB/RAN/08/39/51/10%CS /21|22-236

C

RANGWE

GENERAL

04/08/2022

 

 

INSTRUCTIONS TO TENDERES

 

  1. Bidders who are prequalified in respective work category and Constituencies may tender.
  1. 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.
  1. Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria is outlined in the Bid document.
  1. Bidders participating under Youth, Women or Persons with Disability Must attach copies of their registration certificates issued by National Treasury.
  1. You MUST attach the following copies of MANDATORY requirements:
    • Certified copies (by commissioner of oaths) of Certificate of incorporation, Certificates of registration and principal place of business
    • Valid & Certified Registration certificate for Road Works from National Construction Authority (NCA) NCA 8 and above
    • Valid, Certified & Current Practicing License for Road Works from National Construction Authority (NCA)
    • Authority to seek bank reference from the tenderer’s bankers
    • Valid Tax Compliance Certificate (To be verified from the KRA TCC Online Checker)
    • Dully filled and stamped form of tender
    • Dully filled confidential business questionnaire
    • Certified copies (by commissioner of oaths) of National Identification cards for the company directors for Youth, Women and People with Disability for those bidding for roads in that category
    • Certified copy of Recent/Current CR12 generated form(s) for the last 12 months indicating Directors, Nationality, shareholding
    • Provide litigation history and History of non-performance of contracts - sworn affidavits (within 3 months of tender opening) for the last three years
    • Certificates and CV’S of key personnel as per the evaluation criteria in the tender document
  • Provide proof of experience in similar works (in scope and amount) as per the evaluation criteria in the tender document
  • Bank statements in the name of the firm for the last three months from the date of tender opening for the General tenders and Proof of bank account in the name of the firm for reserved tenders
  • Bidders MUST serialize all the pages of their tender documents.
  • Bidders MUST provide all the information required as per the tender document.
  • Prices quoted must remain valid for One Hundred and Twenty (120 days) from the tender opening date.
  • Bidders who do not meet any of the above conditions will NOT be considered for award for any contract.
  1. Other qualification requirements are as outlined in the Tender Document.
  1. Bidders are requested to continually check the KeRRA website kerra.go.ke for any tender addenda or clarifications that may arise before submission date.

Interested eligible bidders will download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke from 5th August,2022

Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:

                                      

Regional Director - Roads,

Kenya Rural Roads Authority,

P.O. Box 550-40300

HOMABAY

All filled and sealed tenders MUST be submitted not later than 10.00 am on or before  30th August,2022 , Homabay Regional Office.

The opening of the tenders will take place immediately thereafter at Homabay Regional Office in the presence of contractors.

.

NB: Canvassing by tenderers will lead to automatic disqualification.

 

clip_image001.gifEng. J. Kimilu

Regional Director

HOMABAY REGION

ADDENDUM NOTICE NO. 1 FOR MWINGI CENTRAL CONSTITUENCY 22% RMLF FY 2022/2023

KENYA RURAL ROADS AUTHORITY

   KITUI REGION

TENDER ADDENDUM 1

 

DATE: 15TH DECEMBER, 2022

 

Tenders listed below for MWINGI CENTRAL CONSTITUENCY under 22%RMLF Allocation in the Financial Year 2022-/2023 which was advertised  5th December, 2022 at our Regional Office Notice board and posted on www.kerra.go.ke and www.tenders.go.ke is hereby CANCELLED until further notice. All interested bidders are notified on the same.

 

DOWNLOAD ADDENDUM 1 HERE

CONSTITUENCY

 CONTRACT NO.

ROAD NAME

BUDGET PROVISION

CATEGORY

SITE VISIT DATE

MWINGI CENTRAL

KeRRA/KTI/008/039/080/22%/2022-2023

C417, Ngaie - Katulani

4,252,270.00

B/C

Open but before closing date

KeRRA/KTI/008/KTI//039/081/22%/2022-2023

C417, Katulani - Ivuusya

4,264,160.00

B/C

Open but before closing date

KeRRA/KTI/008/039/082/22%/2022-2023

C417, Ivuusya - Kyumbe

3,824,404.00

WOMEN

Open but before closing date

KeRRA/KTI/008/039/084/22%/2022-2023

C416, Yoonye - Nyaani

4,216,629.00

 

B/C

Open but before closing date

KeRRA/KTI/008/039/085/22%/2022-2023

C416, Nyaani - Nuu - Ndovoini

4,296,930.00

PWD

Open but before closing date

KeRRA/KTI/008/039/086/22%/2022-2023

C416, Nuu-Ndovoini

4,587,220.00

YOUTH

Open but before closing date

KeRRA/KTI/008/039/087/22%/2022-2023

C425, A3 Mwingi - Lundi

3,755,500.00

WOMEN

Open but before closing date

KeRRA/KTI/008/039/088/22%/2022-2023

C425, Lundi - Miambani

4,332,600.00

B/C

Open but before closing date

KeRRA/KTI/008/039/089/22%/2022-2023

G46036, Waita - Mutwangombe

2,882,020.00

PWD

Open but before closing date

KeRRA/KTI/008/039/083/22%/2022-2023

C417, Kyumbe Nuu

3,962,908.00

 

B/C

Open but before closing date

 

All other details of the tender notice for the other SEVEN constituencies in the Region remain the same and any inconvenience due to the cancellation of the above tenders is regretted

 

ENG. SAYO MBAVU

REGIONAL DIRECTOR

KITUI REGION

ADDENDUM NOTICE NO.1 FOR EMBU UNDER 22% RMLF FY 2022/2023 FOR NOVEMBER TENDERS

KENYA RURAL ROADS AUTHORITY

EMBU REGION

 

INVITATION TO TENDER

 

ADDENDUM 1

Date: 5th December, 2022

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.

Reference is made to the tender advertisement notice for 22% RMLF road works dated 22nd November 2022 for Embu region. Bidders are hereby notified that;

  1. The closing dateof the tenders has been changed from Wednesday, 7th December, 2022 to Thursday, 15th December 2022.
  1. The tender document for KeRRA/011/EBU/039/RUN/22%/2-23-22/23-015 for routine maintenance of Mirundi-Kevote (D1227) road was erroneously uploaded. This error has now been corrected.

All other conditions remain the same.

REGIONAL DIRECTOR

EMBU REGION.

ADDENDUM NOTICE NO.1 FOR KAKAMEGA UNDER 10% RMLF CS AND 10% SAVINGS FY 2022/2023 FOR FEBRUARY TENDERS

download Addendum here.

KENYA RURAL ROADS AUTHORITY

                               KAKAMEGA REGION                               

Date: 15th February, 2023

ADDENDUM NOTICE NO.1

Reference is made to the Advertisement Notice dated 3rd February,2023 for Tenders under 10% CS FY 2022-2023 and savings from various Funding sources FY 2021-2022.

Kenya Rural Roads Authority (Kakamega Region) wish to inform all interested bidders that Tender opening exercise scheduled for Thursday 16th February, 2023 is hereby postponed to Wednesday 22nd February, 2023

All other information remains the same.

ENG. EDWIN CHESEREK REGIONAL DIRECTOR

ADDENDUM NOTICE NO.1 FOR KAKAMEGA UNDER AIA AND GOK FOR SEPTEMBER TENDERS

KENYA RURAL ROADS AUTHORITY

clip_image001.gifKAKAMEGA REGION

Date: 15th September, 2022

ADDENDUM NOTICE NO.1

Reference is made to the advertisement notice dated 12th September, 2022 for tenders under AIA and GOK for the Financial year 2021-2022.

Kenya Rural Roads Authority (Kakamega Region) wish to notify all interested bidders that clarifications is hereby made as follows;

  1. The Tender document for Tender No. KeRRA 008/39/KAK/AIA/2/55/2021/22-202 was erroneously uploaded.
  1. The correct Tender Document for the above mentioned Tender (G91819 Joyland- Musembe Road) has been uploaded.

No

Tender No

Road Name

Preference &

Reservation

1

KeRRA/008/39/KAK/AIA/ 2/55/ 2021/ 22- 202

G91819 Joyland- Musembe Road

WOMEN

Please note that the closing and opening of tenders shall remain the same as earlier indicated.

Eng. EDWIN CHESEREK

REGIONAL DIRECTOR                 

ADDENDUM NOTICE NO.1 FOR MACHAKOS REGION UNDER 22%RMLF FY 2022/2023 FOR NOVEMBER TENDERS

KENYA RURAL ROADS AUTHORITY

MACHAKOS REGION

9TH DECEMBER, 2022

 

TENDER NOTICE- ADDENDUM NO.1

TENDERS FOR 22% AND 10% RMLF ROADWORKS FOR FINANCIAL YEAR 2022/2023

 DOWNLOAD ADDENDUM NO. 1 HERE

Reference is made to the invitation to tender that is currently in the Authority’s website www.kerra.go.ke. dated 29th November, 2022.

Bidders are notified that the following contracts have been corrected as follows:-

  1. KeRRA/08/MKS/Mav/29/U-P113/22%/2-16-22/23-049-KATHOME-MAKILILI PRIMARY ROAD under Mavoko Constituency which was erroneously captured in the Standard Tender Document under eligibility group as Open to all instead of Persons Living with Disabilities (PWD) and therefore the same has been corrected and re-uploaded accordingly.
  1. KeRRA/08/MKS/Kath/39/E4044/22%/2-16-22/23-035 – KASEVE-MBUUNI ROAD under Kathiani Constituency which has duplicated bill items in the Bill of Quantities.  Corrected Standard Tender Document with the correct Bill of Quantities has been re-uploaded.

Consequently, the opening dates in the invitation to tender notice has been pushed forward to Tuesday, 20th December, 2022 (Tuesday) to give bidders the sufficient time to correct the changes appropriately.

All the other information remains the same.

Any inconvenience caused is regretted.

 

KENYA RURAL ROADS AUTHORITY

MACHAKOS REGION

9TH DECEMBER, 2022

 

TENDER NOTICE- ADDENDUM NO.1

TENDERS FOR 22% AND 10% RMLF ROADWORKS FOR FINANCIAL YEAR 2022/2023

Reference is made to the invitation to tender that is currently in the Authority’s website www.kerra.go.ke. dated 30th November, 2022.

Bidders are notified that the day of opening as indicated in the advert, Tuesday, 14th December, 2022 is erroneous.  The date has been corrected to read, Wednesday, 14th December, 2022.

All the other information remains the same.

Any inconvenience caused is regretted.

 

 

 

ADDENDUM NOTICE NO.1 FOR Mandera Region tenders under 22%RMLF and 10%RMLF Allocation in the Financial Year 2023-/2024 of Mandera North, Mandera South, Mandera West and Lafey Constituencies

KENYA RURAL ROADS AUTHORITY

                      MANDERA REGION                  DATE: 31st   January, 2024

                    TENDER ADDENDUM 1

DOWNLOWD ADDENDUM 1 HERE

Mandera Region tenders under 22%RMLF and 10%RMLF Allocation in the Financial Year 2023-/2024  of Mandera North, Mandera South, Mandera West and Lafey  Constituencies which was advertised on  24th  January, 2024 at our Regional Office Notice board and posted on www.kerra.go.ke and www.tenders.go.ke all interested bidders are notified that.

  1. Tender opening/closing date has been EXTENDED to 6th FEBRUARY, 2024.

All other information pertaining to tenders for all constituencies remains the same. Any inconvenience caused by the EXTENSION of tenders is regretted.

 

ADDENDUM NOTICE NO.1 for ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF VARIOUS ROADS FOR FY 2023/24 IN VIHIGA

KENYA RURAL ROADS AUTHORITY

VIHIGA REGION

P.O BOX 1251 – 50300 MARAGOLI

15Th   JANUARY, 2024

 

ADDENDUM 1

 

ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF VARIOUS ROADS FOR FY 2023/24

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 National   Trunk Roads; Class C.

We refer to our tender Notice on the above subject matter dated 15th January, 2024 on out Notices and KeRRA website www.kerra.go.ke  and wish to notify all potential bidders of the following amendments changes:

S N5.

Road Name                         

Tender Number

Amendments

2

Ebukanga (Kwa Sofia - Duka Moja)

KeRRA /EMH/22%/008/039/045/2023-2024

Target group changed from Youths to  Women

3

Muyekhe-Wamachese-Wambwa(Ilungu)

KeRRA /EMH/22%/008/039/046/2023-2024

Target group changed from Youths to  PWD

4

Mwilonje - Mwisakha

KeRRA /EMH/22%/008/039/052/2023-2024

Target group changed from   youths to PWD

4

Okacha-Esiamete- Catholic Church

KeRRA/EMH/22%/008/039/054/2023-2024

Target group changed from Youths to Women

All other details concerning the tender including the submission date remain the same.

 Bidders  are advised to download the  revised tender document from KeRRA   Website; www.kerra.go.ke or Public Procurement Information Portal (PPIP) portal: www.ppip.go.ke.

                   

                                                                             

Eng. E.K. Cheserek

REGIONAL DIRECTOR

ADDENDUM NOTICE NO.1 FOR SIAYA REGION JULY 2024

Kenya Rural Roads Authority

Siaya Region

 

Date: 25th July, 2024

ADDENDUM 1

The Kenya Rural Roads Authority (Siaya Region) wishes to inform firms participating in the ongoing tenders that clarifications are deemed necessary calling for an addendum.

Kindly take note, that the following tenders have corrections on the estimated project cost;

 

  1. UR 25: MUTUMBU - SIGOSE - GOT KOKWIRI Tender No. KeRRA-08-SYA-39-2-49-411-23|24)
  1. E6106: PAP NDEGE - SEGA (KOBONDO VILLAGE) - UKWALA Tender No. KeRRA-08-SYA-39-2-49-412-23|24)

 

The corrections have been done and the correct tender documents has since been uploaded on the website.

All other instructions and details remain unchanged.

Eng. K. A. Ochieng

Deputy Director - Roads

SIAYA REGION

ADDENDUM NOTICE NO.1 KAKAMEGA REGION 22%, 10%, CS AND DEVELOPMENT SAVINGS

KENYA RURAL ROADS AUTHORITY

clip_image001.gifKAKAMEGA REGION

Date: 21ST November, 2023

ADDENDUM NOTICE NO. 1

DOWNLOAD ADDENDUM HERE

 

Pursuant to section 75 (1) of the Public Procurement and Asset Disposal Act 2015 you are hereby notified of the following:

Reference is made to the Tender Notice dated 10Th November, 2023 for Road Work projects under 22% for FY 2023-2024.

Kenya Rural Roads Authority (Kakamega Region) wish to make clarifications to all interested bidders as follows;

  1. Please note that the BOQ for Tender Number KeRRA/008/KAK/GOK DEV SAVINGS/LURAMBI/2-55-22|23-248 for UK37_KAKAMEGA CABRO WORKS REGIONAL OFFICE Road that was earlier attached has been replaced with the correct one and the updated document has been uploaded.
  2. That the Engineers Estimate for Tender Number KERRA/008/KAK/22% RMLF/BUTERE/2-55-23|24-106, E1162 MANYALA-LANA Road has been corrected from Ksh 8,055,139.70 to read Ksh 5,396,616.15 and the updated document has been uploaded.
  3. That the Engineers Estimate for Tender Number KERRA/008/KAK/22% RMLF/BUTERE/2-55-23|24-108, MANYALA-BUTERE Road has been corrected from Ksh 9,446,185.70 to read Ksh 5,011,267.89 and the updated document has been uploaded.

The closing date Thursday, 23rd  November, 2023 has been moved to Tuesday 28th November, 2023. The venue and time for opening remain the same.

ENG. EDWIN CHESEREK

REGIONAL DIRECTOR

KAKAMEGA REGION                   

ADDENDUM NOTICE NO.2 for ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF VARIOUS ROADS FOR FY 2023/24 IN VIHIGA

 

DOWNLOAD ADDENDUM 2 HERE

KENYA RURAL ROADS AUTHORITY

VIHIGA REGION

P.O BOX 1251 – 50300 MARAGOLI

24Th   JANUARY, 2024

 

ADDENDUM 2

 

ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF VARIOUS ROADS FOR FY 2023/24

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 National   Trunk Roads; Class C.

 

We refer to our Tender Notice dated 15th  January, 2024  and Addendum1 dated 18th January, 2024  on the above subject matter that appeared on our  Notice Boards  and KeRRA website www.kerra.go.ke. We  wish to notify all potential bidders that the Submission date for the following Specific  tenders under 22% fuel Levy Funding  has  been extended to  2nd February, 2024

S N5.

Road Name                         

Tender Number

Amendments

1

Hobunaka- Ebuhando

KeRRA/LND/22%/008/039/002/2023-2024

Submission date changed to 2nd February, 2024

2

Obiero-Agoro-Mukhangula  Box Culvert

KeRRA/LND/22%/008/039/003/2023-2024

Special conditions of contracts amended

3

Ibubi-Emuhaya Dcc Residence-Esiamarui

KeRRA/LND/22%/008/039/004/2023-2024

Instruction to tenderers (ITT)

4

Esiandumba-Nandi Road,Ebusyubi Access Road

KeRRA/LND/22%/008/039/005/2023-2024

Submission date changed to 2nd February, 2024

5

Mwibona- Esibeye-Ebwiranyi

KeRRA/LND/22%/008/039/006/2023-2024

Submission date changed to 2nd February, 2024

6

Mulele Plaza-Ebusatsi, Luanda P.A.G-Epanga

KeRRA/LND/22% /008/039/007/2023-2024

Submission date changed to 2nd February, 2024

7

Ebusiralo-Desert

KeRRA /LND/22%/008/039/008/2023-2024

Submission date changed to 2nd February, 2024

8

Ebusiralo-Emmutsa

KeRRA /LND/22%/008/039/009/2023-2024

Submission date changed to 2nd February, 2024

9

Epanga -Mulwakhi

KERRA/LND/22%/008/039/010/2023-2024

Special conditions of contracts amended & ITT

10

Luanda-Esinamutu-Mox Culvertulwanda  Road

KeRRA/LND/22%/008/039/011/2023-2024

Special conditions of contracts amended &ITT

11

Mumbita-Mwilongo-Iboona, Kwa Straight-Wandeche

KeRRA/LND/22%/008/039/012/2023-2024

Submission date changed to 2nd February, 2024

12

Musitinyi-Essongolo

KeRRA/LND/22%/008/039/013/2023-2024

Submission date changed to 2nd February, 2024

13

Bukuga-Vigetse

KeRRA/VHG/22% /008/039/015/2023-2024

Submission date changed to 2nd February, 2024

14

Womulalu-Bukuga

KeRRA/VHG/22%/008/039/016/2023-2024

Submission date changed to 2nd February, 2024

15

Kideta-Lhyagalo-Ligale

KeRRA/VHG/22%/008/039/017/2023-2024

Submission date changed to 2nd February, 2024

16

Matangaro-Chanzuvu-Mbihi

KeRRA/VHG/22%/008/039/018/2023-2024

Submission date changed to 2nd February, 2024

17

Gavalagi-Chanzoka-Lusiola

KeRRA/VHG/22%/008/039/019/2023-2024

Submission date changed to 2nd February, 2024

18

Inavi-Nabwongo

KeRRA/VHG/22%/008/039/020/2023-2024

Submission date changed to 2nd February, 2024

19

Chango-Matsingulu

KeRRA /VHG/22%/008/039/021/2023-2024

Instruction To Tenderers (ITT)

20

Mulele-Enderea-Magui

KeRRA /VHG/22%/008/039/022/2023-2024

Submission date changed to 2nd February, 2024

21

Kitulu-Muhanda

KeRRA /VHG/22%/008/039/023/2023-2024

Submission date changed to 2nd February, 2024

22

Manyatta-Chavugami

KeRRA /VHG/22%/008/039/025/2023-2024

Submission date changed to 2nd February, 2024

23

Stage Havi - Lyamagale

KeRRA /VHG/22%/008/039/026/2023-2024

Submission date changed to 2nd February, 2024

24

Vihiga Pri. - Womulalu

KeRRA /VHG/22%/008/039/027/2023-2024

Submission date changed to 2nd February, 2024

25

Lyamagale-Liavora

KeRRA /VHG/22%/008/039/028/2023-2024

Submission date changed to 2nd February, 2024

26

Inyanza Ring Road

KeRRA /VHG/22%/008/039/029/2023-2024

Submission date changed to 2nd February, 2024

27

Kigama-Wasundi-Chavakali

KeRRA /SBT/22%/008/039/030/2023-2024

Submission date changed to 2nd February, 2024

28

Ludzu-Wangulu/

KeRRA /SBT/22%/008/039/031/2023-2024

Submission date changed to 2nd February, 2024

29

Muluchere Access Road

KeRRA /SBT/22%/008/039/033/2023-2024

Submission date changed to 2nd February, 2024

30

Chavogere-Mululu

KeRRA /SBT/22%/008/039/034/2023-2024

Submission date changed to 2nd February, 2024

31

Maganyi Access Road

KeRRA SBT/22%/008/039/035/2023-2024

Submission date changed to 2nd February, 2024

32

Maganyi Box Culvert

KeRRA /SBT/22%/008/039/037/2023-2024

Special conditions of contracts amended

33

Simboyi-Kishengwa

KeRRA /SBT/22%/008/039/038/2023-2024

Submission date changed to 2nd February, 2024

34

Huvuyia-Elunza

KeRRA /SBT/22%/008/039/039/2023-2024

Submission date changed to 2nd February, 2024

35

Kagolosi-Elunyu-Rotego

KeRRA /SBT/22%/008/039/040/2023-2024

Submission date changed to 2nd February, 2024

36

Lusengeli-Kavundanyi

KeRRA /SBT/22%/008/039/041/2023-2024

Bills Of Quantifies and Special Conditions of contracts

37

Ebukanga (Kwa Sofia - Duka Moja)

KeRRA /EMH/22%/008/039/045/2023-2024

Submission date changed to 2nd February, 2024

38

Muyekhe-Wamachese-Wambwa(Ilungu)

KeRRA /EMH/22%/008/039/046/2023-2024

Submission date changed to 2nd February, 2024

39

Kube Box Culvert

KeRRA /EMH/22%/008/039/047/2023-2024

Special conditions of contracts amended & ITT

40

Emalindi Box Culvert

KeRRA EMH/22%/008/039/048/2023-2024

Special conditions of contracts amended & ITT

41

Mawe Tatu-Mukhombe

KeRRA /EMH/22%/008/039/049/2023-2024

Submission date changed to 2nd February, 2024

42

Esirulo-Ekalabala-Munjiti-Emalindi/

KeRRA /EMH/22%/008/039/050/2023-2024

Submission date changed to 2nd February, 2024

43

Mukobolia Box Culvert And Access Road

KeRRA /EMH/22%/008/039/051/2023-2024

Special conditions of contracts amended & ITT

44

Okacha-Esiamete- Catholic Church

KeRRA/EMH/22%/008/039/054/2023-2024

Submission date changed to 2nd February, 2024

45

Mwilonje - Mwisakha

KeRRA /EMH/22%/008/039/052/2023-2024

Submission date changed to 2nd February, 2024

46

Essaba-Emmasafu/

KeRRA /EMH/22%/008/039/053/2023-2024

Special conditions of contracts amended& ITT

47

Galone -Gamudusi

KeRRA/HMI/22%/008/039/056/2023-2024

Submission date changed to 2nd February, 2024

48

Jebrok-Kinu

KeRRA/HMI/22%/008/039/057/2023-2024

Submission date changed to 2nd February, 2024

49

Musawa-Kapsengere

KeRRA/HMI/22%/008/039/058/2023-2024

Submission date changed to 2nd February, 2024

50

Shiru-Mwanzo

KeRRA/HMI/22%/008/039/059/2023-2024

Submission date changed to 2nd February, 2024

51

Lusasare-Muyere

KeRRA/HMI/22%/008/039/060/2023-2024

Submission date changed to 2nd February, 2024

52

Jemocheji-Kipsigori Primary

KeRRA/HMI/22%/008/039/061/2023-2024

Submission date changed to 2nd February, 2024

53

Luther-Madeya-Munzutsu

KeRRA/HMI/22%/008/039/062/2023-2024

Submission date changed to 2nd February, 2024

54

Chepsigaga-Saride

KeRRA/HMI/22%/008/039/063/2023-2024

Submission date changed to 2nd February, 2024

55

Musunji-Idereli

KeRRA/HMI/22%/008/039/064/2023-2024

Submission date changed to 2nd February, 2024

56

Cheptembo-Gimarian

KeRRA/HMI/22%/008/039/065/2023-2024

Submission date changed to 2nd February, 2024

57

Itumbi Box Culvert

KeRRA/HMI/22%/008/039/066/2023-2024

Special conditions of contracts amended

58

Kisasi Box Culvert

KeRRA/HMI/22%/008/039/067/2023-2024

Special conditions of contracts amended

All other details concerning the tenders including  Opening venue and Timed  remain the same.

 Bidders  are advised to download the  Revised Tender document from KeRRA   Website; www.kerra.go.ke or Public Procurement Information Portal (PPIP) portal: www.ppip.go.ke.

                   

                                                                             

Eng. E.K. Cheserek

REGIONAL DIRECTOR

KENYA RURAL ROADS AUTHORITY

VIHIGA REGION

P.O BOX 1251 – 50300 MARAGOLI

24Th   JANUARY, 2024

 

ADDENDUM 2

 

ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF VARIOUS ROADS FOR FY 2023/24

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 National   Trunk Roads; Class C.

 

We refer to our Tender Notice dated 15th  January, 2024  and Addendum1 dated 18th January, 2024  on the above subject matter that appeared on our  Notice Boards  and KeRRA website www.kerra.go.ke. We  wish to notify all potential bidders that the Submission date for the following Specific  tenders under 22% fuel Levy Funding  has  been extended to  2nd February, 2024

S N5.

Road Name                         

Tender Number

Amendments

1

Hobunaka- Ebuhando

KeRRA/LND/22%/008/039/002/2023-2024

Submission date changed to 2nd February, 2024

2

Obiero-Agoro-Mukhangula  Box Culvert

KeRRA/LND/22%/008/039/003/2023-2024

Special conditions of contracts amended

3

Ibubi-Emuhaya Dcc Residence-Esiamarui

KeRRA/LND/22%/008/039/004/2023-2024

Instruction to tenderers (ITT)

4

Esiandumba-Nandi Road,Ebusyubi Access Road

KeRRA/LND/22%/008/039/005/2023-2024

Submission date changed to 2nd February, 2024

5

Mwibona- Esibeye-Ebwiranyi

KeRRA/LND/22%/008/039/006/2023-2024

Submission date changed to 2nd February, 2024

6

Mulele Plaza-Ebusatsi, Luanda P.A.G-Epanga

KeRRA/LND/22% /008/039/007/2023-2024

Submission date changed to 2nd February, 2024

7

Ebusiralo-Desert

KeRRA /LND/22%/008/039/008/2023-2024

Submission date changed to 2nd February, 2024

8

Ebusiralo-Emmutsa

KeRRA /LND/22%/008/039/009/2023-2024

Submission date changed to 2nd February, 2024

9

Epanga -Mulwakhi

KERRA/LND/22%/008/039/010/2023-2024

Special conditions of contracts amended & ITT

10

Luanda-Esinamutu-Mox Culvertulwanda  Road

KeRRA/LND/22%/008/039/011/2023-2024

Special conditions of contracts amended &ITT

11

Mumbita-Mwilongo-Iboona, Kwa Straight-Wandeche

KeRRA/LND/22%/008/039/012/2023-2024

Submission date changed to 2nd February, 2024

12

Musitinyi-Essongolo

KeRRA/LND/22%/008/039/013/2023-2024

Submission date changed to 2nd February, 2024

13

Bukuga-Vigetse

KeRRA/VHG/22% /008/039/015/2023-2024

Submission date changed to 2nd February, 2024

14

Womulalu-Bukuga

KeRRA/VHG/22%/008/039/016/2023-2024

Submission date changed to 2nd February, 2024

15

Kideta-Lhyagalo-Ligale

KeRRA/VHG/22%/008/039/017/2023-2024

Submission date changed to 2nd February, 2024

16

Matangaro-Chanzuvu-Mbihi

KeRRA/VHG/22%/008/039/018/2023-2024

Submission date changed to 2nd February, 2024

17

Gavalagi-Chanzoka-Lusiola

KeRRA/VHG/22%/008/039/019/2023-2024

Submission date changed to 2nd February, 2024

18

Inavi-Nabwongo

KeRRA/VHG/22%/008/039/020/2023-2024

Submission date changed to 2nd February, 2024

19

Chango-Matsingulu

KeRRA /VHG/22%/008/039/021/2023-2024

Instruction To Tenderers (ITT)

20

Mulele-Enderea-Magui

KeRRA /VHG/22%/008/039/022/2023-2024

Submission date changed to 2nd February, 2024

21

Kitulu-Muhanda

KeRRA /VHG/22%/008/039/023/2023-2024

Submission date changed to 2nd February, 2024

22

Manyatta-Chavugami

KeRRA /VHG/22%/008/039/025/2023-2024

Submission date changed to 2nd February, 2024

23

Stage Havi - Lyamagale

KeRRA /VHG/22%/008/039/026/2023-2024

Submission date changed to 2nd February, 2024

24

Vihiga Pri. - Womulalu

KeRRA /VHG/22%/008/039/027/2023-2024

Submission date changed to 2nd February, 2024

25

Lyamagale-Liavora

KeRRA /VHG/22%/008/039/028/2023-2024

Submission date changed to 2nd February, 2024

26

Inyanza Ring Road

KeRRA /VHG/22%/008/039/029/2023-2024

Submission date changed to 2nd February, 2024

27

Kigama-Wasundi-Chavakali

KeRRA /SBT/22%/008/039/030/2023-2024

Submission date changed to 2nd February, 2024

28

Ludzu-Wangulu/

KeRRA /SBT/22%/008/039/031/2023-2024

Submission date changed to 2nd February, 2024

29

Muluchere Access Road

KeRRA /SBT/22%/008/039/033/2023-2024

Submission date changed to 2nd February, 2024

30

Chavogere-Mululu

KeRRA /SBT/22%/008/039/034/2023-2024

Submission date changed to 2nd February, 2024

31

Maganyi Access Road

KeRRA SBT/22%/008/039/035/2023-2024

Submission date changed to 2nd February, 2024

32

Maganyi Box Culvert

KeRRA /SBT/22%/008/039/037/2023-2024

Special conditions of contracts amended

33

Simboyi-Kishengwa

KeRRA /SBT/22%/008/039/038/2023-2024

Submission date changed to 2nd February, 2024

34

Huvuyia-Elunza

KeRRA /SBT/22%/008/039/039/2023-2024

Submission date changed to 2nd February, 2024

35

Kagolosi-Elunyu-Rotego

KeRRA /SBT/22%/008/039/040/2023-2024

Submission date changed to 2nd February, 2024

36

Lusengeli-Kavundanyi

KeRRA /SBT/22%/008/039/041/2023-2024

Bills Of Quantifies and Special Conditions of contracts

37

Ebukanga (Kwa Sofia - Duka Moja)

KeRRA /EMH/22%/008/039/045/2023-2024

Submission date changed to 2nd February, 2024

38

Muyekhe-Wamachese-Wambwa(Ilungu)

KeRRA /EMH/22%/008/039/046/2023-2024

Submission date changed to 2nd February, 2024

39

Kube Box Culvert

KeRRA /EMH/22%/008/039/047/2023-2024

Special conditions of contracts amended & ITT

40

Emalindi Box Culvert

KeRRA EMH/22%/008/039/048/2023-2024

Special conditions of contracts amended & ITT

41

Mawe Tatu-Mukhombe

KeRRA /EMH/22%/008/039/049/2023-2024

Submission date changed to 2nd February, 2024

42

Esirulo-Ekalabala-Munjiti-Emalindi/

KeRRA /EMH/22%/008/039/050/2023-2024

Submission date changed to 2nd February, 2024

43

Mukobolia Box Culvert And Access Road

KeRRA /EMH/22%/008/039/051/2023-2024

Special conditions of contracts amended & ITT

44

Okacha-Esiamete- Catholic Church

KeRRA/EMH/22%/008/039/054/2023-2024

Submission date changed to 2nd February, 2024

45

Mwilonje - Mwisakha

KeRRA /EMH/22%/008/039/052/2023-2024

Submission date changed to 2nd February, 2024

46

Essaba-Emmasafu/

KeRRA /EMH/22%/008/039/053/2023-2024

Special conditions of contracts amended& ITT

47

Galone -Gamudusi

KeRRA/HMI/22%/008/039/056/2023-2024

Submission date changed to 2nd February, 2024

48

Jebrok-Kinu

KeRRA/HMI/22%/008/039/057/2023-2024

Submission date changed to 2nd February, 2024

49

Musawa-Kapsengere

KeRRA/HMI/22%/008/039/058/2023-2024

Submission date changed to 2nd February, 2024

50

Shiru-Mwanzo

KeRRA/HMI/22%/008/039/059/2023-2024

Submission date changed to 2nd February, 2024

51

Lusasare-Muyere

KeRRA/HMI/22%/008/039/060/2023-2024

Submission date changed to 2nd February, 2024

52

Jemocheji-Kipsigori Primary

KeRRA/HMI/22%/008/039/061/2023-2024

Submission date changed to 2nd February, 2024

53

Luther-Madeya-Munzutsu

KeRRA/HMI/22%/008/039/062/2023-2024

Submission date changed to 2nd February, 2024

54

Chepsigaga-Saride

KeRRA/HMI/22%/008/039/063/2023-2024

Submission date changed to 2nd February, 2024

55

Musunji-Idereli

KeRRA/HMI/22%/008/039/064/2023-2024

Submission date changed to 2nd February, 2024

56

Cheptembo-Gimarian

KeRRA/HMI/22%/008/039/065/2023-2024

Submission date changed to 2nd February, 2024

57

Itumbi Box Culvert

KeRRA/HMI/22%/008/039/066/2023-2024

Special conditions of contracts amended

58

Kisasi Box Culvert

KeRRA/HMI/22%/008/039/067/2023-2024

Special conditions of contracts amended

All other details concerning the tenders including  Opening venue and Timed  remain the same.

 Bidders  are advised to download the  Revised Tender document from KeRRA   Website; www.kerra.go.ke or Public Procurement Information Portal (PPIP) portal: www.ppip.go.ke.

                   

                                                                             

Eng. E.K. Cheserek

REGIONAL DIRECTOR

ADDENDUM NOTICE NO.2 KAKAMEGA REGION

 DOWNLOAD ADDENDUM HERE

 

 

 

 

KENYA RURAL ROADS AUTHORITY

KAKAMEGA REGION

Date: 20th August 2020

ADDENDUM NOTICE NO.2

Reference is made to the advertisement notice dated 10th August 2020 for tenders under various funding sources in the Financial year 2019-2020.

Kenya Rural Roads Authority (Kakamega Region) wish to notify all interested bidders that clarifications have been made for the following tender;

No

Constituency

Tender Number

Road Name

Eligibility

 

1

Lurambi

KeRRA/011/39/KAK/22% savings/2/55/2019/20- 637

Eshisiru – St. Anne H/Centre Road

ALL

DOWNLOAD

 

     

NOTE

The BOQ for the above Tender Ref. KeRRA/011/39/KAK/22% Savings/2/55/2019/20 - Eshisiru – St. Anne H/Centre Road has been amended. Bidders therefore are advised to download the amended tender document.

Tender closing and opening shall remain the same Thursday, 27th August 2020

Eng. C. M. MUKUVA

DEPUTY DIRECTOR          

ADDENDUM1 10% RMLF SAVINGS FY 2022-2023 BUNGOMA REGION.

                                                          WI/27

                                 KENYA RURAL ROADS AUTHORITY     

                                                  UPPER WESTERN REGION

                                                        BUNGOMA OFFICE

                                                                    

                                                                   TENDER NOTICE

                                                                     

                                                                    ADDENDUM NO 1                  31st January, 2024

 TENDER FOR ROUTINE MAINTENANCE & SPOT IMPROVEMENT WORKS ON VARIOUS ROADS IN TONGAREN CONSTITUENCY FUNDED UNDER 10% RMLF SAVINGS  FOR THE FINANCIAL YEAR 2022 -2023

                                                                 

Reference is made to the Invitation to tender on the above tender that is presently in the Authority’s website -www.kerra.go.ke.

Pursuant to clause 10.1 of the Instructions to Tenderers, we wish to notify interested bidders that the quantity on Bill item 05-50-008 (Cut to spoil in Soft) under Bill No. 5, for the tender indicated here below, was erroneously indicated as 350 M³ instead of 950 M³.

DOWNLOAD ADDENDUM 1

 

S/N

 

ROAD NAME & NO.

 

TENDER NO.

 

CONSTITUENCY

 

BUDGETARY ESTIMATE (KSHS)

 

RESERVATIONS

 

1

SOKO MJINGA JCT -T JCT-RV KIMININI(C627)

KeRRA/08/39/BGM/TGN/10%SAV/22/23-131

 

TONGAREN

3,103,000.00

WOMEN

DOWNLOAD
  • The error has been rectified and the correct bid document has been uploaded to Authority’s website - kerra.go.ke.
  • All other requirements remain as indicated in the tender notice dated 12th January,2024

Any inconvenience caused is regretted.

ENG JARED OMONDI

REGIONAL DIRECTOR

AFCAP

What is AFCAP?

The African Community Access Programme(AFCAP) is a research initiative using evidence to promote the development of safe, sustainable, least-cost, all-weather, locally-owned access for poor rural communities. It is a 5-year programme funded by the UK government - DFID, which commenced in June 2008. By improving rural access communities are able to reach improved health & education services, road safety measures and greater gender equality.

AFCAP is based upon portfolio of: Research & Demonstration, Advisory Services and Training. The outputs from these activities feed into National Transport Policies streaming down to regional and local community level hence leading to greater poverty reduction. AFCAP works with other existing programmes funded by other development partners in each country. One of its core strategy is national ownership of the programme by each country and as such a national co-ordinator and steering group are identified by the host government to oversee the programme’s activities.

AFCAP has developed research collaboration with 8-10 African countries (currently Mozambique, Malawi, Tanzania, Kenya, Uganda, Ethiopia, Burkina Faso, Cameroon, Ghana) where it funds research, knowledge-exchange and training. The programme is also supported by regional bodies such as South Africa Development Community, East African Community and Sub Saharan Africa Transport Programme.

Establishment of LVSR Research Centre at Ministry of Roads

Limited mobility for people living in rural communities in Africa restricts their access to markets and basic services, hampers poverty eradication efforts and costs countries money and lives. Research is now helping to make the efforts of government’s and their development partners to improve the access of rural African communities much cheaper, longer-lasting, less damaging to the environment and more effective in tackling poverty.

In order to improve accessibility for rural communities, KeRRA has taken initial steps in research of low volume sealed roads in Western Kenya, Nyanza - Bondo and in Muranga & Nyeri through support from donor partners i.e SIDA, AFD, DFID/AFCAP.

However lack of adequate funding and technical support has incapacitated effective research management, co-ordination and dissemination of research findings. KeRRA’s Strategic Plan 2013-2018 already identified the need for more funding for road research, as one of the mitigation measures in addressing the many challenges the organization encounters in roadwork. In response to this need, AFCAP has made a commitment to establish a major Low Volume Roads Research Centre in the Ministry of Roads at “Materials Testing & Research Department” with a complimentary but smaller research unit at KeRRA. The centres will conduct research and create awareness of recent developments in Low-Volume Sealed Road technology in Kenya and the region.

A Justification for Low-Volume Sealed Roads in Kenya

KeRRA’s Strategic Plan 2013-18, is geared to continuously upgrade the rural road network to all weather bitumen standards and improved periodic and routine maintenance due to the fact that Kenya like many developing countries is equally facing challenges of increasing life cycle costs of rural road construction and maintenance. The substantial length of un-surfaced or gravel roads in the region is becoming unsustainable to maintain due to:

Ø Strategies. logistical, technical and financial burden on most road agencies due to constraints on physical, human, financial and natural resources
Ø Requirement of continuous use of a non-renewable resource (gravel) which is being seriously depleted in many countries and, in the process, is causing serious environmental problems
Ø Implementation results of regional research justifies the sealing of gravel roads to be economically cost effective for less than 100 vehicles per day (vpd).
Ø Failure to observe the optimal timing for sealing gravel roads can be very costly to national economies, not only in terms of incurring excess transport costs but, also, in the continuing excessive maintenance burden and adverse socio-environmental effects. This provides a strong impetus for policy change and the adoption of alternative, cost-effective, surfacing of rural road network in Kenya.

AFD

The Roads 2000 Central Phase I project; funded through Government of France (Afd - 20 Million Euros) Government of Kenya (GoK - 2 Milliion Euros) covering Nyandarua and Muranga regions, was implemented from 2007 to 2011 and achieved the planned outputs of improvements of 1,090 km of gravel roads using labour based techniques. An independent evaluation of the Phase 1 project was carried out in July 2016.

Based on the success of Phase I, GoK requested AfD for support to a Phase II Project.  A  Credit Facility Agreement was duly signed on 5 July 2010, making provision for a loan of EUR 40m from AfD, with counterpart GOK/KRB funding of EUR 22.4m. A Midterm Review and Feasibility Study for completing the Phase 2 project was carried out in August to December 2013.  Based on this GoK committed to allocate an additional KES 1.5 Billion and AfD in May 2014 committed an additional 15 Million Euros.

The Phase 2 Project is on-going and implementation is underway including Works, Capacity Building, Training and Audits and is overall approximately  62% complete  against 80% of the revised project time elapsed.

The projects under Phase II cover the following Counties Nyeri, Kiambu, Laikipia and Kirinyaga.

 

AIA & PP GoK Funding FY 21/22 & 10%RMLF Savings Re-Tender FY 21/22. SIAYA REGION

 

 

 

KENYA RURAL ROADS AUTHORITY

Tel: 0768 -112 048                                                        Regional Director

Email: This email address is being protected from spambots. You need JavaScript enabled to view it.                                                 Siaya - Region

                                                                                                                                                                                                                                                    P.O.Box14140600,                                                                                                                                                                                                                                                      SIAYA.

 

                                                                                                                                                          30th September, 2022          

TENDER NOTICE

INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS

 DOWNLOAD ADVERT HERE

The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.

Bids are invited from contractors who are pre-qualified for (FY 2021- 2023) in the respective Constituencies in Siaya Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under AIA & PP GoK Funding FY 21/22 & 10%RMLF Savings Re-Tender FY 21/22.

 

           S/No.

ROAD NAME AND CONTRACT No.

Work Category

pre-tender site visit date

Reservation

 

001

E1156: NYAGONDO - LANA

KeRRA/008/SYA/GEM/039/AIA/2-49-21|22-1040

C

04-10-2022

Open

download

002

F6065: RANGALA - SIMENYA (SIMENYA – DAHO - SIMERO SECTION 2)

KeRRA/008/SYA/UGUNJA/039/AIA/2-49-21|22-1041

N/A

04-10-2022

Women

download

003

G61999: LIGEGA - OMBWEDE (OMBWEDE - OGOT (OWAKO - NZOIA)

KeRRA/008/SYA/UGUNJA/039/AIA/2-49-21|22-1042

C

04-10-2022

Open

download

004

UR-6: RANGALA - RANGALA (ULWAN RING ROAD (RANGALA - SANGO) SECTION 2

KeRRA/008/SYA/UGUNJA/039/AIA/2-49-21|22-1043

C

04-10-2022

Open

download

005

R38-Bondo: NDIRA YOUTH POLYTECHNIC - KAMNARA SCHL JAGUGA

KeRRA/008/SYA/BONDO/039/AIA/2-49-21|22-1044

N/A

05-10-2022

Youth

download

006

E6087: NDIRA - BAR OBER (ABOM PRI. SCHL - KAMNARA SEC. SCHL.)

KeRRA/008/SYA/BONDO/039/AIA/2-49-21|22-1045

C

05-10-2022

Open

download

007

E1157: BAR OPUK- BAR KOBERI (NGULU PRIMARY- MANYONGE PRIMARY)

KeRRA/008/SYA/BONDO/039/AIA/2-49-21|22-1046

N/A

05-10-2022

Women

 

download

008

E134A: ANYUONGI - WANGAROT (ANYUONGI - NYAGOKO)

KeRRA/008/SYA/RARIEDA/039/AIA/2-49-21|22-1056

C

06-10-2022

Open

download

009

E1154J1: WARINGA - KALANDIN (NYAGOKO - ARAM)

KeRRA/008/SYA/RARIEDA/039/AIA/2-49-21|22-1057

C

06-10-2022

Open

download

010

E134A: NYAGOKO BOX CULVERT

KeRRA/008/SYA/RARIEDA/039/AIA/2-49-21|22-1058

C

06-10-2022

Open

download

011

E128: Okago - D245 Pap Oterere (AKALA- PAP OTERERE)/KeRRA/008/SYA/RARIEDA/039/AIA/2-49-21|22-1060

N/A

06-10-2022

Youth

 

download

RE-TENDER

012

F6071: AKALA - RERA (AKALA - KOTOO (NJEJRA)

KeRRA/008/SYA/GEM/039/10%SAV/2-49-21|22-1013

N/A

04-10-2022

 

PWD

download

013

E6078: UHANYA - NYENYE

KeRRA/008/SYA/BONDO/039/10%SAV/2-49-21|22-1024

C

05-10-2022

Open

download

INSTRUCTIONS TO TENDERES

 

  1. Bidders who are prequalified in respective Constituencies and work category may tender.
  1. 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.
  1. Pre tender site visits are Mandatory and will be as per the dates indicated in the schedule below;

S/No.

Constituency

pre-tender site visit date

Officer In-charge

Time

01

Rarieda

06-10-2022

Mr. Oloo

10.00am

02

Gem

04-10-2022

Mr. Olal

10.00am

03

Ugunja

04-10-2022

Ms Oguba

10.00am

04

Bondo

05-10-2022

Mr. Wambisa

10.00am

 

 

N/B:

 

  • Pretender site certificates signed by the Regional Director shall form part of the bid document
  • Each company representative shall represent only one company and not multiple companies

 

  1. Other qualification requirements are as outlined in the Tender Document and company statutory requirements
  1. Bidders are requested to continually check the KeRRA website www.kerra.go.ke for any tender addenda or clarifications that may arise before submission date.

Interested eligible bidders will download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke from Tuesday 4th October, 2022.

Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:

                                      

Regional Director - Roads,

Kenya Rural Roads Authority,

P.O. Box 141- 40600

SIAYA

All filled and sealed tenders MUST be submitted not later than 10.00am on or before Thursday 13th October, 2022 and deposited in the Tender Boxes of the respective constituencies located at the Siaya Regional Office in Siaya County

Opening of the tenders will take place immediately thereafter at Siaya Regional Office in the presence of bidders and/or their representatives.

NB: Canvassing by tenderers will lead to automatic disqualification.

Eng. K. A. Ochieng

Regional Director

SIAYA REGION

Anti Corruption Reporting Form

Joomla forms builder by JoomlaShine

Audio-Visual Charter

To be Updated soon

BAHATI CONSTITUENCY, NAKURU REGION - 22% RMLF - FY 2020/21 TENDERS

KENYA RURAL ROADS AUTHORITY

NAKURU REGION

TENDER NOTICE

DOWNLOAD TENDER NOTICE HERE!

Date: 28th October 2020

BAHATI CONSTITUENCY FY 2019-2020 22%  FUNDS ROUTINE MAINTENANCE  OF ROADS.

The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility for the management, development, rehabilitation and maintenance of roads under Class D, E & Others

Kenya Rural Roads Authority (Nakuru Region) invites bids from Pre-Qualified Contractors for the above project to be funded through Fuel Maintenance Levy Fund (RMLF)  in Nakuru Region  for projects indicated below;

 

Road Code

 Section Name

Pakage Number

 Estimated Cost With VAT

Group

Prequalification Category

DOWNLOAD

1

E7311

Wanyororo Junct.B20 - Bahati Junction.E7314

043/20/21

  4,999,020.67

Open

C,D,E

DOCUMENT

2

E7312

Breakpoint-Tumsifu-Lanet

044/20/21

  3,099,797.12

PWD

  DOCUMENT

3

E7314

Maili Saba - Forest Gate

045/20/21

  5,499,660.82

Open

C,D,E

DOCUMENT

4

E7315

Junct.B20 Lanet-Moi Forces-Ndege Ndimu

046/20/21

  3,999,422.38

Youth

  DOCUMENT

5

F7173

Junction B21 Maili Sita - Kabatini

047/20/21

  4,999,728.28

Open

C,D,E

DOCUMENT

QUALIFICATION FOR TENDERING

Tenderers shall include the following information and documents with their tenders, unless otherwise stated:

  • Pre-Tender Site visit is MANDATORY
  • Tender Security
  • Power of Attorney
  • Serialisation of all the pages in the bid
  • Certified CR12 & ID Copies
  • Properly and dully filled form of tender and tender questionnaire
  • Must be registered as a contractor in a specific work category.
  • Registration with National Construction Authority (NCA 1 to NCA 8) & Valid Licence at the date of tender submission
  • Special groups must be registered with Ministry of Finance (Treasury) under the access to the Government Procurement Opportunities (AGPO) from National Government
  • Certified Certificate of Incorporation
  • Certified PIN/VAT Registration Certificate
  • Certified Valid current Tax compliance certificate
  • Experience in works of a similar nature and size for the last one year, and clients who may be contacted for further information on these contracts;
  • Major items of construction equipment owned or Hired
  • Qualifications and experience of key site management and technical personnel proposed for the Contract;
  • Bank statements for the last two
  • Current litigation information – Sworn Affidavit
  • Business Permit/Trade Licence
  • Provide Balanced Priced Bills of Quantities

 

ELIGIBILITY:

(i) Those with any Pending works within the Region needs   not to apply

(ii) A company can only be awarded a maximum of one contract in the constituency

Tender documents may be downloaded free of charge from our website www.kerra.go.ke Kenya Rural Roads Authority from 28TH October 2020.

A mandatory Pretender site visit for all roads is open and on scheduled on the 4th November 2020 from 9.00a.m. All to assemble at the Regional Managers Office.

A Completed tender documents in plain sealed envelopes indicating tender No. and bearing no indication of the tenderer should be addressed to :-

THE DEPUTY DIRECTOR ROADS

KENYA RURAL ROADS AUTHORITY

P.O.BOX 17791-20100

NAKURU

 

be deposited at the Tender Box situated at KeRRA Regional Office, Nakuru on or before

 13th November 2020 at 10.00 a.m. at the KeRRA offices.

Due to Ministry of Health Regulations bidders will NOT be allowed to attend the tender opening.

           

Senior Supply Chain Officer

For: DEPUTY DIRECTOR ROADS-NAKURU

BANISA CONSITUENCY 22% RMLF and 10% RMLF FOR FY 2023-2024

KENYA RURAL ROADS AUTHORITY

Date 8th   November, 2023

TENDER NOTICE

DOWNLOAD TENDER NOTICE

ADDENDUM NO. 2

 ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF VARIOUS ROADS IN MANDERA ACOUNTY

The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act, 2007, with responsibility for management, development, rehabilitation and maintenance of Rural Roads.

Kenya Rural Roads Authority Mandera Region invites bids from Eligible Construction companies who are registered in the Region & those in the Special group category (Youth, Women and PWD) to bid for the Routine Maintenance of various Roads as listed below to be financed by the Government of Kenya through 22%RMLF and 10%RMLF allocation for Financial Year 2023-2024

22% RMLF and 10% RMLF FUND FOR BANISA CONSTITUENCY

 

No

 

Road No.

 

Road Name & Tender No.

Reservation

NCA

Category

Pretender Site Visit

Meeting Point

1.

Darwed- Derkale

KERRA/08/39/MDR/22%/2023 - 2024 – 25

Youth

6,7 & 8

16/11/2023

KeRRA Banisa  office

2.

Ameye- Kiliwehiri

KERRA/08/39/MDR/22%/2023 - 2024 – 26

Registered

6,7 & 8

16/11/2023

KeRRA Banisa  office

3.

Banisa- Eimole

KERRA/08/39/MDR/22%/2023 - 2024 – 27

Registered

6,7 & 8

16/11/2023

KeRRA Banisa  office

4.

hullow-arda gabicha

KERRA/08/39/MDR/22%/2023 - 2024 – 28

PWD

6,7 & 8

16/11/2023

KeRRA Banisa  office

5.

malkamari- hullow

KERRA/08/39/MDR/22%/2023 - 2024 – 29

Registered

6,7 & 8

16/11/2023

KeRRA Banisa  office

6

Ameye- Kiliwehiri

KERRA/08/39/MDR/10%/2023 - 2024 – 30

Registered

6,7 & 8

16/11/2023

KeRRA Banisa  office

7

Banisa- Eimole

KERRA/08/39/MDR/10%/2023 - 2024 – 31

Woman

6,7 & 8

16/11/2023

KeRRA Banisa  office

8

malkamari- hullow

KERRA/08/39/MDR/10%/2023 - 2024 – 32

Registered

6,7 & 8

16/11/2023

KeRRA Banisa  office

A complete set of Tender Documents download from the KeRRA website at www.kerra.go.ke for free or collected from the Regional Procurement Office during Normal working hours upon the presentation of Ksh.1000.00-receipt paid to Kenya Rural Road Authority KCB A/c No.1114343196-Moi Avenue Nairobi. Pretender site visit is mandatory but every contractor to make their own arrangements to visit the site and collect the pretender site visit certificate from the Regional Director representatives, which shall be attached to Tender Document.

            meeting point will be the above-mentioned venue.

 

Mandatory requirement includes but are not limited to the following;

  • Certified copies (by commissioner of oaths) of Certificate of Incorporation, Certificate of registration and principal place of business
  • Valid & Certified Registration Certificate for Road Works from National Construction Authority in the (NCA) NCA 8 ,7 or 6
  • Valid, Certified & Current Practicing License for Road Works from National Construction Authority in the (NCA)
  • Authority to seek ban reference from tenderer’s bankers
  • Certified copies (by Commissioner of Oaths) of National Identification cards for the Company directors for Youth, Women and People with Disability for those bidding for roads in that category
  • Valid Tax Compliance Certificate (Tobe verified from the KRA TCC Online Checker).
  • Valid Certified Current Single Business permit,
  • Certified copy of Recent/Current Certified CR12 generated form(s) for the last 12 Months indicating Directors, Nationality, Shareholding.
  • All pages to be serialized,
  • Bidders are requested to continually check the KeRRA website kerra.go.ke for any tender addenda or clarifications that may arise before submission date.
  • Other Evaluation Criteria in the Tender Document

Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from Wednesday 8th November, 2023 Duly filled Tender Documents shall be submitted in plain sealed envelopes (One Document per envelope) marked with Contract Number and Road Name addressed to the: -

Regional Director, MANDERA Region,

Kenya Rural Roads Authority, P. O. Box 86 - 70300 MANDERA

or be deposited in the Tender Box located within the Regional Director’s offices on or before 24th   November, 2023 at 10 a.m. Tenders will be opened immediately thereafter in the presence of Tenderer’s representatives who choose to attend and late bids will not be accepted.

 

Regional Director,

 MANDERA REGION

Baringo Region

ROUTINE MAINTENANCE OF ROADS IN BARINGO REGION FUNDED UNDER  10% RMLF CS ALLOCATION FUNDS  FY 2017 – 2018 Ref No:fuel levy fy 2017/18-01 06/11/2017

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 PREQUALIFIED BIDDERS ONLY for improvement of the roads to be funded through the 10%RMLF CS Allocation Funds for F/Y 2017/18 as detailed here below:- 

  1. SCOPE OF WORKS

The scope of works is as detailed on every road. See next page

 

  1. QUALIFICATION FOR BIDDING

The requirements for Bidding are as follows:-

MANDATORY REQUIREMENTS

  1. Certified copy of Certificate of Incorporation
  2. Valid and current certificate of registration with National Construction Authority (NCA) NCA 8 and above
  3. Valid and current Contractors practicing license (NCA)
  4. VAT registration / PIN registration
  5. Valid Tax compliance certificate
  6. Proof of having opened a bank account in the contractor’s name.
  7. Signed and filled Bills of quantities page
  8. Signed and witnessed Form of bid.

 

TECHNICAL EVALUATION REQUIREMENTS

Thresholds specified in the Bid documents covering the following:

  • Similar previous experience
  • Equipment holding
  • Professional and Technical Personnel
  • Turnover and liquid assets supported by audited/-projected accounts for the last 1 year.
  • Current Litigation history 2017/2018 certified by a Commissioner of Oaths

Procurement will be based on the post qualification method and the above details will be submitted with the priced Bid.

Bid documents will be available from the KeRRA Offices, KABARNET, from 6th November 2017.

Bidders will be required to familiarize themselves with the site before tendering.

Completed Bid documents should be submitted to: -   The Regional Manager

 Baringo Region

Kenya Rural Roads Authority,

P.O Box 156,

KABARNET.

 

Or deposited in the Bid box at KABARNET, so as to be received on or before 20th November 2017at 10.00 am. Opening of the Bids will take place immediately thereafter at KERRA KABARNET OFFICES in the presence of Bidders / Representatives who wish to attend.

Eng. E. K. Cheserek

REGIONAL MANAGER, KeRRA BARINGO

 

 Item

 Tender Number

 Tender Name

 Click to Download

 Deadline

1

KERRA/011/BAR/39/2/2017-2018

ROUTINE MAINTENANCE AND IMPROVEMENT OF;ROAD NUMBER;E288

Download  

 2

 KeRRA/011/39/3/2017-2018

ROUTINE MAINTENANCE AND IMPROVEMENT OF;ROAD NUMBER;U-E8044

 Download  

 3

 KeRRA/011/39/10/2017-2018

ROUTINE MAINTENANCE AND IMPROVEMENT OF;ROAD NUMBER;U-G83591

 Download  

 4

KeRRA/011/39/4/2017-2018

ROUTINE MAINTENANCE AND IMPROVEMENT OF; ROAD NUMBER;U-E8039

Download  

 5

 KeRRA/011/39/7/2017-2018

ROUTINE MAINTENANCE AND IMPROVEMENT OF;ROAD NUMBER;U-G8361

 Download  

 6

 KeRRA/011/39/8/2017-2018

ROUTINE MAINTENANCE AND IMPROVEMENT OF; ROAD NUMBER;U-G83560

 Download  

 7

 KeRRA/011/39/6/2017-2018

ROUTINE MAINTENANCE AND IMPROVEMENT OF;ROAD NUMBER;G1 BARINGO

 Download  

 8

 KeRRA/011/39/9/2017-2018

ROUTINE MAINTENANCE AND IMPROVEMENT OF;ROAD NUMBER;U-G83592

 Download  

 9

 KeRRA/011/39/5/2017-2018

ROUTINE MAINTENANCE AND IMPROVEMENT OF;ROAD NUMBER;U-G81107

 Download  

 

 

Baringo Region

ROUTINE MAINTENANCE OF ROADS IN BARINGO REGION FUNDED UNDER

10% RMLF CS ALLOCATION FUNDS FOR (FY 2017 - 2018) RE-TENDER

Ref No:fuel levy fy 2017/18-09    18/4/2018

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 PREQUALIFIED BIDDERS ONLY for improvement of the roads to be funded through the

10% RMLF CS Allocation Funds for F/Y 2017/18 Re-Tender as detailed here below:-

Tender NO

Download

KeRRA/011/BAR/39/3/2017-2018

Document

Notice

  1. SCOPE OF WORKS

The scope of works is as detailed in the tender document

  1. QUALIFICATION FOR BIDDING

The requirements for Bidding are as follows:-

MANDATORY REQUIREMENTS

  1. a) Certified copy of Certificate of Incorporation
  2. b) Valid and current certificate of registration with National Construction Authority (NCA) NCA 7 and above
  3. c) VAT registration / PIN registration d) Valid Tax compliance certificate
  4. e) Proof of having opened a bank account in the contractor’s name. f) Signed and filled Bills of quantities page
  5. g) Signed and witnessed Form of bid.

TECHNICAL EVALUATION REQUIREMENTS

Thresholds specified in the Bid documents covering the following:

(i)       Similar previous experience

(ii)       Equipment holding

(iii)     Professional and Technical Personnel

(iv)        Turnover and liquid assets supported by audited/-projected accounts for the last 3 years. (v)             Current Litigation history 2017/2018 certified by a Commissioner of Oaths

Procurement will be based on the post qualification method and the above details will be submitted with the priced Bid. Bidders are requested to download full details of the advertisement and tender documents from the Authority’s Website

www.kerra.go.ke with effect from 12th April 2018.

Pre-Bid site visits shall be MANDATORY on 18th April, 2018 starting from the KeRRA office in Eldama Ravine, Baringo County at 10.00am.Bidders must ensure the Site Visit Certificates are signed by the Regional Manager/Representative. The list of contact details for Regional Manager is available on the Authority’s Website.

Completed Bid documents should be submitted to :- The Regional Manager

Baringo Region

Kenya Rural Roads Authority

P.O Box 156

KABARNET.

Or deposited in the Bid box at KABARNET, so as to be received on or before 26th April, 2018 at 10.30am. Opening of the Bids will take place immediately thereafter at KERRA KABARNET OFFICES in the presence of Bidders / Representatives who wish to attend.

Eng. Edwin.K.Cheserek

REGIONAL MANAGER

BARINGO REGION

BARINGO NORTH CONSTITUENCY 10% RMLF FOR FY 2018-2019

TENDER NUMBER

ROAD CLASS

ROAD NAME

BUDGET ESTIMATE

TARGET GROUP

KERRA/011/39/BAR/57/2018-19/10%/BRN

UF8082

Yatia-Chepkesin

5,841,864.51

ALL

KERRA/011/39/BAR/58/2018-19/10%/BRN

UG83561

C660 Jnct-Kapkombe-Torokwonin

1,500,000.00

YOUTH

KERRA/011/39/BAR/59/2018-19/10%/BRN

UG83560

C660 Jnct-Kelwondonin-Kapchepkisa

2,320,000.00

WOMEN

 

 

 

 

 

 

 

 

 

ELDAMA RAVINE CONSTITUENCY 10% RMLF FOR FY 2018-2019

TENDER NUMBER

ROAD CLASS

ROAD NAME

BUDGET ESTIMATE

TARGET GROUP

KERRA/011/39/BAR/50/2018-19/10%/ERV

C637

Chepkungur Bridge-Kewangoi

4,948,600.00

ALL

KERRA/011/39/BAR/51/2018-19/10%/ERV

C637

Sigoro-Kiptuno-Magrib

4,713,093.20

ALL

 

 

 

 

 

 

 

 

 

 

 

 

 

MOGOTIO CONSTITUENCY 10% RMLF FOR FY 2018-2019

TENDER NUMBER

ROAD CLASS

ROAD NAME

BUDGET ESTIMATE

TARGET GROUP

KERRA/011/39/BAR/47/2018-19/10%/MGT

E8049

Kimngorom-Sirwa

3,248,000.00

ALL

KERRA/011/39/BAR/48/2018-19/10%/MGT

C637

Mogotio-Kipkitur-Mugurin

3,639,864.00

ALL

KERRA/011/39/BAR/49/2018-19/10%/MGT

C637

Ndabibi-Kisanan-Olkokwe

2,774,000.00

ALL

 

 

 

 

 

 

BARINGO CENTRAL CONSTITUENCY 10% RMLF FOR FY 2018-2019

TENDER NUMBER

ROAD CLASS

ROAD NAME

BUDGET ESTIMATE

TARGET GROUP

KERRA/011/39/BAR/52/2018-19/10%/BRC

C637

Sangarau-Ochii Jnct

1,508,031.00

ALL

KERRA/011/39/BAR/53/2018-19/10%/BRC

C592

Kapkelelwa-Oinabmoi

2,161,030.00

ALL

KERRA/011/39/BAR/54/2018-19/10%/BRC

F8085

Pemwai-Water Supply-Talai

5,992,802.00

WOMEN

 

 

BARINGO SOUTH CONSTITUENCY 10% RMLF FOR FY 2018-2019

TENDER NUMBER

ROAD CLASS

ROAD NAME

BUDGET ESTIMATE

TARGET GROUP

KERRA/011/39/BAR/60/2018-19/10%/BRS

E8149

B17 Jnct-Kapkuikui

4,685,936.34

YOUTH

KERRA/011/39/BAR/61/2018-19/10%/BRS

E8149

Kapkuikui-Loboi

2,903,491.68

ALL

KERRA/011/39/BAR/62/2018-19/10%/BRS

G83425

E8149 Jnct Yatoi-Rabai

2,072,413.94

ALL

TIATY CONSTITUENCY 10% RMLF FOR FY 2018-2019

TENDER NUMBER

ROAD CLASS

ROAD NAME

BUDGET ESTIMATE

TARGET GROUP

KERRA/011/39/BAR/55/2018-19/10%/TTY

C592

Kinyach-Kamusino

(Kinyach Section)

6,000,000.00

YOUTH/PWD

KERRA/011/39/BAR/56/2018-19/10%/TTY

C688

(D370)

Loruk-Churo

3,661,864.51

ALL

MOGOTIO/ELDAMA RAVINE CONSTITUENCY 10% CS FOR FY 2018-2019

TENDER NUMBER

ROAD CLASS

ROAD NAME

BUDGET ESTIMATE

TARGET GROUP

KERRA/011/39/BAR/63/2018-19/10%CS/MGT

C637

Magrib-Sirwa

5,500,000.00

ALL

KERRA/011/39/BAR/64/2018-19/10%CS/ERV

UNCL

Main road-Kibasiso-Deliverance church

5,500,000.00

ALL

KERRA/011/39/BAR/65/2018-19/10%CS/ERV

F8030

Arama-Kamasaba-Kipsichit

5,700,000.00

ALL

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 PREQUALIFIED BIDDERS ONLY for improvement of the roads to be funded through the 22% RMLF Constituency Allocation Funds for F/Y 2018/19 as detailed here below:-

  1. SCOPE OF WORKS

The scope of works is as detailed on every road. See next page

  1. QUALIFICATION FOR BIDDING

The requirements for Bidding are as follows:-

MANDATORY REQUIREMENTS

  1. Certified copy of Certificate of Incorporation
  2. Valid and current certificate of registration with National Construction Authority (NCA) NCA 7 and above except         for special groups(women, youth and people with disability) NCA 8 and above
  3. Valid and current contractors practising license issued by(NCA) and proof of application where applicable
  4. VAT registration / PIN registration
  5. Valid Tax compliance certificate and proof of application where applicable
  6. Written power of attorney
  7. Proof of having opened a bank account in the contractor’s name.
  8. Signed and filled Bills of quantities page
  9. Priced, Signed and witnessed Form of bid.
  10. Filled and completed business questionnaire
  11. Prequalified in the region list
  12. Valid and current CR12 Certificate and Directors Identity Cards or Valid Passport for special groups(women, youth and people with disability) categories
  13. Valid and current Certificate from treasury (YAGPO) for special groups(women, youth and people with disability) categories

 

TECHNICAL EVALUATION REQUIREMENTS

Thresholds specified in the Bid documents covering the following:

  • Similar previous experience, general construction and road specific construction experience (where applicable)
  • Equipment holding/Lease agreement(where applicable)
  • Professional and Technical Personnel, diploma in construction, KIBHT Certificate (where applicable)
  • Turnover and liquid assets supported by audited/-projected accounts for the last 3 years (where applicable).
  • Current Litigation history certified by a Commissioner of Oaths
  1. Supplementary information
  • Serialization of tender documents
  • Ongoing projects
  • Signed site visit certificates
  • Business permit for office
  • Tender validity period
  • Work methodology

Bidders are requested to download full details of the advertisement from the KeRRA Authority’s Website www.kerra.go.ke with effect from 26th October, 2018.

BARINGO NORTH CONSTITUENCY 22% RMLF FOR FY 2018-2019

DOWNLOAD TENDER NOTICE HERE

DOWNLOAD CRITERIA HERE

DOWNLOAD SITE VISIT LIST HERE

TENDER NUMBER

ROAD CLASS

ROAD NAME

DOWNLOAD

DOCUMENT

BUDGET ESTIMATE

TARGET GROUP

KERRA/011/39/BAR/1/22%/2018-19/BRN

C592

Barwessa-Kinyach

Download

4,220,000.00

ALL

KERRA/011/39/BAR/2/22%/2018-19/BRN

E8137

Ossen-Keturwo

Download

2,855,000.00

YOUTH

KERRA/011/39/BAR/3/22%/2018-19/BRN

G83560

Kapkiamo-Kasaka_poi

Download

2,645,000.00

ALL

KERRA/011/39/BAR/4/22%/2018-19/BRN

G83595

C660 Jnct-Kitibel-Kimugul-Kasok

Download

1,680,000.00

PWD

KERRA/011/39/BAR/5/22%/2018-19/BRN

C689

Kabartonjo-Barwessa

Download

4,410,000.00

ALL

KERRA/011/39/BAR/6/22%/2018-19/BRN

D1604

B4 Chepersiat-Koroto

Download

3,306,101.92

ALL

KERRA/011/39/BAR/7/22%/2018-19/BRN

G83501

Chepersiat-Kipcherere

Download

2,140,000.00

WOMEN

 

 

 

 

 

 

ELDAMA RAVINE CONSTITUENCY 22% RMLF FOR FY 2018-2019

TENDER NUMBER

ROAD CLASS

ROAD NAME

Download

BUDGET ESTIMATE

TARGET GROUP

KERRA/011/39/BAR/8/22%/2018-19/ERV

C637

Timboroa-Seguton-Chemsewon

download

3,668,134.00

ALL

KERRA/011/39/BAR/9/22%/2018-19/ERV

C637

Chemsewon-Arama

download

3,663,429.00

PWD

KERRA/011/39/BAR/10/22%/2018-19/ERV

C637

Arama-moringwo

download

3,251,134.00

ALL

KERRA/011/39/BAR/11/22%/2018-19/ERV

C637

Pororo-Chepkungur Bridge

download

3,553,134.00

YOUTH/

WOMEN

KERRA/011/39/BAR/12/22%/2018-19/ERV

C637

Kewangoi-Sigoro-Moiben Bridge

download

3,523,134.00

ALL

KERRA/011/39/BAR/13/22%/2018-19/ERV

C637

Moiben Bridge-Kiptuno-Magrib

download

3,597,134.00

ALL

 

 

 

 

 

 

 

MOGOTIO CONSTITUENCY 22% RMLF FOR FY 2018-2019

TENDER NUMBER

ROAD CLASS

ROAD NAME

 

BUDGET ESTIMATE

TARGET GROUP

KERRA/011/39/BAR/14/22%/2018-19/MGT

G81057

Kelelwa-Mogotio Jnct-Migingo Bridge

download

3,327,900.00

YOUTH

KERRA/011/39/BAR/15/22%/2018-19/MGT

C577

Mogotio-Kipkitur-Mugurin

download

1,592,900.00

PWD

KERRA/011/39/BAR/16/22%/2018-19/MGT

F8036

Ndabibi-Kisanan-Olkokwe

download

1,205,450.00

ALL

KERRA/011/39/BAR/17/22%/2018-19/MGT

F8036

Olkokwe-Kamaasai-Waseges

download

2,712,700.00

ALL

KERRA/011/39/BAR/18/22%/2018-19/MGT

D1605

Emsos Jnct-Kaplegich River

download

3,102,850.00

ALL

KERRA/011/39/BAR/19/22%/2018-19/MGT

D1606

Oterit Centre-Kamomboyo-Molo Sirwe

download

3,097,500.00

ALL

KERRA/011/39/BAR/20/22%/2018-19/MGT

F8085

Kamaritim-Koitebes-Aram School-Kabogor

download

3,288,700.00

ALL

KERRA/011/39/BAR/21/22%/2018-19/MGT

D1605

Kaplegigh River-Majimoto-KWS Gate

download

2,928,000.00

WOMEN

 

 

BARINGO CENTRAL CONSTITUENCY 22% RMLF FOR FY 2018-2019

TENDER NUMBER

ROAD CLASS

ROAD NAME

 

BUDGET ESTIMATE

TARGET GROUP

KERRA/011/39/BAR/22/22%/2018-19/BRC

C636

Tenges-Kapkayo

download

6,008,905.00

ALL

KERRA/011/39/BAR/23/22%/2018-19/BRC

C592

Kapkayo-Kapkelelwa

download

2,756,459.00

ALL

KERRA/011/39/BAR/24/22%/2018-19/BRC

C592

Kapkelelwa-Oinabmoi

download

3,125,134.00

YOUTH

KERRA/011/39/BAR/25/22%/2018-19/BRC

G83486

Kaplel-Kapkelelwa

download

2,345,134.00

ALL

KERRA/011/39/BAR/26/22%/2018-19/BRC

G83515

Mogorwa-Kisonei

download

3,482,334.00

ALL

KERRA/011/39/BAR/27/22%/2018-19/BRC

G83487

Ngolong-Kapkokwon

download

3,538,134.00

WOMEN/

PWD

 

 

BARINGO SOUTH CONSTITUENCY 22% RMLF FOR FY 2018-2019

TENDER NUMBER

ROAD CLASS

ROAD NAME

 

BUDGET ESTIMATE

TARGET GROUP

KERRA/011/39/BAR/28/22%/2018-19/BRS

C577

Kailer-Logumgum

download

2,125,996.96

ALL

KERRA/011/39/BAR/29/22%/2018-19/BRS

C577

Loboi-Sandai

download

2,018,799.96

ALL

KERRA/011/39/BAR/30/22%/2018-19/BRS

C577

Lorrok-Mosiro

download

2,601,949.92

ALL

KERRA/011/39/BAR/31/22%/2018-19/BRS

C577

Mosiro-Kiserian

download

2,267,499.93

ALL

KERRA/011/39/BAR/32/22%/2018-19/BRS

C577

Sandai-Kailer

download

1,475,199.96

ALL

KERRA/011/39/BAR/33/22%/2018-19/BRS

C577

Sirata-Lorrok

download

1,607,843.11

ALL

KERRA/011/39/BAR/34/22%/2018-19/BRS

C577

Lawina-Sangarau-Jnct C636 Sanau

download

3,042,999.94

ALL

KERRA/011/39/BAR/35/22%/2018-19/BRS

C577

Molok-Kailer

download

4,057,808.90

YOUTH/

PWD

KERRA/011/39/BAR/36/22%/2018-19/BRS

C577

Kimalel-Kapkun

download

2,057,999.90

WOMEN

 

 

TIATY CONSTITUENCY 22% RMLF FOR FY 2018-2019

TENDER NUMBER

ROAD CLASS

ROAD NAME

 

BUDGET ESTIMATE

TARGET GROUP

KERRA/011/39/BAR/37/22%/2018-19/TTY

C688

Loruk-chepkalacha

download

2,994,750.00

YOUTH

KERRA/011/39/BAR/38/22%/2018-19/TTY

C688

Chepkalacha-Kadogoi

download

944,300.00

ALL

KERRA/011/39/BAR/39/22%/2018-19/TTY

C592

Kinyach-Kamusino (Kinyach section)

download

1,761,000.00

ALL

KERRA/011/39/BAR/40/22%/2018-19/TTY

C592

Kinyach-Kamusino (Kamusino section)

download

2,337,993.50

WOMEN

KERRA/011/39/BAR/41/22%/2018-19/TTY

C577

Tangulbei-Nasorot

download

3,955,000.00

ALL

KERRA/011/39/BAR/42/22%/2018-19/TTY

C609

Churo-Amaya

download

1,142,700.87

ALL

KERRA/011/39/BAR/43/22%/2018-19/TTY

G83630

Chepturu-C592 Jnct-Kameresia

download

1,095,000.00

PWD

KERRA/011/39/BAR/44/22%/2018-19/TTY

G83626

Loiwat-Kerelon-Karuen

download

985,000.00

ALL

KERRA/011/39/BAR/45/22%/2018-19/TTY

G83637

Ptikii-Korelach-Kapedo

download

1,300,150.00

ALL

KERRA/011/39/BAR/46/22%/2018-19/TTY

G83633

Nyakwala-Kamrio-Akoret

download

4,740,207.05

ALL

BARINGO REGION TENDERS 2023-24FY

 

KENYA RURAL ROADS AUTHORITY -BARINGO REGION

23rd July, 2024

TENDER NOTICE

The Kenya Rural Roads Authority (KeRRA) is a state corporate established under the Kenya Roads Act 2007 with a mandate to manage, develop, and maintain the rural road network in the country.

Baringo Region, wish to hereby invite bids from REGISTERED contractors in the Region and others within the special category (YWPLD) for Road Maintenance project for FY 2023/24 for the following tenders.

Tender Ref.

Region:

Road Name

Category & Target group

Eligiblebidders/

NCA

KeRRA/08/39/BAR/92/2023-24

Chemoi Chepkesin (F8082)

WOMEN

NCA 5 & BELOW

KeRRA/08/39/BAR/93/2023-24

Kepkochor Kipcherere (G83501)

PREQUALIFIED

NCA 5 & BELOW

KeRRA/08/39/BAR/94/2023-24

Kostei Chemolingot (G83623)

PREQUALIFIED

NCA 5 & BELOW

KeRRA/08/39/BAR/95/2023-24

Kostei Katikit (G83616-L)

PREQUALIFIED

NCA 5 & BELOW

KeRRA/08/39/BAR/96/2023-24

B77 Jnct Sagat Cheraik (E8040-L)

WOMEN

NCA 5 & BELOW

KeRRA/08/39/BAR/97/2023-24

Timboroa Seguton Arama (C637)

PREQUALIFIED

NCA 5 & BELOW

KeRRA/08/39/BAR/98/2023-24

Kimngorom Aram (F8034)

PREQUALIFIED

NCA 5 & BELOW

KeRRA/08/39/BAR/99/2023-24

Kaplelwo Molok (G81003)

PREQUALIFIED

NCA 5 & BELOW

KeRRA/08/39/BAR/100/2023-24

Kokwenmoi Maji Moto (G81007)

PREQUALIFIED

NCA 5 & BELOW

KeRRA/08/39/BAR/101/2023-24

Olkokwe Waseges (F8036)

PWD

NCA 5 & BELOW

KeRRA/08/39/BAR/102/2023-24

Sigowo Kaplel Kapkelelwa (E8133-L)

PREQUALIFIED

NCA 5 & BELOW

KeRRA/08/39/BAR/103/2023-24

Mogorwa Kisonei (G83516)

YOUTH

NCA 5 & BELOW

KeRRA/08/39/BAR/104/2023-24

Koriema Sabor Bekibon (F8078-SOUTH)

PREQUALIFIED

NCA 5 & BELOW

KeRRA/08/39/BAR/105/2023-24

Chebinyiny Sabaka (G83449)

PREQUALIFIED

NCA 5 & BELOW

KeRRA/08/39/BAR/106/2023-24

Bekibon Tebei Kapkun Kiamalel (F8076)

PREQUALIFIED

NCA 5 & BELOW

KeRRA/08/39/BAR/107/2023-24

Mosiro Kiserian (C577)

YOUTH

NCA 5 & BELOW

KeRRA/08/39/BAR/108/2023-24

Yatia Chemoi (F8082)

PREQUALIFIED

NCA 5 & BELOW

KeRRA/08/39/BAR/109/2023-24

Loruk Yatia (F8083-L)

PREQUALIFIED

NCA 5 & BELOW

KeRRA/08/39/BAR/110/2023-24

Aquichatis Nasorot (C577)

YOUTH

NCA 5 & BELOW

KeRRA/08/39/BAR/111/2023-24

Loruk Churo (Tangulbei Churo) (C688)

PREQUALIFIED

NCA 5 & BELOW

KeRRA/08/39/BAR/112/2023-24

Kewangoi Sigoro Kiptunoi Magrib (C637)

PREQUALIFIED

NCA 5 & BELOW

KeRRA/08/39/BAR/113/2023-24

Arama Moringwo (C637)

PREQUALIFIED

NCA 5 & BELOW

KeRRA/08/39/BAR/114/2023-24

Kimngorom Kapchelangain (E8049-L)

WOMEN

NCA 5 & BELOW

KeRRA/08/39/BAR/115/2023-24

Kisanana Waseges Sabaka (F8036 )

PREQUALIFIED

NCA 5 & BELOW

KeRRA/08/39/BAR/116/2023-24

Kapkelelwa Oinabmoi (C592)

PWD

NCA 5 & BELOW

KeRRA/08/39/BAR/117/2023-24

Lawina Sangarau (C637)

WOMEN

NCA 5 & BELOW

KeRRA/08/39/BAR/118/2023-24

Store Toniok Kipkoriong (F8033)

PREQUALIFIED

NCA 5 & BELOW

KeRRA/08/39/BAR/119/2023-24

Kabimoi Number Sabatia (E8041)

PREQUALIFIED

NCA 5 & BELOW

KeRRA/08/39/BAR/121/2023-24

Ptikii-Kerio River (G83637-L)

PREQUALIFIED

NCA 5 & BELOW

KeRRA/08/39/BAR/122/2023-24

Ngoron-Kerio River (G83637-L)

YOUTH

NCA 5 & BELOW

KeRRA/08/39/BAR/123/2023-24

Kolowa-Kerio River (G83627)

PREQUALIFIED

NCA 5 & BELOW

KeRRA/08/39/BAR/124/2023-24

Jnct C592 (Kakapul)-Kerio Valley (G83622)

PREQUALIFIED

NCA 5 & BELOW

KeRRA/08/39/BAR/125/2023-24

Tilingwa-Kerio River (G83622)

PREQUALIFIED

NCA 5 & BELOW

KeRRA/08/39/BAR/126/2023-24

Kipnai-Kerio River (G83624(2)

WOMEN

NCA 5 & BELOW

KeRRA/08/39/BAR/127/2023-24

Loiwat-Kerio River (G83622)

PREQUALIFIED

NCA 5 & BELOW

KeRRA/08/39/BAR/128/2023-24

Kampi Nyasi-Kerio River (G83592)

PREQUALIFIED

NCA 5 & BELOW

KeRRA/08/39/BAR/129/2023-24

Kuikui-Kerio River (UK-030-4)

YOUTH

NCA 5 & BELOW

KeRRA/08/39/BAR/130/2023-24

Atiar-Kiropkwo-Kalabata(G83592)

PREQUALIFIED

NCA 5 & BELOW

KeRRA/08/39/BAR/131/2023-24

Borutwo-Tekechuch-Kongin (G83616)

PWD

NCA 5 & BELOW

KeRRA/08/39/BAR/132/2023-24

Chemoi -Chepkesin(F8082)

PREQUALIFIED

NCA 5 & BELOW

KeRRA/08/39/BAR/133/2023-24

Kasaka-Mormorio(G83591)

PWD

NCA 5 & BELOW

KeRRA/08/39/BAR/134/2023-24

Kipnai-Kinyach(Kipnai-Kalabata)(G83622)

PREQUALIFIED

NCA 5 & BELOW

KeRRA/08/39/BAR/135/2023-24

Esageri-Kiplombe(E8039)

PREQUALIFIED

NCA 5 & BELOW

KeRRA/08/39/BAR/136/2023-24

Chemususu Dam-Tripkatoi(G8930)

WOMEN

NCA 5 & BELOW

KeRRA/08/39/BAR/137/2023-24

Ochii-Sirwa(C637)

WOMEN

NCA 5 & BELOW

KeRRA/08/39/BAR/138/2023-24

Cheberen-Tabach(G83476)

PREQUALIFIED

NCA 5 & BELOW

KeRRA/08/39/BAR/139/2023-24

Kimose-Tabach(G83476)

PREQUALIFIED

NCA 5 & BELOW

KeRRA/08/39/BAR/140/2023-24

Kiserian Mukutani(C577)

YOUTH

NCA 5 & BELOW

KeRRA/08/39/BAR/141/2023-24

Kikipkaren Kampi Nyasi(G83592)

PREQUALIFIED

NCA 5 & BELOW

KeRRA/08/39/BAR/142/2023-24

Kositei Yatia(F8083)

WOMEN

NCA 5 & BELOW

KeRRA/08/39/BAR/143/2023-24

Airstrip Kapkokwon(Kapkokwon Muchokwo Section)(E8136)

PREQUALIFIED

NCA 5 & BELOW

KeRRA/08/39/BAR/144/2023-24

Aiyebo Turkuin(Kaptere Boin Section)(G83553)

PWD

NCA 5 & BELOW

KeRRA/08/39/BAR/145/2023-24

Kapkirwok Kormor(G83530)

PREQUALIFIED

NCA 5 & BELOW

KeRRA/08/39/BAR/146/2023-24

Kapkokwon Seremwo(E8136)

PREQUALIFIED

NCA 5 & BELOW

KeRRA/08/39/BAR/147/2023-24

Chemitany Koiser(G83622)

PWD

NCA 5 & BELOW

KeRRA/08/39/BAR/148/2023-24

Kapchepkulei Pry Kachepkor Kimiden(G83552)

YOUTH

NCA 5 & BELOW

KeRRA/08/39/BAR/149/2023-24

Access Kaptumin & Root Pry Sch(G83548)

PREQUALIFIED

NCA 5 & BELOW

KeRRA/08/39/BAR/150/2023-24

Kamusino Bailey Bridge (Protection Works)(C592)

PREQUALIFIED

NCA 5 & BELOW

KeRRA/08/39/BAR/151/2023-24

Emining Elsagei(E8038)

YOUTH

NCA 5 & BELOW

KeRRA/08/39/BAR/152/2023-24

Kures Ebenezer(F8035)

PREQUALIFIED

NCA 5 & BELOW

KeRRA/08/39/BAR/153/2023-24

Kapindasum Mukutani(G83414)

WOMEN

NCA 5 & BELOW

KeRRA/08/39/BAR/154/2023-24

Magrib Sirwa Lawina(C637)

PREQUALIFIED

NCA 5 & BELOW

KeRRA/08/39/BAR/155/2023-24

Muserech Orinie(G78355)

WOMEN

NCA 5 & BELOW

KeRRA/08/39/BAR/156/2023-24

Ngoswa Kelelwa Mogotio(G81059)

YOUTH

NCA 5 & BELOW

KeRRA/08/39/BAR/157/2023-24

Muserechi Noiwet(E8036)

PREQUALIFIED

NCA 5 & BELOW

KeRRA/08/39/BAR/158/2023-24

Access to ICT Mwachon Centre(F8026)

PREQUALIFIED

NCA 5 & BELOW

KeRRA/08/39/BAR/159/2023-24

Kator Kapdip Chemilan Kapchomuso(E8136)

PREQUALIFIED

NCA 5 & BELOW

Bidders MUST meet the following requirements alongside other requirements contained in tender documents. 

  1. To enhance equity bidders will only be awarded a maximum of two tenders either as a director or a company under this tender notice.
  2. Bidders are requested to familiarise themselves with the site before tendering.
  3. MUST provide original document and a copy.
  4. All Interested bidders are required to continually check the KeRRA website kerra.go.ke/tenders for any tender addendum or clarification that may arise before the submission date.

NOTE

All attachments must be certified by a commissioner for oaths.     

    

 Note: 1. The cost estimate of the proposed works has been provided in the tender document.

       

Tender documents detailing requirements shall be obtained from the KeRRA website www.kerra.go.ke Complete tender document Duly serialized; in Wax Sealed Plain Envelopes marked with Tender Reference (KeRRA/08/39/BAR/… number and Description, should be sent to the address below or deposited in the Tender Box located at Kenya Rural Roads Authority, Baringo Region offices situated along Kabarnet Eldoret road

     Regional Director

Kenya Rural Roads Authority

Baringo Region

P.O. Box 156-30400

KABARNET

So as to be received on before 6th August, 2024 at 11:00 am and be opened immediately thereafter in the presence of bidders’ representatives who may wish to attend, however bidders may request for any information through the office.

   

ENG. E.K BOR

REGIONAL DIRECTOR

BARINGO REGION

BARINGO REGION- FY 2021/2022 - 22%RMLF- SEPTEMBER TENDERS (2)

 

ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF ROADS

IN BARINGO REGION FUNDED UNDER

 22% RMLF   CONSTITUENCY ALLOCATION FUNDS FOR (FY 2021 - 2022)

Ref No: Fuel levy FY 2021/22     DATE: 30th SEPTEMBER, 2021

INVITATION TO TENDER

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 PREQUALIFIED BIDDERS (2021/22-2022/2023)  and  those with  special  preference  reservation  certificates ( Women, Youth and People Living with Disability) to bid  for routine maintenance and improvement works of the following roads in Baringo Region to be funded through the   22%  RMLF  Constituency Allocation Funds for the financial year 2021/22 as detailed here below:- 

  1. SCOPE OF WORKS

The scope of works is as detailed on every road. See next page

  1. QUALIFICATION FOR BIDDING/INSTRUCTIONS TO TENDERERS
  • Eligible bidders are as  described  in ITT 3.1 and  2
  • Eligible bidders  should not  have  conflict  of  interest   T.T  3.3
  • There should  not  be collusive  practice  T.T  2.2
  • Bidders to  show  evidence  of  Tax  Compliance  T.T 4.14
  • Bidders must  provide  complete, current  and  accurate information  T.T 17.7
  • Tenders are  awarded  to  the  lowest  evaluated  tender  as  per I.T.T  11,31,35,36,40,41,42
  • Tenders above  Kshs 5 Million  to  have  tender security or  Tender  Securing  Form  where 
  • Bidders are  informed  checks  will  be  made  on  Abnormally  Low  Tenders  and  Abnormally  High  Tenders  as  per  T.T  37
  • Bidders to  appraise  themselves  with  evaluation   and  qualification criteria  forms  provided  in Section IV; and  T.T  35.2
  • Bidders should  read  the  bid  document 
  • Bidders to see work activities  and  category of  works  they prequalified 

NOTE

  1. Bidders will be awarded not  more than One (1) tender  per  Constituency  as advertised in this notice.
  2. Tenders shall remain valid for a period of 140 days from the date of Tender Opening T.T  18.1
  3. The bidder shall apply VAT @ 16%

Bidders are requested to download full details of the advertisement and bid documents Free of Charge from the KeRRA Authority’s Website www.kerra.go.ke with effect from 1st October , 2021. Or purchase bid documents from the KeRRA Offices, KABARNET on payment of a non-refundable fee of Kshs. 1,000.00 (one thousand only) by banker’s cheque in favour of “Kenya Rural Roads Authority” against an official receipt of the Authority.

Following the COVID-19 pandemic and subsequent presidential directive; bidders are advised to make their own arrangements (adhering to this directive and any other subsequent directives) to visit the sites before bidding. Any clarification concerning the tenders should be sort in writing; the list of contact details for Regional  Director is available on the Authority’s Website.

Bidders are advised to adhere to the above requirements and instructions to tenderer (ITT) in the tender document.

Completed Bid documents should be addressed to: -   The Regional  Director            

Kenya Rural Roads Authority

Baringo Region

P.O Box 156

KABARNET.

Or deposited in the Bid Box at KABARNET, so as to be received on or before 14th  October , 2021 at 10.00 am   for  Tiaty  and  Baringo  North  Constituency . Opening of the Bids will take place immediately thereafter at KERRA KABARNET OFFICES in the presence of Bidders / Representatives who wish to attend.

ADDENDUM 1

DOWNLOAD ADVERT

TIATY CONSTITUENCY    22%  RMLF   FY 2021-2022

TENDER NUMBER

ROAD NAME

LENGTH

(KMS)

 BUDGET ESTIMATE

PREFERENCE GROUP

KeRRA/08/39/BAR/11/2021-22/22%/TTY

G83633

Natira - Ngaina - Kampi

18.33

4,258,000.00

Open

KeRRA/08/39/BAR/12/2021-22/22%/TTY

C688

Loruk - Kadogoi

18.96

4,492,000.00

Women

KeRRA/08/39/BAR/13/2021-22/22%/TTY

C577

Mukutani -Tangulbei - Kadogoi

23.50

4,050,000.00

Youth

KeRRA/08/39/BAR/14/2021-22/22%/TTY

C577

Tangulbei - Orus - Aquichatis

4.47

3,569,999.99

Open

KeRRA/08/39/BAR/15/2021-22/22%/TTY

C609

Churo - Amaya

11.83

2,510,000.00

PLWD

KeRRA/08/39/BAR/16/2021-22/22%/TTY

G83630

Chepturu - C592 Jnct Kameresia

6.80

3,270,000.00

Open

KeRRA/08/39/BAR/17/2021-22/22%/TTY

G83637

Ptikii - Korellach - Rotii

6.27

3,150,000.00

Open

BARINGO NORTH CONSTITUENCY    22%  RMLF   FY 2021-2022

TENDER NUMBER

ROAD NAME

LENGTH

(KMS)

 BUDGET ESTIMATE

PREFERENCE GROUP

KeRRA/08/39/BAR/18/2021-22/22%/BRN

C688

Jnct B17 - Loruk

0.01

3,570,000.00

Youth

KeRRA/08/39/BAR/19/2021-22/22%/BRN

E8137

Ossen - Keturwo

14.97

3,150,000.00

Open

KeRRA/08/39/BAR/20/2021-22/22%/BRN

F8083

Loruk - Yatia

12.22

3,350,000.00

Women

KeRRA/08/39/BAR/21/2021-22/22%/BRN

G83560

Kapkiamo - Kasaka - Poi

2.00

2,650,000.00

Open

KeRRA/08/39/BAR/22/2021-22/22%/BRN

G83595

Kitibel - Kimugu- Kasok

3.91

2,130,000.00

PLWD

KeRRA/08/39/BAR/23/2021-22/22%/BRN

C689

Barwessa - Kabartonjo

18.13

4,562,000.00

Open

KeRRA/08/39/BAR/24/2021-22/22%/BRN

D1604

B17  Chepersiat - Korato - Sibilo - Loruk

39.80

3,515,000.00

Open

KeRRA/08/39/BAR/25/2021-22/22%/BRN

D1606

Talai Jnct - Kaptere - Taanyileel

(Kaptere - Kapchepkor Section)

4.01

2,372,999.99

Open

Or deposited in the Bid Box at KABARNET, so as to be received on or before 15th  October , 2021 at 10.00 am  for  Baringo  South  Constituency. Opening of the Bids will take place immediately thereafter at KERRA KABARNET OFFICES in the presence of Bidders / Representatives who wish to attend.

BARINGO SOUTH CONSTITUENCY   22%  RMLF   FY 2021-2022

TENDER NUMBER

ROAD NAME

LENGTH

(KMS)

 BUDGET ESTIMATE

PREFERENCE GROUP

KeRRA/08/39/BAR/1/2021-22/22%/BRS

C577

Loboi - Logumgum

(Loboi - Kailer Section)

5.80

                2,696,000.00

Youth

KeRRA/08/39/BAR/10/2021-22/22%/BRS

F8076

Bekibon - Tebei

(Tinomoi - Tebei Section)

10.51

                2,174,000.00

Open

KeRRA/08/39/BAR/2/2021-22/22%/BRS

C577

Kailer - Logumgum

16.30

                1,258,000.00

Youth

KeRRA/08/39/BAR/3/2021-22/22%/BRS

G83418

Molok - Kailer

7.67

                2,495,000.00

PLWD

KeRRA/08/39/BAR/4/2021-22/22%/BRS

C577

Sirata - Mosiro

12.20

                2,313,000.00

Open

KeRRA/08/39/BAR/5/2021-22/22%/BRS

C577

Kiserian - Mukutani

(Mosiro - Mukutan Section)

5.90

                3,300,830.00

Women

KeRRA/08/39/BAR/6/2021-22/22%/BRS

G83453

Kimalel - Kapkun

2.00

                3,093,000.00

Open

KeRRA/08/39/BAR/7/2021-22/22%/BRS

C577

Mosiro - Kiserian

7.50

                1,724,170.00

PLWD

KeRRA/08/39/BAR/8/2021-22/22%/BRS

E8148

B16 JCT HZ - Rorobai

(Talai - Rorobai Section)

6.07

                3,206,000.00

Open

KeRRA/08/39/BAR/9/2021-22/22%/BRS

F8078

Koriema - Bekibon - Tinomoi Jct

4.86

                3,040,000.00

Open

 

REGIONAL  DIRECTOR

BARINGO  REGION

 

BARINGO REGION- FY 23/24 - 10%RMLF JANUARY TENDERS

KENYA RURAL ROADS AUTHORITY

                                                                                                                                                8th  JANUARY, 2024

TENDER NOTICE

The Kenya Rural Roads Authority (KeRRA) is a state corporate established under the Kenya Roads Act 2007 with the responsibility for management, development, rehabilitation and maintenance of rural roads.

Kenya Rural Roads Authority Baringo Region , wish to hereby invite bids from prequalified contractors  in the Region and others within the special category(YWPD) under 10% RMFL for financial years 2023-2024 for the following contracts .

 

ADDENDUM 2

TENDER NOTICE

Tender Ref.

Road Name

Constituency

Category & Target group

Eligible bidders/ NCA

KeRRA/08/39/BAR/83/2023-24/10%/MGT

Kisanana Waseges Sabaka (F8036 )

MOGOTIO

YOUTH

NCA 5 & BELOW

KeRRA/08/39/BAR/84/2023-24/10%/MGT

Kimngorom Kapcheplangain(E8049-L)

MOGOTIO

PREQUALIFIED

NCA 5 & BELOW

Bidders MUST meet the following requirements alongside other requirements contained in tender documents.

  1. Attach copy of Valid Tax Compliance Certificate(Will be verified online).
  2. Attach Certified copy of incorporation certificate/Registration.
  3. Attach Certified Copy of recent CR12 Form from registrar of companies(Issued within the last (12) Months before Tender Opening Date).
  4. Attach certified copies of Ids for directors.
  5. Attach certified copy Current Single Business Permit.
  6. Attach copy of valid National Construction Authority Certificate (Will be verified online).
  7. Attach authority to seek bank reference.
  8. Attach (Where applicable) valid Certified Certificate of Registration with National Treasury for Access to Government Procurement Opportunities (AGPO) in the relevant group (Women, Youth or Persons Living with Disability).
  9. For PWD Tenders attach valid and certified copy of proof of registration with NCPWD.
  10. All pages of Bids Submitted (tender document) must be SEQUENTIALLY SERIALIZED
  11. All Interested bidders are required to continually check the KeRRA website kerra.go.ke/tenders for any tender addendum or clarification that may arise before the submission date.
  12. To enhance equity bidders shall not be awarded more than two contracts pursuant to this tender notice.
  13. Attach bid security from an authorized institution where applicable.
  14. There shall be mandatory Pre-Tender Site visits.
  15. To enhance competitiveness; bidders should ensure that their rates in the bills of quantities are within the known prevailing market rates for road works.
  16. Tenders shall remain valid for a period of 259 days from the date of Tender Opening.
  17. Bidders to adhere to this and other requirements in the bid document.

      

There shall be mandatory pre-tender site visit which will start by bidders’ first meeting as follows;

CONSTITUENCY

MEETING POINT

DATE AND TIME

MOGOTIO

Mogotio CDF Office

12th January 2024 at 9:00 am

Note:

  1. Any Bidder who may wish to attend site visit to plan with the office.
  2. The cost estimate of the proposed works has been provided in the tender document.

Tender documents detailing requirements shall be obtained from the KeRRA website www.kerra.go.ke

Complete tender documents in Sealed Plain Envelopes marked with Tender Reference (KeRRA/08/BAR….) number and Description, should be sent to the address below or deposited in the Tender Box located within the Kenya Rural Roads Authority Baringo Region offices situated along Kabarnet Eldoret  road on or before 22nd January, 2024 at 11.00 am . Opening of the Bids will take place immediately thereafter at KERRA KABARNET OFFICES in the presence of Bidders / Representatives who wish to attend.

Regional Director

Kenya Rural Roads Authority

Baringo Region

P.O. Box 156-30400

KABARNET

ENG. E.K BOR

REGIONAL DIRECTOR

BARINGO REGION

 

Batch 4 ESIA: Kadel - Ramba Roads

  logo
Financial Year 2015-2017
Tender Ref Number KeRRA/011/38/04/2017/2018
Tender Name Batch 4 ESIA: Kadel - Ramba Roads
Category Name N/A
Funding Source Name GOK
Procument Method Open Tender
Status ACTIVE
Tender Notice File 1508147477_59e4814724102.pdf
Tender Document File 1511172172_5a12a876b8436.pdf
Project Site Map File Not Available
Publication Date 2017-10-13 15:25:01
Start Date 2017-10-10 00:00:00
End Date 2017-12-07 11:00:00
Reserved for YWPLD? No
Application Fee Not set
Opening Venue The Authority’s Board Room on 6th Floor, Blue Shield Towers, Hospital Road, Upperhill
Date of Pre-tender Visit 2017-10-18
Tender Description REQUEST FOR TECHNICAL AND FINANCIAL PROPOSALS FOR CONSULTANCY SERVICES FOR ENVIRONMENTAL AND SOCIAL IMPACT ASSESSMENT (ESIA) FOR UPGRADING TO BITUMEN STANDARD AND MAINTENANCE OF KADEL - ALARA - PALA - KANYADHIANG / CENTER - KILUSI - OPANGA – RAMBA ROADS IN HOMABAY COUNTY
Cost Centre Not set

Batch 4 ESIA: LOT 19

  logo
Financial Year 2015-2017
Tender Ref Number KeRRA/011/38/01/2017/2018
Tender Name Batch 4 ESIA: LOT 19
Category Name N/A
Funding Source Name GOK
Procument Method Open Tender
Status ACTIVE
Tender Notice File 1508312451_59e7059909627.pdf
Tender Document File 1511169933_5a129fba2ca06.pdf
Project Site Map File Not Available
Publication Date 2017-10-13 15:19:55
Start Date 2017-10-10 00:00:00
End Date 2017-12-07 11:00:00
Reserved for YWPLD? No
Application Fee Not set
Opening Venue The Authority’s Board Room on 6th Floor, Blue Shield Towers, Hospital Road, Upperhill
Date of Pre-tender Visit 2017-10-30
Tender Description REQUEST FOR TECHNICAL AND FINANCIAL PROPOSALS FOR CONSULTANCY SERVICES FOR ENVIRONMENTAL AND SOCIAL IMPACT ASSESSMENT (ESIA) STUDIES FOR LOT 19 COMPRISING OF UPGRADING TO BITUMEN STANDARD AND MAINTENANCE OF; (1) MARIGAT – MUCHONGOI – KARANDI, OL NGARUA - MUHOTETU - JNCT C77 AND MUHOTETU - SIPILI ROAD IN BARINGO COUNTY AND (2) OINAMOI – KAPLUK - BARWESSA ROAD IN BARINGO COUNTY
Cost Centre Not set

Addenda

Batch 4 ESIA: LOT 21

  logo
Financial Year 2015-2017
Tender Ref Number KeRRA/011/38/08/2017/2018
Tender Name Batch 4 ESIA: LOT 21
Category Name N/A
Funding Source Name GOK
Procument Method Open Tender
Status ACTIVE
Tender Notice File 1508147844_59e4829e54c67.pdf
Tender Document File 1511266477_5a1418cada4da.pdf
Project Site Map File Not Available
Publication Date 2017-10-13 15:36:09
Start Date 2017-10-10 00:00:00
End Date 2017-12-07 11:00:00
Reserved for YWPLD? No
Application Fee Not set
Opening Venue The Authority’s Board Room on 6th Floor, Blue Shield Towers, Hospital Road, Upperhill
Date of Pre-tender Visit 2017-10-23
Tender Description REQUEST FOR TECHNICAL AND FINANCIAL PROPOSALS FOR CONSULTANCY SERVICES FOR ENVIRONMENTAL AND SOCIAL IMPACT ASSESSMENT (ESIA) STUDIES FOR LOT 21 COMPRISING OF UPGRADING TO BITUMEN STANDARD AND MAINTENANCE OF; (1) INDIAN BAZAAR – NDUMBERI – TING’ANG’A - RIABAI, KIST – NJATHAINI & ACCESS TO STAREHE GIRLS’ ROADS IN KIAMBU COUNTY, (2) BRISTER GIRLS SCHOOL – STAR OF HOPE CHILDREN’S HOME LOOP & ACCESS ROAD TO KWIHOTA SECONDARY SCHOOL IN KIAMBU COUNTY, AND (3) GATUNDU - MUKINYE - JUJA/GATUNDU - GITATI INI - KARINGA/GATUNDU - ITURO - KAGUMOINI - KARINGA ROADS AND OTHER LOOP ROADS IN KIAMBU COUNTY
Cost Centre Not set

Addenda

Batch 4 ESIA: Pelewa Bridge & Approach Roads

  logo
Financial Year 2015-2017
Tender Ref Number KeRRA/011/38/06/2017/2018
Tender Name Batch 4 ESIA: Pelewa Bridge & Approach Roads
Category Name N/A
Funding Source Name GOK
Procument Method Open Tender
Status ACTIVE
Tender Notice File 1508147687_59e481fbd11c6.pdf
Tender Document File 1511266189_5a1417a3e7ab7.pdf
Project Site Map File Not Available
Publication Date 2017-10-13 15:31:00
Start Date 2017-10-10 00:00:00
End Date 2017-12-07 11:00:00
Reserved for YWPLD? No
Application Fee Not set
Opening Venue The Authority’s Board Room on 6th Floor, Blue Shield Towers, Hospital Road, Upperhill
Date of Pre-tender Visit 2017-10-16
Tender Description REQUEST FOR TECHNICAL AND FINANCIAL PROPOSALS FOR CONSULTANCY SERVICES FOR ENVIRONMENTAL AND SOCIAL IMPACT ASSESSMENT (ESIA) FOR CONSTRUCTION OF PELEWA BRIDGE & APPROACH ROADS
Cost Centre Not set

Batch 4 ESIA: Taita Girls – Lilloch & Mutaragon – Fortenan Roads

  logo
Financial Year 2015-2017
Tender Ref Number KeRRA/011/38/07/2017/2018
Tender Name Batch 4 ESIA: Taita Girls – Lilloch & Mutaragon – Fortenan Roads
Category Name N/A
Funding Source Name GOK
Procument Method Open Tender
Status ACTIVE
Tender Notice File 1508147762_59e48256dcaf8.pdf
Tender Document File 1511266344_5a1418451b3b5.pdf
Project Site Map File Not Available
Publication Date 2017-10-13 15:33:45
Start Date 2017-10-10 00:00:00
End Date 2017-12-07 11:00:00
Reserved for YWPLD? No
Application Fee Not set
Opening Venue The Authority’s Board Room on 6th Floor, Blue Shield Towers, Hospital Road, Upperhill
Date of Pre-tender Visit 2017-11-03
Tender Description REQUEST FOR TECHNICAL AND FINANCIAL PROPOSALS FOR CONSULTANCY SERVICES FOR ENVIRONMENTAL AND SOCIAL IMPACT ASSESSMENT (ESIA) FOR UPGRADING TO BITUMEN STANDARD AND MAINTENANCE OF TAITA GIRLS – LILLOCH & MUTARAGON – FORTENAN ROADS
Cost Centre Not set

Board Of Directors

PROF OYUKO MBECHE

Prof. Oyuko Mbeche, EBS

CHAIRMAN

 Ndungu Njuguna Profile 0

Prof. Njuguna Ndungu, CBS

Cabinet Secretary

The National Treasury Economic Planning

 

 

PS Mbugua

               Eng. Joseph Mbugua

                   Principal Secretary,

          State Department for Roads

PS MBAIKA

Ms. Teresia Mbaika Malokwe

Principal Secretary, State Department of Devolution  

Ms. Margaret Osili

Alternate to Principal Secretary - Devolution
Ministry of Devolution and Planning

Kungu 

Eng. James  M. Kungu

Alternate to Principal Secretary- State Department of Infrastructure 

Ministry of Roads and Transport

 DIRECTOR KIBET 2

  

Mr. Alvin Kibet Kirui, MBS

Representative of Farmers

 

  DIRECTOR DORCAS MUSINGI
 
 
Eng. Dorcas M. Musingi, PE

Representative of the Institute of Engineers of   Kenya

 CAROLINE NDUNGU

 

Ms. Caroline W. Ndungu

Representative of The Council of Governors

Wangusi 

Mr. Samson Wangusi

Alternate to Cabinet Secretary, National Treasury and Economic Planning
DG S
 
 
Eng. Philemon K. Kandie, MBS

Director General

(Board Secretary) 


 

 

 

 

 
 

 

 
 

 

 

BOMET CENTRAL

INVITATION TO TENDER

Dated: 9th, February, 2018

The Kenya Rural Roads Authority hereby invites bids from suitably qualified firms for Routine Maintenance of selected roads in Bomet Central constituency within Bomet County to be funded under the 22% RMLF for the financial year 2017/2018. Interested eligible contractors may obtain further information and inspect tender documents from the Procurement Office in Bomet during the normal working hours Monday – Friday. The Tender documents can be downloaded free of charge from the KeRRA website, www.kerra.go.ke.

S/NO

DESCRIPTION OF THE TENDER

TENDER NUMBER

ELIGIBILITY

BUDGET

Downloads 

1

Routine Maintenance of Chebitet - Molinga

 Road

KeRRA/011/BMT/039/051/2017-8

Youth

1,000,000.00

Downloads 

2

Routine Maintenance Kibergei - Kibergei Pry Road

KeRRA/011/BMT/039/052/2017-8

Youth

1,000,000.00

Downloads

3

Routine Maintenance of Kiplelji - Kiplelji Pry School Road

KeRRA/011/BMT/039/053/2017-8

Women

1,000,000.00

Downloads

4

Routine Maintenance Lulusik Pry-Sachangwan Road

KeRRA/011/BMT/039/054/2017-8

Women

1,000,000.00

Downloads

5

Routine Maintenance of Morit - Atembwo

 Road

KeRRA/011/BMT/039/055/2017-8

Disabled

1,000,000.00

Downloads

6

Routine Maintenance of Kipkoi – Kapsigowo Road

KeRRA/011/BMT/039/056/2017-8

Disabled

1,000,000.00

Downloads 

7

Routine Maintenance Sirionik - Nyongores

 Road

KeRRA/011/BMT/039/057/2017-8

Open

1,000,000.00

Downloads 

8

Routine Maintenance of Masingororo-Simongiko Road

KeRRA/011/BMT/039/058/2017-8

Open

1,000,000.00

Downloads 

9

Routine Maintenance of Ngainet- Anganget

 Road

KeRRA/011/BMT/039/059/2017-8

Open

1,000,000.00

Downloads

10

Routine Maintenance of Mogoiywet- Kiptenden

KeRRA/011/BMT/039/060/2017-8

Open

1,000,000.00

Downloads

11

Routine Maintenance of  Kaptorongo- Kaptorongo Pry School Road

KeRRA/011/BMT/039/061/2017-8

Open

1,000,000.00

Downloads 

12

Routine Maintenance of Kimenderit- Kimenderit Mkt

KeRRA/011/BMT/039/062/2017-8

Open

1,000,000.00

Downloads 

13

Routine Maintenance of Cheswerta - Lalagin  Road

KeRRA/011/BMT/039/063/2017-8

Open

1,000,000.00

Downloads 

14

Routine Maintenance of Samoei- Mangililiet Road

KeRRA/011/BMT/039/064/2017-8

Open

1,000,000.00

Downloads 

15

Routine Maintenance of Sebe- Kabusare Road

KeRRA/011/BMT/039/065/2017-8

Open

1,000,000.00

Downloads

16

Routine Maintenance of Kiriswo – Kitoben Road

KeRRA/011/BMT/039/066/2017-8

Open

1,000,000.00

Downloads 

17

Routine Maintenance of Mosiro- Teganda Road

KeRRA/011/BMT/039/067/2017-8

Open

1,000,000.00

Downloads

18

Routine Maintenance of  Chuiyat- Chepkulo River Road

KeRRA/011/BMT/039/068/2017-8

Open

1,000,000.00

Downloads 

19

Routine Maintenance of Kapngetuny-Motigo Road

KeRRA/011/BMT/039/069/2017-8

Open

1,000,000.00

Downloads 

20

Routine Maintenance of Kamusa- Chebulu Road

KeRRA/011/BMT/039/070/2017-8

Open

1,000,000.00

Downloads 

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.

  • Certified copy of certificate of Registration / Incorporation
  • Certified copy of certificate of registration with the National Construction Authority in Category NCA 8 and above.
  • Certified copy of current contractor’s practising licence of the National Construction Authority in Category NCA 8 and above.
  • Valid Tax Compliance Certificate to be confirmed at http://www.kra.go.ke/notices/tcc-checker.html
  • Certified copy of Certificate of Registration under the Access to Government Procurement Opportunities (AGPO) Preferences and Reservations program
  • Certified Copy of Recent CR12 Form – (12months) from Registrar of Companies
  • Proof of having opened a Bank Account
  • Copies of National Identity Card / Valid Passports of Directors
  • Certified copy of certificate from the National Council of Persons with Disability (for Persons Living With Disabilities) & PLWD ID/Certificate
  • Duly filled Confidential Business Questionnaire (CBQ)
  • Signed tender security & declaration form
  • Any other condition as stipulated in the Tender Documents

Bidders for tenders in the General Category, one 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.
  • 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
  • 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)
  • Any other condition as stipulated in the Tender Documents

Other Requirements includes;

  1. Past Experience
  2. Equipment Holding
  3. Current Commitment
  4. Current commitment
  5. Litigation History

 (Details of the same are provided in the tender document)

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 below;

Constituency

Date

Time

Venue

Bomet Central

22nd February 2018

9:00 am

Starting from R.M office

Completed bid documents in plain sealed envelope clearly marked Tender No. and description, “DO NOT OPEN BEFORE 11.00AM, 1st March, 2018” should be addressed to:

 

The Regional Manager

Kenya Rural Roads Authority

  1. O. Box 180

BOMET

And deposited in the tender box market in respective Constituency situated at the KeRRA Regional Office Bomet so as to be received on/or before 1st March, 2018. Tender opening will take place immediately thereafter in the presence of the Tenderers or their representatives who may choose to attend.

Peter C. Mwarabu

For: REGIONAL MANAGER

BOMET

Bomet Region

1. To provide for adequate time for preparation and submission of bid documents, KeRRA has extended the closing date to 8th of February 2018 from the previous 1st
February 2018. This Extension affects the following tenders;

  • 22% RMLF- Konoin Constituency
  • 22% RMLF- Bomet East Constituency
  • 22% RMLF- Sotik Constituency
  • 22% RMLF- Chepalungu Constituency
  • 10% CS Allocation

2. The pretender site visits is MANDATORY however the contractor can make an arrangement with the Regional procurement Office to visit the road of choice but
must also acquire the pretender certificate for documentation purposes.

3. The routine maintenance of the following roads Kiptui- Mugenyi(044) and Mugenyi –Kapset(045) have been written as Kiptui-Chemalel(044)and Chemalel –Kapset (045) respectively in the documents.

The Kenya Rural Roads Authority hereby invites bids from suitably qualified firms for Routine Maintenance of selected roads in various constituencies within Bomet County to be funded under the 22% RMLF for the financial year 2017/2018. Interested eligible contractors may obtain further information and inspect tender documents from the Procurement Office in Bomet during the normal working hours Monday – Friday. The Tender documents can be downloaded free of charge from the KeRRA website, www.kerra.go.ke.

INVITATION TO TENDER

Dated: 18th January, 2018

The Kenya Rural Roads Authority hereby invites bids from suitably qualified firms for Routine Maintenance of selected roads in various constituencies within Bomet County to be funded under the 22% RMLF for the financial year 2017/2018. Interested eligible contractors may obtain further information and inspect tender documents from the Procurement Office in Bomet during the normal working hours Monday – Friday. The Tender documents can be downloaded free of charge from the KeRRA website, www.kerra.go.ke

Item Name of RoadTender Number  ConstituencyBudget KshEligibility Y Downloads 
 1 Routine Maintenance of Sogorbei – Kipsomber - Mukanget Road KeRRA/011/BMT/039/018/2017-2018  Chepalungu 374,500.00   Disabled  Downloads
 2 Routine Maintenance of Kiproroget - Chemagel Road KeRRA/011/BMT/039/019/2017-2018  Chepalungu  4,250,000.00  Open  Downloads
 3 Routine Maintenance of Kiptenden-C14 Jn. Road KeRRA/011/BMT/039/020/2017-2018  Chepalungu  4,450,00.00  Open  Downloads
 4 Routine Maintenance of Atebwo- St- Sophia Road KeRRA/011/BMT/039/021/2017-2018  Chepalungu  3,200,000.00  Open  Downloads
 5 Routine Maintenance of Leldet- Kapoleseroi Sec School Road KeRRA/011/BMT/039/022/2017-2018  Chepalungu  2,000,000.00  Disabled  Downloads
 6 Routine Maintenance of ChemaetanyKabarak Road KeRRA/011/BMT/039/023/2017-2018  Chepalungu  2,650,000.00  Youth  Downloads
 7 Routine Maintenance of Kamunduki Yoywana Road KeRRA/011/BMT/039/024/2017-2018  Chepalungu  3,000,000.00  Women  Downloads
 8 Routine Maintenance of Chesilyot Kapkoitim Chebirbelek Road KeRRA/011/BMT/039/025/2017-2018  Sotik  2,000,000.00  Youth  Downloads
 9 Routine Maintenance of Maigutiet-Maigutiet Primary Road KeRRA/011/BMT/039/026/2017-2018  Sotik  2,000,000.00  Disabled  Downloads
 10 Routine Maintenance of Samoe - Arap Kelelyo Road KeRRA/011/BMT/039/027/2017-2018  Sotik  2,000,000.00  Open  Downloads
 11 Routine Maintenance of Oldebe siSimboiyon Road KeRRA/011/BMT/039/028/2017-2018  Sotik  2,175,000.00  Women  Downloads
 12 Routine Maintenance of Kalongei- Chebui Primary Road KeRRA/011/BMT/039/029/2017-2018  Sotik  2,000,000.00  Open  Downloads
 13 Routine Maintenance of Chepkebit- Burgei Disp. Road KeRRA/011/BMT/039/030/2017-2018  Sotik  2,000,000.00  Open  Downloads
 14 Routine Maintenance of Kisabei- Arap Koros Road KeRRA/011/BMT/039/031/2017-2018  Sotik  2,000,00.00  Open  Downloads
 15  Routine Maintenance of Kapkures Ngendalal Road KeRRA/011/BMT/039/032/2017-2018  Sotik  2,000,000.00  Open  Downloads
 16 Routine Maintenance of Kapcheran MktKapcherire Dip Road KeRRA/011/BMT/039/033/2017-2018  Sotik  2,000,000.00  Youth  Downloads
 17 Routine Maintenance of Nyatembe -Tilanik River Road KeRRA/011/BMT/039/034/2017-2018  Sotik  2,000,000.00  Open  Downloads
 18  Routine Maintenance of Kecheyat - Merigi Road KeRRA/011/BMT/039/041/2017-2018  Bomet East  2,850,000.00  Youth  Downloads
 19  Routine Maintenance of Legimbo - Kembu Road KeRRA/011/BMT/039/035/2017-2018   Bomet East  3,697,500.00  Open  Downloads
 20  Routine Maintenance of Isei Bridge - Chemaner Road KeRRA/011/BMT/039/036/2017-2018  Bomet East  2,650,000.00  Women  Downloads
 21  Routine Maintenance of Kembu - Kichurmo Road  KeRRA/011/BMT/039/037/2017-2018  Bomet East  2,985,000.00  Disabled  Downloads
 22 Routine Maintenance of Chemaner - KimuchukMangoita Road KeRRA/011/BMT/039/038/2017-2018  Bomet East  2,500,000.00  Women  Downloads
 23  Routine Maintenance of Legimbo - Njeman Road KeRRA/011/BMT/039/039/2017-2018  Bomet East  2,500,000.00  Open  Downloads
 24  Routine Maintenance of Norera - Sinonin Road KeRRA/011/BMT/039/040/2017-2018  Bomet East  2,950,500.00  Open  Downloads

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.

  1. Certified copy of certificate of Registration / Incorporation
  2. Certified copy of certificate of registration with the National Construction Authority in
    Category NCA 8 and above.
  3.  Certified copy of current contractor’s practising licence of the National Construction Authority in Category NCA 8 and above.
  4. Valid Tax Compliance Certificate to be confirmed at http://www.kra.go.ke/notices/tccchecker.html
  5. Certified copy of Certificate of Registration under the Access to Government Procurement Opportunities (AGPO) Preferences and Reservations program
  6. Certified Copy of Recent CR12 Form – (12months) from Registrar of Companies
  7. Proof of having opened a Bank Account
  8. Copies of National Identity Card / Valid Passports of Directors
  9. Certified copy of certificate from the National Council of Persons with Disability (for Persons Living with Disabilities) & PLWD ID/Certificate
  10. Duly filled Confidential Business Questionnaire (CBQ)
  11. Signed tender security & declaration form
  12. Any other condition as stipulated in the Tender Documents

Bidders for tenders in the General Category, one 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.
  • 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
  • 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)
  • Any other condition as stipulated in the Tender Documents

Other Requirements includes;

a) Past Experience
b) Equipment Holding
c) Current Commitment
d) Current commitment
e) Litigation History


(Details of the sameare provided in the tender document)

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 below;

 Constituency  Date Time  Venue 
 Chepalungu  24th January 2018  9:00 am  Starting from R.M office
 Bomet East  24th January 2018  9:00 am  Starting from R.M office
 Sotik  25th January 2018  10:00 am  KeRRA’S Office Sotik

Completed bid documents in plain sealed envelope clearly marked Tender No. and description, “DO NOT OPEN BEFORE 10.00AM, 1st February, 2018” should be addressed to:

The Regional Manager
Kenya Rural Roads Authority
P. O. Box 180 BOMET

And deposited in the tender box market in respective Constituency situated at the KeRRA Regional Office Bomet so as to be received on/or before 1st February 2018 at 10:00am. Tender opening will take place immediately thereafter in the presence of the Tenderers or their representatives who may choose to attend.

Peter C. Mwarabu
For: REGIONAL MANAGER
BOMET

BOMET REGION - 10% RMLF 2018-2019

 

 

KENYA RURAL ROADS AUTHORITY

Tel: 052-22230                                                           Regional Manager

Fax: 052-22230                                                         Kenya Rural Roads Authority (KeRRA)

E-mail: This email address is being protected from spambots. You need JavaScript enabled to view it.                               Bomet Region

Website: www.Kerra.go.ke                                      P.O.Box 180 - 20400

                                                                                    Bomet

REF NO: KeRRa/15/BMT/11/INVITATION TO TENDER/VOL.1/5   Date: 14th November, 2018

 

INVITATION TO TENDER.

10% RMLF

 

Kenya Rural Roads Authority – Bomet Region invites bids from prequalified contractors for financial year 2017/19 in the stated constituency for the Procurement of below stated Roads funded by 10%RMLF.

ALL CONSTITUENCIES                

 

                                                               Site visit will be held on 28th December, 2018

 

S/NO

 

PACKAGE

NO.

 

ROAD NAME

 

ACTIVITIES

 

CATEGORY

BUDGET

ALLOCATION

Downloads

1

011

Koilel - Kaptebenwe

·         Heavy grading with watering and compaction 40,000M3

·         Gravel Patching 2,330.M3

YOUTH

4,820,000.00

Download

2

012

Kapset - Boito

·         Heavy grading with watering and compaction 72,000 M3

·         Gravel Patching 2,034 M3

YOUTH

4,830,000.00

Download

3

013

Tenwek - Motigo

·         Heavy grading with watering and compaction 32,000M3

·         Gravel Patching 860 M3

WOMEN

4,812,000.00

Download

4

014

Kiptenden - Ndaraweta

·         Heavy grading with watering and compaction 72,000M3

·         Gravel Patching 2,040M3

C

4,835,000.00

Download

5

015

Kapkimolwa - Kalyet

·         Heavy grading with watering and compaction 40,000M3

·         Gravel Patching 2,330M3

WOMEN

4,820,000.00

Download

6

016

Kembu – Kapkimolwa

·         Heavy grading with watering and compaction 56,000M3

·         Gravel Patching 2,185M3

WOMEN

4,830,000.00

Download

7

017

Kaboson – Sigor

·         Heavy grading with watering and compaction 80,000M3

·         Gravel Patching 1,955M3

YOUTH

4,200,000.00

Download

8

018

Chebunyo - Kaboson

·         Heavy grading with watering and compaction 80,000M3

·         Gravel Patching 1,970M3

C

4,850,000.00

Download

9

019

Sotik – Chebonge

·         Heavy Bush Clearing 12,000M2

·         Culvert Cleaning Partially Blocked 600mm 160MT

·         Culvert Cleaning Partially Blocked 900mm 280MT

·         Shoulder Grading 6,000M2

·         Provide place and compact natural gravel to shoulder accesses and busbays 200M3

·         Provide lay and compact Hand packed stones materials including filling voids with stone dust as directed by Engineer

A

4,880,000.00

Download

10

020

Sotik – Chebonge 2

·         Prime Coat 4,840L

·         Pot Hole patching – Hot mix

A

4,765,000.00

Download
 
 

The Tender Documents can be bought at the Regional Accounts Office with Bankers Deposit Slips Payable to KCB Bank Account Name KeRRA A.I.A A/C No. 11143433196and documents collected at the Regional Procurement Office, each bid is Kshs.1,000.00 (One Thousand Shillings Only) which is non-refundable. Thedocuments can also be downloaded on KeRRA website www.kerra.go.ke.

 

QUALIFICATION FOR TENDERING

 

Mandatory requirements for tendering are;

  1. Certified Copy of Certificate of Incorporation
  2. Certified copy of Registration with NCA (Categories 8 and above)
  3. Certified Contractors Annual Practicing License.
  4. Certified copy of a Valid Tax Compliance Certificate
  5. Certified copy of a VAT and PIN Certificate
  6. certified copy of recent CR12
  7. Thresholds specified in the Tender Document covering the following;
  1. Similar previous experience.
  2. Equipment holding supported by relevant documentation.
  3. Audited accounts for the last two years.
  4. Professional and Technical personnel with CVs of Key Personnel.
  5. Current trading license.
  6. Proof of having a bank account.
  7. Duly filled Confidential Business Questionnaire.
  8. Duly filled form of tender.
  9. Duly filled Bill of quantities

FOR YOUTH WOMEN AND PEOPLE WITH DISABILITIES

  1. From the above mandatory requirements(a, b, c, d, e, f and g)
  2. Certified copy of Youth Women and people with disabilities Certificate for works (YAGPO) from National Treasury Ministry.
  3. Thresholds specified in the tender Document covering the following.
  4. Similar previous experience.
  5. Equipment holding supported by relevant documentation.
  6. Professional and Technical personnel supported by CVs.
  7. Current trading license.

Duly filled Tender Document shall be submitted in sealed envelope (One Document per envelope) marked with contract Number and Road Name and dropped in the right tender box for each constituency Address to:

REGIONAL MANAGER

KENYA RURAL ROADS AUTHORITY

BOMET REGION

P.O.BOX 180

BOMET

And be deposited in the Tender Box on or before 4th January 2019 at 10.30 A.m. Tenders will be opened immediately thereafter in the presence of those Tender’s representatives who choose to attend.

Kind Regards

Eng. C. Chebon

REGIONAL MANAGER

BOMET REGION

 

 

 

 

 

 

 

 

INVITATION TO TENDER - Please download Bomet East here!

                                       Please download Chepalungu here!

 

S/NO

 

PACKAGE

NO.

 

ROAD NAME

 

DOCUMENT

 

CATEGORY

BUDGET

ALLOCATION

1

006

Chemaner - Matecha

    Download

YWPD

4,000,000.00

2

007

Kembu - Chemaner

    Download

YWPD

4,700,000.00

3

008

Longisa - Kembu

    Download

C

4,600,000.00

4

009

Merigi - Kembu

    Download

C

4,100,000.00

5

010

Motigo - Merigi

    Download

C

4,000,000.00

 

1

001

Chebonyo- Chebunyo

    Download

B & C

5,000,000.00

2

002

Kapkesosio - Bomet

    Download

YWPD

4,000,000.00

3

003

Kaplecho – Kamaget

    Download

B & C

2,300,000.00

4

004

Makmeny – Olbutyo

    Download

B & C

5,100,000.00

5

005

Olbutyo – Sigor

    Download

YWPD

5,100,000.00

 

BOMET REGION - GOK DEVELOPMENT FY 2019/20

                                                                                                                                                  

KENYA RURAL ROADS AUTHORITY

BOMET REGION

TENDER NOTICE

DOWNLOAD TENDER NOTICE HERE.

DATE OF TENDER NOTICE: 7TH JULY 2020

TENDERS FOR ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF ROADS

UNDER GoK ALLOCATION FOR FINANCIAL YEAR 2019/2020

 

The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of Rural Roads in Kenya.

KeRRA,Bomet Region, on behalf of the Ministry of Transport, Infrastructure, Housing and Urban Development, State Department of Infrastructure invites bids from eligible firms to tender for Routine Maintenance and Spot Improvement of roads in the following schedule funded by the Government of Kenya in the Financial Year 2019/2020.

Chepalungu Constituency

S/NO.

DESCRIPTION

TENDER NO.

ELIGABILIGTY

NCA CATEGORY

PRE-QUALIFICATION

CATEGORY

DOWNLOAD

1

Kaboson -Sigor

KeRRA/011/BMT/039/GoK/2-41-19/20 -0018

Youth

4,5&6

  DOCUMENT

2

Kapkwen -Olbutyo

KeRRA/011/BMT/039/GoK/2-41-19/20 -0019

Women

4,5&6

  DOCUMENT

3

Olbutyo -Siongiroi

KeRRA/011/BMT/039/GoK/2-41-19/20 -0020

Open

4,5&6

B, C, D & E

DOCUMENT

4

Kaboson -Chebunyo

KeRRA/011/BMT/039/GoK/2-41-19/2020 -069

PWD

4,5,6&7

  DOCUMENT

Due to the COVID – 19 Pandemic, there shall be no pre-tender site visits. However, the bidders are encouraged to make personal arrangement to acquaint themselves with the site before submission of the bids.

NOTE

  1. Certification of documents shall be original and executed by a Commissioner for Oaths
  2. Procurement and evaluation will be based on above details and post qualification criteria as stated in the tender documents.

Bidders are requested to download full details of the advertisement and tender documents from the Authority’s Website www.kerra.go.ke with effect from Friday10th  July, 2020 or obtain complete Tender Documents KeRRA, Bomet Regional Office during normal working hours upon payment of a non-refundable fee of Ksh.1, 000 (One Thousand only) deposited directly to Kenya Commercial Bank (KCB), Moi Avenue Branch, Account No. 1114343196, Account Name:KeRRA A-1-A; Transacted by:  R31.... (Firm name) OR documents can be downloaded free of charge from KeRRA website, www.kerra.go.ke

The sealed bids, labelled with the Tender No. MUST be deposited in the tender box at the Regional Office in,  Bomet on or before TUESDAY, 21st July 2020 at 10.00 AM. However due to  COVID 19 Calamity, tender documents will be quarantined for 2days upon receiving and opened on 24th July,2020  at 10.00AM in the presence of tenderers or their representatives as indicated in the bid documents.

 

 

 

Eng. Ogogo C.T

REGIONAL DEPUTY DIRECTOR

BOMET REGION

 

BOMET REGION -GOK DEVELOPMENT- FY 2020-21

KENYA RURAL ROADS AUTHORITY

BOMET REGION

TENDER NOTICE

DATE OF TENDER NOTICE: 10TH JANUARY, 2022

TENDERS FOR ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF ROADS

FOR FINANCIAL YEAR 2020/2021

 ADDENDUM NO.1

DOWNLOAD TENDER NOTICE HERE!!!!

The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of Rural Roads in Kenya.

KeRRA, Bomet Region, on behalf of the Ministry of Transport, Infrastructure, Housing and Urban Development, State Department of Infrastructure invites bids from eligible firms to tender for Routine Maintenance and Spot Improvement of roads in the following schedule funded by the Government of Kenya in the Financial Year 2020/2021.

 

UNIVERSAL HEALTH CARE PROGRAMME

S/NO.

ACCESS ROAD FOR:

TENDER NO.

ELIGIBILITY

BUDGET

ALLOCATION

 

DOWNLOAD

1.

NDANAI SUBCOUNTY HOSPITAL

KeRRA/008/BMT-SOTIK/GOK/039/2-41-20|21-091

OPEN

9,900,000.00

DOCUMENT

2.

LONGISA SUBCOUNTY HOSPITAL

KeRRA/008/BMT-EAST/GOK/039/2-41-20|21-092

YOUTH

7,500,000.00

DOCUMENT

3.

CHEPTALAL SUBCOUNTY HOSPITAL

KeRRA/008/BMT-KONOIN/GOK/039/2-41-20|21-093

PWD

4,900,000.00

DOCUMENT

4.

KAPKOROS SUBCOUNTY HOSPITAL

KeRRA/008/BMT-CENTRAL/GOK/039/2-41-20|21-094

WOMEN

6,200,000.00

DOCUMENT

Due to the COVID-19 Pandemic, there shall be NO arranged pre-tender site visits. However, the bidder shall examine the Site of Works and its surroundings and obtain for himself all information that may be necessary for preparing the bid and entering a contract for maintenance of the Works. The costs of visiting the site shall be at the bidder’s own expense.

Eligible bidders

  1. This invitation to bid is open to the prequalified bidders who are legally registered or incorporated in the Republic of Kenya as of the time of bid submission. Registration with National Construction Authority (NCA) as a Contractor is mandatory. For bids that preference has been given to Women, Youth and Persons with disabilities, this will be clearly indicated in the bid document and on this notice.
  2. The Original bid document shall be certified duly executed by the Commissioner for Oaths
  3. Evaluation shall be based post qualification criteria as stated in the tender documents.
  4. Bidders shall provide such evidence of their continued eligibility satisfactory to the Employer, as the Employer shall reasonably request

Bidders are requested to download full details of the advertisement and tender documents from the Authority’s Website www.kerra.go.ke with effect from  10TH JANUARY, 2022 or obtain complete Tender Documents KeRRA, Bomet Regional Office during normal working hours upon payment of a non-refundable fee of Ksh.1, 000 (One Thousand only) deposited directly to Kenya Commercial Bank (KCB), Moi Avenue Branch, Account No. 1114343196, Account Name: KeRRA A-1-A; Transacted by:  R31.... (Firm name) OR documents can be downloaded free of charge from KeRRA website, www.kerra.go.ke

The sealed bids, labelled with the Tender No. MUST be deposited in the tender box at the Regional Office in, Bomet on or before 25TH JANUARY, 2022 at 10.00 AM. Tenders will be opened immediately in the presence of bidders or representatives who choose to attend.

Late bids will not be accepted.

 

 

REGIONAL DIRECTOR

BOMET REGION TENDERS 23-24FY

BOMET REGION TENDER NOTICE

DATE OF TENDER NOTICE 23rd July, 2024

The Kenya Rural Roads Authority (KeRRA) is a State corporation established under the Kenya Roads Act, 2007, with a mandate to manage, develop and maintain the rural road networks in the country.

The Authority, Bomet Region, hereby invites bids from eligible Registered Contractors in the Region and others within the AGPO Special Category (YWPD) for Maintenance projects for FY 2023-2024.

Interested Bidders are requested to download full details of the Advertisement and Tender Documents from the KeRRA website www.kerra.go.ke and PPIP Portal www.ppip.go.ke Free of Charge.

Tender  Ref No.

Tender Name

Target Group

KeRRA/008/BMT/039/2-41-23|24-019

Cheptangulgei - Kenyatta Road (L2305JN)

Registered

KeRRA/008/BMT/039/2-41-23|24-055

Chebara - Sugutek Road (D235J2)

Registered

KeRRA/008/BMT/039/2-41-23|24-059

Kaplong - Kaplong Quarry Road (G-73003)

PWD

KeRRA/008/BMT/039/2-41-23|24-060

Kembu - Chemaner Road (C737)

Youth

KeRRA/008/BMT/039/2-41-23|24-061

Kugunoi-Kipricheit Road (R18-Bomet)

Registered

KeRRA/008/BMT/039/2-41-23|24-062

Kiptenden - Kimaech Road (C767)

Women

KeRRA/008/BMT/039/2-41-23|24-063

Kanariet - Ngainet - Berkeiyat Road (G72757)

Registered

KeRRA/008/BMT/039/2-41-23|24-064

Makimeny Junction - Olbutyo Bridge (E182)

Registered

KeRRA/008/BMT/039/2-41-23|24-065

Kapkambuni - Tirato - Merigi Road (C768)

Registered

KeRRA/008/BMT/039/2-41-23|24-066

Singorwet - Apostolic Church Road (E182)

Youth

KeRRA/008/BMT/039/2-41-23|24-084

Miti Mingi - Corner Road (D231)

PWD

KeRRA/008/BMT/039/2-41-23|24-085

Mushroom Rd (Popaat)- Oinapkarit Bridge- Kimoso Dispensar Rroad (G-73003)

Women

Bidders MUST meet the following requirements alongside other requirements contained in tender documents. 

  1. To enhance equity bidders will only be awarded a maximum of two tenders either as a director or a company under this tender notice. Director(s) bidding under different companies for the same tender will be disqualified.
  1. Bidders are requested to familiarise themselves with the site before tendering (within the first 10 days of the notice)
  1. All Interested bidders or their representative must have an introduction letter from the company for pretender site visit
  1. All Interested bidders MUST provide Original Tender Document and a copy of the same
  1. All Interested bidders are required to continually check the KeRRA website kerra.go.ke/tenders for any tender addendum or clarification that may arise before the submission date.
  1. Certification of attachments must be done by a commissioner for oaths.
  1. The cost estimate of the proposed works has been provided in the tender document.
  1. All pages of the tender documents submitted by bidders shall be sequentially serialized including the cover page.
  1. Complete tender document Duly serialized; in Sealed Plain Envelopes marked with Tender Reference Number (KeRRA/008/BMT/039/2-41-23|24-…….) and Description, should be deposited in the Tender Box located at the Regional Office, within the Kenya Rural Roads Authority Bomet Regional offices or sent to the address below

Regional Director

Kenya Rural Roads Authority

Bomet Region

P.O. Box 180-20400,

BOMET

So as to be received on or before 7th August 2024 at 11:00 am and be opened immediately thereafter in the presence of bidders’ representatives who may wish to attend.

 

  1. Bulky Tender Documents that do not fit in the Tender Box shall be delivered to the reception of the Regional Office at the address provided above.

 

  1. Any Tender received after the deadline for submission of Tenders shall be declared late, rejected, and returned unopened to the Tenderer.

 

 

 

 

Regional Director

BOMET REGION

BOMET REGION TENDERS 23-24FY

BOMET REGION TENDER NOTICE

DATE OF TENDER NOTICE 23rd July, 2024

The Kenya Rural Roads Authority (KeRRA) is a State corporation established under the Kenya Roads Act, 2007, with a mandate to manage, develop and maintain the rural road networks in the country.

The Authority, Bomet Region, hereby invites bids from eligible Registered Contractors in the Region and others within the AGPO Special Category (YWPD) for Maintenance projects for FY 2023-2024.

Interested Bidders are requested to download full details of the Advertisement and Tender Documents from the KeRRA website www.kerra.go.ke and PPIP Portal www.ppip.go.ke Free of Charge.

Tender  Ref No.

Tender Name

Target Group

KeRRA/008/BMT/039/2-41-23|24-019

Cheptangulgei - Kenyatta Road (L2305JN)

Registered

KeRRA/008/BMT/039/2-41-23|24-055

Chebara - Sugutek Road (D235J2)

Registered

KeRRA/008/BMT/039/2-41-23|24-059

Kaplong - Kaplong Quarry Road (G-73003)

PWD

KeRRA/008/BMT/039/2-41-23|24-060

Kembu - Chemaner Road (C737)

Youth

KeRRA/008/BMT/039/2-41-23|24-061

Kugunoi-Kipricheit Road (R18-Bomet)

Registered

KeRRA/008/BMT/039/2-41-23|24-062

Kiptenden - Kimaech Road (C767)

Women

KeRRA/008/BMT/039/2-41-23|24-063

Kanariet - Ngainet - Berkeiyat Road (G72757)

Registered

KeRRA/008/BMT/039/2-41-23|24-064

Makimeny Junction - Olbutyo Bridge (E182)

Registered

KeRRA/008/BMT/039/2-41-23|24-065

Kapkambuni - Tirato - Merigi Road (C768)

Registered

KeRRA/008/BMT/039/2-41-23|24-066

Singorwet - Apostolic Church Road (E182)

Youth

KeRRA/008/BMT/039/2-41-23|24-084

Miti Mingi - Corner Road (D231)

PWD

KeRRA/008/BMT/039/2-41-23|24-085

Mushroom Rd (Popaat)- Oinapkarit Bridge- Kimoso Dispensar Rroad (G-73003)

Women

Bidders MUST meet the following requirements alongside other requirements contained in tender documents. 

  1. To enhance equity bidders will only be awarded a maximum of two tenders either as a director or a company under this tender notice. Director(s) bidding under different companies for the same tender will be disqualified.
  1. Bidders are requested to familiarise themselves with the site before tendering (within the first 10 days of the notice)
  1. All Interested bidders or their representative must have an introduction letter from the company for pretender site visit
  1. All Interested bidders MUST provide Original Tender Document and a copy of the same
  1. All Interested bidders are required to continually check the KeRRA website kerra.go.ke/tenders for any tender addendum or clarification that may arise before the submission date.
  1. Certification of attachments must be done by a commissioner for oaths.
  1. The cost estimate of the proposed works has been provided in the tender document.
  1. All pages of the tender documents submitted by bidders shall be sequentially serialized including the cover page.
  1. Complete tender document Duly serialized; in Sealed Plain Envelopes marked with Tender Reference Number (KeRRA/008/BMT/039/2-41-23|24-…….) and Description, should be deposited in the Tender Box located at the Regional Office, within the Kenya Rural Roads Authority Bomet Regional offices or sent to the address below

Regional Director

Kenya Rural Roads Authority

Bomet Region

P.O. Box 180-20400,

BOMET

So as to be received on or before 7th August 2024 at 11:00 am and be opened immediately thereafter in the presence of bidders’ representatives who may wish to attend.

 

  1. Bulky Tender Documents that do not fit in the Tender Box shall be delivered to the reception of the Regional Office at the address provided above.

 

  1. Any Tender received after the deadline for submission of Tenders shall be declared late, rejected, and returned unopened to the Tenderer.

 

 

 

 

Regional Director

BOMET REGION

BOMET REGION- 22%RMLF FY 2020-21-SOTIK CONSTITUENCY

                                                                                                  

KENYA RURAL ROADS AUTHORITY

BOMET REGION

TENDER NOTICE

DOWNLOAD TENDER NOTICE HERE!

DATE OF TENDER NOTICE: 7th OCTOBER.2020

TENDERS FOR ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF ROADS UNDER 22%RMLF FOR FINANCIAL YEAR 2020/2021

 

The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of Rural Roads in Kenya.

KeRRA, Bomet Region, on behalf of the Ministry of Transport, Infrastructure, Housing and Urban Development, State Department of Infrastructure invites bids from eligible firms to tender for Routine Maintenance and Spot Improvement of roads in the following schedule funded through the Road Maintenance Levy Fund (RMLF) in the Financial Year 2020/2021.

SOTIK CONSTITUENCY

S/NO.

DESCRIPTION

TENDER NO.

PREFERENCE/

RESERVATION

DOWNLOAD

1

Chebirbelek - Kiprobonyit

KeRRA/011/BMT/039/22%/2-41-20|21-028

YOUTH

DOCUMENT

2

Ndanai Market - Kiptenden Pri. Kagasik - Kapsiongo - Kamegunyet Pri.

KeRRA/011/BMT/039/22%/2-41-20|21-029

WOMEN

DOCUMENT

3

Kaplomboi - Lalwat Pry

KeRRA/011/BMT/039/22%/2-41-20|21-030

OPEN

DOCUMENT

4

Arap Mabwai - Simboiyon Pri

KeRRA/011/BMT/039/22%/2-41-20|21-031

OPEN

DOCUMENT

5

Sotik KCC Jnc - Kisabei Pry - Kisabei Bridge

KeRRA/011/BMT/039/22%/2-41-20|21-032

OPEN

DOCUMENT

6

Cheboeet Disp - Cheboeet Pry - Kiploboti

KeRRA/011/BMT/039/22%/2-41-20|21-033

PWD

DOCUMENT

7

Sotik - Cheptembe - Kapsimotwo

KeRRA/011/BMT/039/22%/2-41-20|21-034

YOUTH

DOCUMENT

Due to the COVID – 19 Pandemic, there shall be no pre-tender site visits. However, the bidders are encouraged to make personal arrangement to acquaint themselves with the site before submission of the bids.

NOTE

  1. Certification of documents shall be original and executed by a Commissioner for Oaths
  2. No bidder shall be awarded more than one tender as advertised in this notice.
  3. Procurement and evaluation will be based on above details and post qualification criteria as stated in the Instructions to tenderer
  4. Canvassing and /or any form of malpractices intended to influence the outcome of the whole process or part of process will lead to disqualification irrespective of the procurement stage.
  5. Tenders submitted after the closing date and time shall be disqualified and returned to the bidder un-opened.

Bidders are requested to download full details of the advertisement and tender documents from the Authority’s Website www.kerra.go.ke with effect from Tuesday 13th  October, 2020 or obtain complete Tender Documents KeRRA, Bomet Regional Office during normal working hours upon payment of a non-refundable fee of Ksh.1, 000 (One Thousand only) deposited directly to Kenya Commercial Bank (KCB), Moi Avenue Branch, Account No. 1114343196, Account Name: KeRRA A-1-A; Transacted by:  R31.... (Firm name) OR documents can be downloaded free of charge from KeRRA website, www.kerra.go.ke

The sealed bids, labelled with the Tender No. MUST be deposited in the tender box at the Regional Office in, Bomet on or before Wednesday, 28th   October 2020 at 10.00 AM. However, due to  COVID 19 pandemic, tender documents will be quarantined for 48 hours  upon receiving and opened on  30th October,2020  at 10.00AM in the presence of tenderers or their representatives as indicated in the bid documents.

 

ENG.C.T.OGOGO

REGIONAL DEPUTY DIRECTOR

BOMET REGION- FY 23/24 10% RMLF -APRIL TENDERS

KENYA RURAL ROADS AUTHORITY

BOMET REGION

INVITATION TO TENDER FOR DRAINAGE AND SPOT

15th April, 2024

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, Bomet Region, hereby invites sealed bids from eligible and registered contractors in Category C, D, and E in Bomet Region for Maintenance of the following roads for FY 2023-2024.

ADDENDUM 1

 TENDER NOTICE

Tender  No.

Road Name & Code

Eligibility

REVISED

KeRRA/008/BMT/KON/10%/039/2-41-23|24-015

Rorok - Cheibei - Cheputusto Road (D231)

Registered

A Mandatory Pre-tender site visit shall be held on 18th April 2024 and the meeting point is at KeRRA Bomet Regional Office

Detailed information on the tenders will be available for downloading FREE of CHARGE on the Authority’s Website www.kerra.go.ke 

Completed tender documents in plain sealed envelopes clearly marked: “tender no. ….……” should be addressed and submitted to: ‐

The Regional Director

Kenya Rural Roads Authority (KeRRA)

Bomet Region

P.O. Box 180-20400,

BOMET

The sealed bids MUST be deposited in the tender box at the Bomet Regional office on or before 25th April, 2024 at 11.00am. Opening of the bids will take place immediately thereafter at the respective addresses in the presence of tenderers or Representatives who choose to attend.

Bids not received at the submission venue by the closing date and time will not be accepted for opening and will be rejected and returned unopened.

Bidders with enquiries are encouraged to do so vide the email address This email address is being protected from spambots. You need JavaScript enabled to view it..

Regional Director

BOMET REGION

 

Building works on the proposed extension of KeRRA Offices in Bungoma

                                                                    WI/27  

                               KENYA RURAL ROADS AUTHORITY

                                              UPPER WESTERN REGION

                                                          BUNGOMA OFFICE

                                           

                                                   INVITATION TO TENDER                             1st September, 2021

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 tenders from qualified contractors to undertake Building works on the proposed extension of KeRRA Offices in Bungoma, funded vide GOK funds, details of which are as indicated below:

 download advert here

 

S/N

 

PROJECT NAME

 

TENDER NO.

 

BUDGETARY ESTIMATE (KSHS)

 

RESERVATIONS

PRETENDER SITE VISIT DATE

OPENING DATE

 

1.       

PROPOSED EXTENSION OF KeRRA OFFICES IN UPPER WESTERN REGION (BUNGOMA OFFICE)

KeRRA/011/39/BGM/KDY/GOKDEV-20/21-107

10,000,000.00

OPEN

Due to the Covid 19 Pandemic, Bidders to make own arrangements to familiarize with the site for appropriate bidding.

9/9/2021

download

download

    QUALIFICATION FOR TENDERING

Mandatory Requirements

   Eligible bidders MUST meet and submit the following with the bid:

  1. Certified copy of Certificate of Incorporation
  2. Certified copy of valid practicing license as a contractor (Building Works NCA 8 and above) 
  3. Certified copy of VAT & PIN registration certificate
  4. Copy of Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
  5. Certified copy of CR 12 (Issued within the last 12 months from the tender opening date)
  6. Certified copies of National Identity Cards/Passports of Directors.
  7. Certified copy of Valid Single Business Permit
  8. Current Sworn Affidavit not more than 3 months from the tender opening date
  9. Proof of having opened a bank account in the contractor’s name
  10. Form of tender correctly filled, signed & stamped
  11. Confidential Business Questionnaire correctly filled, signed & stamped
  12. Authority to seek reference from Contractors’ bankers
  13. Bidders Must serialize sequentially all pages of their tender documents submitted.

NOTE:

  1. All certification of documents shall be original and executed by a Commissioner for Oaths or Notaries Public.
  2. Certificates/ Licenses may be verified from or with the Issuing Authorities or Agencies

 

Other Requirements

As specified in the respective tender document covering the following:

  1. Similar previous experience where applicable
  2. Professional and Technical personnel
  3. Current work load
  4. Litigation History (Provide sworn Affidavit) – executed within 3 months of the tender opening date
  5. Eligibility:
  6. Pre-tender site visit shall be as indicated in the table above
  7. Any form of Canvassing will lead to disqualification

 

Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 2/9/2021. Duly completed tender documents in plain sealed envelopes marked with the respective tender number, project name should be addressed to:

                                                                                 

                                          The Regional Director,

                                          KeRRA Upper Western Region

                                          P.O Box 1473-50200

                                          BUNGOMA

The same should be deposited in the tender box at the KeRRA Bungoma Office on or before the date of opening as indicated in the table above. Tenders will be opened immediately thereafter at the same venue in the presence of tenderers or their representatives who choose to attend. Late bids will not be accepted.

ENG. JARED OMONDI

REGIONAL DIRECTOR

BUNGOMA RE-TENDER NOTICE FY 2021-2022

                                                                    WI/27

                               KENYA RURAL ROADS AUTHORITY

                                              UPPER WESTERN REGION

                                                          BUNGOMA OFFICE

                                           

                                           RE-TENDER NOTICE                                                                    2nd March,2022

DOWNLOAD TENDER NOTICE 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 hereby invites tenders from contractors prequalified in Upper Western Region (Bungoma Office) under categories C, D & E – Financial Year 2021-2022 and AGPO eligible firms for routine maintenance and Spot improvement works, funded vide 22% RMLF fy 2021-2022 & 10% savings fy 2020-2021 on the roads indicated below:

S/N

 

ROAD NAME

& NO.

 

TENDER NO.

 

CONSTITUENCY

 

BUDGETARY ESTIMATE (KSHS)

 

BID SECURITY

(KSHS)

 

RESERVATIONS

 

PRETENDER SITE VISIT DATE

 

OPENING DATE

1.       

CB. TRANZOIA-NDALU-CB KAKAMEGA (C622)

KeRRA/08/39/BGM/TGN/22% RMLF/21/22-035

 

 

 

 

TONGAREN

6,757,000.00

100,000.00

OPEN

Due to the Covid 19 Pandemic, Bidders to make own arrangements to familiarize with the site for appropriate bidding

9/3/2022 at 10.00am

2.       

CB TRANSNZOIA – NDALU – CB KAKAMEGA (MINYALI – NDALU) (622) B

KeRRA/011/39/BGM/TNG/10%SAV/20/21-093

394,000.00

N/A

PWD

QUALIFICATION FOR TENDERING

Mandatory Requirements

   Eligible bidders MUST meet and submit the following with the bid:

  1. Certified copy of Certificate of Incorporation
  2. Certified copy of valid practicing license as a contractor (Roads & Civil Works NCA 8 and above) 
  3. Certified copy of VAT & PIN registration certificate
  4. Copy of Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
  5. Certified copy of CR 12 (Issued within the last 12 months from the tender opening date)
  6. Certified copies of National Identity Cards/Passports of Directors.
  7. Certified copy of Valid Single Business Permit
  8. Certified copy of Valid Certificate of Registration for Access to Government Procurement Opportunities (AGPO), from the National Treasury (For Disadvantaged groups, Persons with Disability)
  9. Contractors bidding for the PWD tender should attach Certified copies of their Identity Cards issued by the National Council for Persons with Disability.
  10. Certified copies of Log books for ownership of Machines and Equipment. Those hiring Must provide certified copies of Lease Agreements and certified copies of Log books, valid not more than three months from the date of tender opening.
  11. Current Sworn Affidavit not more than 3 months from the tender opening date
  12. Proof of having opened a bank account in the contractor’s name
  13. Form of tender correctly filled, signed & stamped
  14. Confidential Business Questionnaire correctly filled, signed & stamped
  15. Authority to seek reference from Contractors’ bankers
  16. Bidders Must serialize sequentially all pages of their tender documents submitted.

 

NOTE:

  1. All certification of documents shall be original and executed by a Commissioner for Oaths or Notaries Public.
  2. Certificates/ Licenses may be verified from or with the Issuing Authorities or Agencies

 

Other Requirements

As specified in the respective tender document covering the following:

  1. Similar previous experience where applicable
  2. Professional and Technical personnel
  3. Current work load
  4. Litigation History
  5. Eligibility:
  6. Pre-tender site visit shall be as indicated in the table above
  7. Any form of Canvassing will lead to disqualification

 

Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 3/3/2022. Duly completed tender documents in plain sealed envelopes marked with the respective tender number, project name should be addressed to:

                                                             

                                          The Regional Director,

                                          KeRRA Upper Western Region

                                          P.O Box 1473-50200

                                          BUNGOMA

The same should be deposited in the tender box at the KeRRA Bungoma Office on or before the date of opening as indicated in the table above. Tenders will be opened immediately thereafter at the same venue in the presence of tenderers or their representatives who choose to attend. Late bids will not be accepted.

ENG. JARED OMONDI

REGIONAL DIRECTOR

BUNGOMA RE-TENDER 22% FY 2020/2021

                                                                       WI/27                                                                

                               KENYA RURAL ROADS AUTHORITY

                                              UPPER WESTERN REGION

                                                          BUNGOMA OFFICE

                                            

                                                                            RE- TENDER NOTICE                                                                                            22nd April, 2021

download advert 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 hereby invites tenders from contractors prequalified in Upper Western Region (Bungoma Office) under categories C, D & E – Financial Year 2020-2021 and AGPO eligible firms for routine maintenance and Spot improvement works, funded vide 22% RMLF on the roads indicated below:

 

 

S/N

 

ROAD NAME & NO.

 

TENDER NO.

 

CONSTITUENCY

 

BUDGETARY ESTIMATE    (KSHS)

 

RESERVATIONS

PRETENDER SITE VISIT DATE

OPENING DATE

 

1.       

NASUSI-MWANGALE BRIDGE-MAROFU (UG9115)

KeRRA/011/BGM/KML/22%/39/20/21-040

 

 

 

 

 

KIMILILI

3,468,000.00

YOUTH

Due to the Covid 19 Pandemic, Bidders to make own arrangements to familiarize with the site for appropriate bidding

30/4/2021     at 10.00am

Download

2.       

MOI GIRLS KAMUSINGA-KAMUTIONG (E1237)

KeRRA/011/BGM/KML/22%/39/20/21-042

8,564,000.00

WOMEN

Download

3.       

RASHID –CHEBUKWABI (R40)

KeRRA/011/BGM/KML/22%/39/20/21-043

3,259,000.00

YOUTH

Download

4.       

C809 TEMBA TEMBA-KITAYI-KIBINGEI (UP25)

KeRRA/011/BGM/KML/22%/39/20/21-045

3,690,000.00

WOMEN

Download

5.       

SATELITE-MURUMBA(UG91410)

KeRRA/011/BGM/WBY E/22%RE -TENDER/39/20/21-022

 

 

 

 

 

WEBUYE EAST

2,931,000.00

OPEN

Download

6.       

A1 LUGULU-E308 MALOMONYE

KeRRA/011/BGM/WBY E/22%RE -TENDER/39/20/21-023

3,910,000.00

OPEN

Download

7.       

MIKUVA – MLACHI – MAGEMO(U-G91192)

KeRRA/011/BGM/WBY E/39/22%RMLF SAV-19/20 - 122

4,008,000.00

OPEN

Download

8.       

MIHUU– KHAMUNIALO (U-G91415)

KeRRA/011/BGM/WBY E/22%SAVINGS/39/19/20-123

2,275,000.00

OPEN

Download

9.       

CHWELE-SENGETETI(G9066)

KeRRA/011/BGM/KBCH/22%/39/20/21-034

 

 

KABUCHAI

1,699,000.00

OPEN

Download

10.     

MAKOTELO – KHACHONGE(D1828)

KeRRA/011/BGM/KBCH/22%/39/20/21-035

9,000,000.00

OPEN

Download

    QUALIFICATION FOR TENDERING

 

Mandatory Requirements

   Eligible bidders MUST meet and submit the following with the bid:

  1. Certified copy of Certificate of Incorporation
  2. Certified copy of valid practicing license as a contractor (Roads & Civil Works NCA 8 and above)  
  3. Certified copy of VAT & PIN registration certificate
  4. Copy of Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
  5. Certified copy of CR 12 (Issued within the last 12 months from the tender opening date)
  6. Certified copies of National Identity Cards/Passports of Directors.
  7. Certified copy of Valid Single Business Permit
  8. Certified copy of Valid Certificate of Registration for Access to Government Procurement Opportunities (AGPO), from the National Treasury (For Disadvantaged groups, Women, Youth and Persons With Disability)
  9. Contractors bidding for PWD tenders should attach Certified copies of their Identity Cards issued by the National Council for Persons with Disability.
  10. Certified copies of Log books for ownership of Machines and Equipment. Those hiring Must provide certified copies of Lease Agreements and certified copies of Log books, valid not more than three months from the date of tender opening.
  11. Current Sworn Affidavit not more than 3 months from the tender opening date
  12. Proof of having opened a bank account in the contractor’s name
  13. Form of tender correctly filled, signed & stamped
  14. Confidential Business Questionnaire correctly filled, signed & stamped
  15. Authority to seek reference from Contractors’ bankers
  16. Bidders Must serialize sequentially all pages of their tender documents submitted.

NOTE:

  1. All certification of documents shall be original and executed by a Commissioner for Oaths or Notaries Public.
  2. Certificates/ Licenses may be verified from or with the Issuing Authorities or Agencies

Other Requirements

As specified in the respective tender document covering the following:

  1. Similar previous experience where applicable
  2. Professional and Technical personnel
  3. Current work load
  4. Litigation History (Provide sworn Affidavit) – executed within 3 months of the tender opening date
  5. Eligibility:
  6. To enhance EQUITY, Bidders shall bid for a maximum of Two (2No.) If upon evaluation they emerge responsive in both, they shall qualify for award of only one tender. Bidders who participate in more than Two (2No.) tenders shall be disqualified. The bidders who were successful in the recently concluded tenders (Advertised on 28th January 2021) should not participate.
  7. Pre-tender site visit shall be as indicated in the table above
  8. Any form of Canvassing will lead to disqualification

 

Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 23/4/2021. Duly completed tender documents in plain sealed envelopes marked with the respective tender number, project name should be addressed to:

                                          

                                         

                                         

                                          The Regional  Director,

                                          KeRRA Upper Western Region

                                          P.O Box 1473-50200

                                          BUNGOMA

The same should be deposited in the tender box at the KeRRA Bungoma Office on or before the date of opening as indicated in the table above. Tenders will be opened immediately thereafter at the same venue in the presence of tenderers or their representatives who choose to attend. Late bids will not be accepted.

ENG. JARED OMONDI

REGIONAL DIRECTOR

BUNGOMA REGION 10 % RMLF FY 2020-2021

                                                                                                                                                                                                                                                     WI/27

                               KENYA RURAL ROADS AUTHORITY

                             UPPER WESTERN REGION

                             BUNGOMA OFFICE

                                           

                                                                                                                               INVITATION TO NOTICE                                                                  29th April, 2021

DOWNLOAD ADVERT 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 hereby invites tenders from contractors prequalified in Upper Western Region (Bungoma Office) under categories C, D & E – Financial Year 2020-2021 and AGPO eligible firms for routine maintenance and Spot improvement works, funded vide 10% RMLF on the roads

indicated below:

 

 

S/N

 

ROAD NAME

 &

 NO.

 

TENDER NO.

 

CONSTITUENCY

 

BUDGETARY ESTIMATE    (KSHS)

 

RESERVATIONS

PRETENDER SITE VISIT DATE

OPENING DATE

 

1.       

ANGARO – CB. MT. ELGON (TORORO) (C814)

KeRRA/011/BGM/SRS/10%/39/20/21-056

SIRISIA

3,342,000.00

WOMEN

Due to the Covid 19 Pandemic, Bidders to make own arrangements to familiarize with the site for appropriate bidding.

7/5/2021

DOWNLOAD

2.       

WAPUKHA – KOLANI BRIDGE (C818)

KeRRA/011/BGM/SRS/10%/39/20/21-057

3,125,000.00

WOMEN

DOWNLOAD

3.       

WAMONO – KAPSITET (LWANDANYI – MAYAKWE) (D1836)

KeRRA/011/BGM/SRS/10%/39/20/21-058

3,260,000.00

OPEN

DOWNLOAD

4.       

BUMULA – LUMBOKA (C808)

KeRRA/011/BGM/BML/10%/39/20/21-059

BUMULA

3,000,000.00

OPEN

DOWNLOAD

5.       

CB RV. MALAKISI- BUMULA(LELEKWE-MYANGA) (808)

KeRRA/011/BGM/BML/10%/39/20/21-060

2,041,000.00

OPEN

DOWNLOAD

6.       

KIMWANGA – BUMULA(C782)

KeRRA/011/BGM/BML/10%/39/20/21-061

1,900,000.00

PWD

DOWNLOAD

7.       

BUMULA – TULUMBA – MAYANJA MAILO (TULUMBA-TAABUTI-BUMULA)

KeRRA/011/BGM/BML/10% /39/20/21-062

2,800,000.00

WOMEN

DOWNLOAD

8.       

MWIBALI-RV KUYWA(C810)

KeRRA/011/BGM/KDY/10%/39/20/21-063

KANDUYI

3,000,000.00

OPEN

DOWNLOAD

9.       

RV KHALABA-BULONDO-C777 SANG’ALO (789)

KeRRA/011/BGM/KDY/10%/39/20/21-064

3,635,000.00

OPEN

DOWNLOAD

10.     

KHAOYA-RANJE-JN C77 KITINDA-NAMWACHA-WACHEKA(UG91079)

KeRRA/011/BGM/KDY/10%/39/20/21-065

854,000.00

YOUTH

DOWNLOAD

11.     

BUEMA-BUTIELI-KIBABII JCT (SIRITANYI-BUTIELI JCT) (R33C)

KeRRA/011/BGM/KDY/10%/39/20/21-066

2,344,000.00

OPEN

DOWNLOAD

12.     

CHEPTONON – KAPKATENY(C813)

KeRRA/011/BGM/MT ELG/10%RMFL/39/20/21-067

MT. ELGON

3,505,000.00

OPEN

Due to the Covid 19 Pandemic, Bidders to make own arrangements to familiarize with the site for appropriate bidding.

7/5/2021

DOWNLOAD

13.     

KAPTELELIO - CHEMOGE(E9050)

KeRRA/011/BGM/MT ELG/10%RMFL/39/20/21-068

4,735,000.00

OPEN

DOWNLOAD

14.     

E277 BUKONOI - MARIGO CTR(U_G9570)

KeRRA/011/BGM/MT ELG/10%RMFL/39/20/21-069

1,585,000.00

WOMEN

DOWNLOAD

15.     

KAPKATENY – CHEBUKAKA(C813)

KeRRA/011/BGM/KBCH/10%/39/20/21-073

 

 

 

KABUCHAI

2,812,000.00

OPEN

DOWNLOAD

16.     

 CHEBUKAKA-CONSTITUENCY BOUNDARY WBY(C813)

KeRRA/011/BGM/KBCH/10%/39/20/21-074

3,913,000.00

YOUTH

DOWNLOAD

17.     

CONSTITUENCY BOUNDARY WBY WEST-CHENJENI(C813)

KeRRA/011/BGM/KBCH/10% /39/20/21-075

2,974,000.00

OPEN

DOWNLOAD

18.     

NANG'OTO-PEFA (NZOIA PRI.SCHOOL) (UL4)

KeRRA/011/BGM/WBY E/10%RMLF/39//20/21-076

WEBUYE EAST

3,397,000.00

OPEN

DOWNLOAD

19.     

SATELLITE-SIPALA(K1)

KeRRA/011/BGM/WBY E/10%RMLF/39/20/21-077

4,300,000.00

OPEN

DOWNLOAD

20.     

A1 SAVANNA-NJATA(UG91160)

KeRRA/011/BGM/WBY E/10%RMLF/39/20/21-078

2,176,000.00

WOMEN

DOWNLOAD

21.     

A8 MATISI-WAMANG’OLI-E314 MALAHA (URP 5)

KeRRA/011/BGM/WBY W/10%/39//20/21-079

WEBUYE WEST

3,800,000.00

OPEN

DOWNLOAD

22.     

SIRENDE-BUNANG’ENI(UE9091)

KeRRA/011/BGM/WBY W/10%RMLF/39/20/21-080

3,000,000.00

WOMEN

DOWNLOAD

23.     

MANANI PRI- MAKHONGE(UE9091)

KeRRA/011/BGM/WBY W/10%RMLF/39/20/21-081

3,000,000.00

OPEN

DOWNLOAD

24.     

E1237J1MUKHUYU-NEEMA-SOSIO RIVER(UNCL)

KeRRA/011/BGM/KML/10%/39/20/21-082

KIMILILI

3,576,000.00

YOUH

DOWNLOAD

25.     

C42 RASHID-CHEBUKWABI(UNCL)

KeRRA/011/BGM/KML/10%/39/20/21-083

3,175,000.00

OPEN

DOWNLOAD

26.     

E316J1CHEBUKWABI-DARAJA MBILI(UNCL)

KeRRA/011/BGM/KML/10%/39/20/21-084

2,948,000.00

PWD

DOWNLOAD

27.     

CONSTITUENCY BOUNDARY SIKHENDU- NAITIRI JNCT D283(NDALU -MULIRO-CB TRANZOIA)(e9122)

KeRRA/011/BGM/TGN/10%/39/20/21/070

TONGAREN

3,375,000.00

OPEN

DOWNLOAD

28.     

D283 BRIGADIER-CONSTITUENCY BOUNDARY RV. NZOIA(C622)

KeRRA/011/39/BGM/TNG/10%/20/21-071

3.800,000.00

YOUTH

DOWNLOAD

29.     

E278 NDALU – D283 BRIGADIER (MABATI TATU- BRIGADIER) (C622)

KeRRA/011/39/BGM/TNG/10%/20/21-072

2,690,000.00

OPEN

DOWNLOAD

    QUALIFICATION FOR TENDERING

Mandatory Requirements

   Eligible bidders MUST meet and submit the following with the bid:

  1. Certified copy of Certificate of Incorporation
  2. Certified copy of valid practicing license as a contractor (Roads & Civil Works NCA 8 and above) 
  3. Certified copy of VAT & PIN registration certificate
  4. Copy of Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
  5. Certified copy of CR 12 (Issued within the last 12 months from the tender opening date)
  6. Certified copies of National Identity Cards/Passports of Directors.
  7. Certified copy of Valid Single Business Permit
  8. Certified copy of Valid Certificate of Registration for Access to Government Procurement Opportunities (AGPO), from the National Treasury (For Disadvantaged groups, Women, Youth and Persons With Disability)
  9. Contractors bidding for PWD tenders should attach Certified copies of their Identity Cards issued by the National Council for Persons with Disability.
  10. Certified copies of Log books for ownership of Machines and Equipment. Those hiring Must provide certified copies of Lease Agreements and certified copies of Log books, valid not more than three months from the date of tender opening.
  11. Current Sworn Affidavit not more than 3 months from the tender opening date
  12. Proof of having opened a bank account in the contractor’s name
  13. Form of tender correctly filled, signed & stamped
  14. Confidential Business Questionnaire correctly filled, signed & stamped
  15. Authority to seek reference from Contractors’ bankers
  16. Bidders Must serialize sequentially all pages of their tender documents submitted.

NOTE:

  1. All certification of documents shall be original and executed by a Commissioner for Oaths or Notaries Public.
  2. Certificates/ Licenses may be verified from or with the Issuing Authorities or Agencies

 

Other Requirements

As specified in the respective tender document covering the following:

  1. Similar previous experience where applicable
  2. Professional and Technical personnel
  3. Current work load
  4. Litigation History (Provide sworn Affidavit) – executed within 3 months of the tender opening date
  5. Eligibility:
  6. To enhance EQUITY, Bidders shall bid for a maximum of Two (2No.) If upon evaluation they emerge responsive in both, they shall qualify for award of only one tender. Bidders who participate in more than Two (2No.) tenders shall be disqualified. The bidders who were successful in the recently concluded tenders (Advertised on 28th January 2021) should not participate.
  7. Pre-tender site visit shall be as indicated in the table above
  8. Any form of Canvassing will lead to disqualification

 

Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 30/4/2021. Duly completed tender documents in plain sealed envelopes marked with the respective tender number, project name should be addressed to:

                                                                                 

                                          The Regional Director,

                                          KeRRA Upper Western Region

                                          P.O Box 1473-50200

                                          BUNGOMA

The same should be deposited in the tender box at the KeRRA Bungoma Office on or before the date of opening as indicated in the table above. Tenders will be opened immediately thereafter at the same venue in the presence of tenderers or their representatives who choose to attend. Late bids will not be accepted.

ENG. JARED OMONDI

REGIONAL DIRECTOR

BUNGOMA REGION 10% & 22% SAVINGS FY 2020-2021.

                                                                                                                          

                                                                                                                                                                                                                                           WI/27

                                                                                                  KENYA RURAL ROADS AUTHORITY

                                                                                                      UPPER WESTERN REGION

                                                                                                            BUNGOMA OFFICE

                                           

                                                                                                            INVITATION TO TENDER                                                                   8th September,2021

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 tenders from contractors prequalified in Upper Western Region (Bungoma Office) under categories C, D & E – Financial Year 2020-2021 and AGPO eligible firms for routine maintenance and Spot improvement works, funded vide 22% & 10% RMLF Savings Financial year 2021 on the roads indicated below:

DOWNLOAD ADVERT HERE

S/N

ROAD NAME & NO

TENDER NO.

CONSTITUENCY

BUDGETARY ESTIMATE (KSHS)

RESERVATIONS

PRETENDER SITE VISIT

OPENING DATE

 

1.       

BOKOLI – KABUCHAI (C813)

KeRRA/011/39/BGM/WBY W/22%SAV/20/21-089

WEBUYE WEST

4,344,000.00

YOUTH

Due to the Covid 19 Pandemic, Bidders to make own arrangements to familiarize with the site for appropriate bidding

Due to the Covid 19 Pandemic, Bidders to make own arrangements to familiarize with the site for appropriate bidding

16/9/2021

16/9/2021

DOWNLOAD

2.       

MISIKHU – NAMBAMI (UG91150)

KeRRA/011/39/BGM/WBY W/10%SAV/20/21-088

1,807,000.00

OPEN

DOWNLOAD

3.       

LUKUSI – TONGAREN (L6003)

KeRRA/011/39/BGM/WBY E22%SAV/20/21-087

WEBUYE EAST

3,080,000.00

OPEN

DOWNLOAD

4.       

KWA DINA – CB WBY WEST (810)

KeRRA/011/39/BGM/WBY E/10%SAV/20/21-086

698,000.00

WOMEN

DOWNLOAD

5.       

TULUKUYI – IMPRESSOR – BITOBO -NAPARA (R22)

KeRRA/011/39/BGM/BML 22%SAV/20/21-103

BUMULA

5,241,000.00

OPEN

DOWNLOAD

6.       

LUMBOKA NASYANDA

KeRRA/011/39/BGM/ BML /10%SAV/20/21-104

965,000.00

PWD

DOWNLOAD

7.       

MARAKARU – JCT – KIKWECHI (D1833)

KeRRA/011/39/BGM/KDY/22%SAV/20/21-101

KANDUYI

5,741,000.00

YOUTH

DOWNLOAD

8.       

SIRITANYI – TUUTI (UG9941)

KeRRA/011/39/BGM/ KDY /10%SAV/20/21-102

1,038,000.00

OPEN

DOWNLOAD

9.       

KAPSONIT - MASAEK (D1832)

KeRRA/011/39/BGM/MT ELGN /22%SAV/20/21-054

MT. ELGON

3,652,000.00

WOMEN

DOWNLOAD

10.     

KAPTELELIO – CHEMOGE (E9050)

KeRRA/011/39/BGM/ MT ELGON /10%SAV/20/21-096

819,000.00

OPEN

DOWNLOAD

11.     

SIBANGA – TOLOSO JUNCTION (E9066)

KeRRA/011/39/BGM/SRS /22%SAV/20/21-094

SIRISIA

5,899,000.00

WOMEN

DOWNLOAD

12.     

ST ANTHONY – YABEKO – BUTUNDE (G9770)

KeRRA/011/39/BGM/ SRS /10%SAV/20/21-095

817,000.00

OPEN

DOWNLOAD

13.     

BUNAMBO – JNCT C622 NDALU (C627)

KeRRA/011/39/BGM/TNG /22%SAV/20/21-092

TONGAREN

2,004,000.00

OPEN

DOWNLOAD

14.     

AMBICH – BRIGADIER – CB RV NZOIA (C635)

KeRRA/011/39/BGM/TNG /22%SAV/20/21-090

1,570,000.00

YOUTH

DOWNLOAD

15.     

CB MINYALI – E278 NDALU (C622) A

KeRRA/011/39/BGM/TNG /22%SAV/20/21-091

1,147,000.00

WOMEN

DOWNLOAD

16.     

CB MINYALI – E278 NDALU (622) B

KeRRA/011/39/BGM/TNG /10%SAV/20/21-093

394,000.00

PWD

DOWNLOAD

17.     

MATILI – SIKHENDU – MAENI (L3)

KeRRA/011/39/BGM/KML/22%SAV/20/21-097

KIMILILI

4,184,000.00

YOUTH

DOWNLOAD

18.     

DREAM LAND – KHWIRORO (E1237)

KeRRA/011/39/BGM/KML/10%SAV/20/21-098

1,082,000.00

OPEN

DOWNLOAD

19.     

CHWELE – SENGETETI (E9066) A

KeRRA/011/39/BGM/KBCH/22%SAV/20/21-099

KABUCHAI

998,000.00

OPEN

DOWNLOAD

20.     

CHWELE – SENGETETI (E9066) B

KeRRA/011/39/BGM/KBCH/10%SAV/20/21-100

951,000.00

OPEN

DOWNLOAD

    QUALIFICATION FOR TENDERING

Mandatory Requirements

   Eligible bidders MUST meet and submit the following with the bid:

  1. Certified copy of Certificate of Incorporation
  2. Certified copy of valid practicing license as a contractor (Roads & Civil Works NCA 8 and above) 
  3. Certified copy of VAT & PIN registration certificate
  4. Copy of Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
  5. Certified copy of CR 12 (Issued within the last 12 months from the tender opening date)
  6. Certified copies of National Identity Cards/Passports of Directors.
  7. Certified copy of Valid Single Business Permit
  8. Certified copy of Valid Certificate of Registration for Access to Government Procurement Opportunities (AGPO), from the National Treasury (For Disadvantaged groups, Women, Youth and Persons with Disability)
  9. Contractors bidding for PWD tenders should attach Certified copies of their Identity Cards issued by the National Council for Persons with Disability.
  10. Certified copies of Log books for ownership of Machines and Equipment. Those hiring Must provide certified copies of Lease Agreements and certified copies of Log books, valid not more than three months from the date of tender opening.
  11. Current Sworn Affidavit not more than 3 months from the tender opening date
  12. Proof of having opened a bank account in the contractor’s name
  13. Form of tender correctly filled, signed & stamped
  14. Confidential Business Questionnaire correctly filled, signed & stamped
  15. Authority to seek reference from Contractors’ bankers
  16. Bidders Must serialize sequentially all pages of their tender documents submitted.

 

NOTE:

  1. All certification of documents shall be original and executed by a Commissioner for Oaths or Notaries Public.
  2. Certificates/ Licenses may be verified from or with the Issuing Authorities or Agencies

 

Other Requirements

As specified in the respective tender document covering the following:

  1. Similar previous experience where applicable
  2. Professional and Technical personnel
  3. Current work load
  4. Litigation History (Provide sworn Affidavit) – executed within 3 months of the tender opening date
  5. Eligibility:
  6. Pre-tender site visit shall be as indicated in the table above
  7. Any form of Canvassing will lead to disqualification

 

Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 9/9/2021. Duly completed tender documents in plain sealed envelopes marked with the respective tender number, project name should be addressed to:

                                                             

                                          The Regional Director,

                                          KeRRA Upper Western Region

                                          P.O Box 1473-50200

                                          BUNGOMA

The same should be deposited in the tender box at the KeRRA Bungoma Office on or before the date of opening as indicated in the table above. Tenders will be opened immediately thereafter at the same venue in the presence of tenderers or their representatives who choose to attend. Late bids will not be accepted.

ENG. JARED OMONDI

REGIONAL DIRECTOR

                              

BUNGOMA REGION 10% RMLF FY 2022-2023

                                                                    WI/27

                               KENYA RURAL ROADS AUTHORITY

                               UPPER WESTERN REGION

                                    BUNGOMA OFFICE

                                           

                                                                      INVITATION TO TENDER                                                                                                      10th January, 2023

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 tenders from contractors prequalified in Upper Western Region (Bungoma Office) under categories C, D & E – Financial Year 2022-2023 and AGPO eligible firms for routine maintenance and Spot improvement works, funded vide 10% RMLF on the roads indicated below:

DOWNLOAD ADVERT HERE

 

S/N

 

ROAD NAME & NO.

 

TENDER NO.

 

 

CONSTITUENCY

 

BUDGETARY ESTIMATE (KSHS)

 

BID SECURITY

(KSHS)

 

RESERVATIONS

PRETENDER SITE VISIT DATE

 

OPENING DATE

1.       

MATEKA – KIBACHENJE – SIOYA – MUKHUMA (G9115)

KeRRA/08/39/BGM/BML/10% RMLF/22/23-060

DOWNLOAD

 

 

 

 

BUMULA

6,221,000.00

N/A

WOMEN

24/1/2023

at 10.00am

24/1/2023

at 10.00am

31/1/2023 at 10.00am

31/1/2023 at 10.00am

2.       

CHILIBA JNCT – BURANGASI – KHELELA – MIKOKWE (F9055)

KeRRA/08/39/BGM/BML/10% RMLF/22/23-061

DOWNLOAD

6,216,000.00

100,000.00

OPEN

3.       

ANGARO- CONSTITUENCY BOUNDARY MT. ELGON (C814)

KeRRA/08/39/BGM/SRS/10% RMLF/22/23-087

DOWNLOAD

 

 

 

SIRISIA

      4,607,000.00

N/A

YOUTH

4.       

KONA - SHIUNDU – MASABA(E159)

KeRRA/08/39/BGM/SRS/10% RMLF/22/23-088

DOWNLOAD

      4,500,000.00

N/A

OPEN

5.       

KAMUKUYWA-CHESAMISI(CB MT.ELGON (PONDENI)- KAMUKUYWA(D285)

KeRRA/08/39/BGM/KML/10% RMLF/22/23-074

DOWNLOAD

 

 

 

 

 

KIMILILI

3,300,000.00

N/A

PWD

6.       

KHWIRORO-KAMTIONG(DREAMLAND –KHWIRORO)( R17)

KeRRA/08/39/BGM/KML/10% RMLF/22/23-077

DOWNLOAD

2,300,000.00

N/A

YOUTH

7.       

C809 JNCT TEMBATEMBA-CHEBUKWABI(CHEBKWABI-DARAJA MUNGU)( E316)

KeRRA/08/39/BGM/KML/10% RMLF/22/23-076

DOWNLOAD

2,600,000.00

N/A

OPEN

8.       

SICHEI –MADISI(E1234)

 KeRRA/08/39/BGM/KBCH/10% RMLF/22/23-099 DOWNLOAD

 

 

 

 

KABUCHAI

3,850,000.00

N/A

OPEN

9.       

LUUYA DISPENSARY – RIVER CHWELE (NAGILI)

KeRRA/08/39/BGM/KBCH/10% RMLF/22/23-100

DOWNLOAD

4,160,000.00

N/A

PWD

10.     

CB WBY WEST(MILANI)-CHEBUKAKA(C813)

KeRRA/08/39/BGM/KBCH/10% RMLF/22/23-098

DOWNLOAD

        3,800,000.00

N/A

OPEN

11.     

CHEPTONON-KAPKATENY(C813)

KeRRA/08/39/BGM/MT ELG/10% RMLF/22/23-020

DOWNLOAD

 

 

 

 

 

 

MT ELGON

 

 

 

 

5,453,000.00

N/A

WOMEN

12.     

CONSTITUENCY BOUNDARY  SIRISIA-MALINDA FYM PRIMARY SCHOOL (CHEPTAIS –KAPSITET ) (C814)

KeRRA/08/39/BGM/MT ELG/10% RMLF/22/23-021

DOWNLOAD

2,055,000.00

N/A

OPEN

13.     

LUGULU-MALOMONYE(R8)

KeRRA/08/39/BGM/WE/10% RMLF/22/23-007

DOWNLOAD

 

 

 

WEBUYE EAST

 

 

4,644,000.00

N/A

YOUTH

14.     

NABUYOLE JCN-FROI- LUKUSI E308 (MISIMO-BAKISA)( R9)

KeRRA/08/39/BGM/WE/10% RMLF/22/23-008

DOWNLOAD

4,627,000.00

N/A

OPEN

15.     

MACHAKHA-A1 MISIKHU (E316A)

KeRRA/08/39/BGM/WW/10% RMLF/22/23-018

DOWNLOAD

 

 

 

WEBUYE WEST

 

4,650,000.00

N/A

OPEN

16.     

MATISI-WAMANG’OLI-MALAHA(URP 5)

KeRRA/08/39/BGM/WW/10% RMLF/22/23-019

DOWNLOAD

4,618,000.00

N/A

WOMEN

17.     

BUNGOMA-RIVER KUYWA (MUTOMOLO-RV KUYWA)( C811)

KeRRA/08/39/BGM/KDY/10% RMLF/22/23-051

DOWNLOAD

 

 

 

 

KANDUYI

4,296,000.00

N/A

OPEN

18.     

CEREALS BOARD-KHAOYA-RANJE MKT (KHAOYA-MUKHOLI-DONOSIO JCT UG91077)( UG91074)

KeRRA/08/39/BGM/KDY/10% RMLF/22/23-050

DOWNLOAD

4,738,000.00

N/A

OPEN

19.     

C619 NAITIRI-TONGAREN-AMBICH(A1 MFUPI-MUKUYUNI-NAITIRI)( C635)

KeRRA/08/39/BGM/TGN/10% RMLF/22/23-030

DOWNLOAD

 

 

 

 

TONGAREN

4,360,000.00

N/A

YOUTH

20.     

LUKUSI-NZOIA(MUKUYUNI-MAKUNGA-LUSOKHO-LUNYU JCT)( D1837)

KeRRA/08/39/BGM/TGN/10% RMLF/22/23-031

DOWNLOAD

4,376,000.00

N/A

OPEN

QUALIFICATION FOR TENDERING

Mandatory Requirements

   Eligible bidders MUST meet and submit the following with the bid:

  1. Certified copy of Certificate of Incorporation
  2. Certified copy of valid practicing license as a contractor (Roads & Civil Works NCA 8 and above) 
  3. Certified copy of VAT & PIN registration certificate
  4. Copy of Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
  5. Certified copy of CR 12 (Issued within the last 12 months from the tender opening date)
  6. Certified copies of National Identity Cards/Passports of Directors.
  7. Certified copy of Valid Single Business Permit
  8. Certified copy of Valid Certificate of Registration for Access to Government Procurement Opportunities (AGPO), from the National Treasury (For Disadvantaged groups, Women, Youth and Persons with Disability)
  9. Contractors bidding for PWD tenders should attach Certified copies of their Identity Cards issued by the National Council for Persons with Disability.
  10. Certified copies of Log books for ownership of Machines and Equipment. Those hiring Must provide certified copies of Lease Agreements and certified copies of Log books, valid not more than three months from the date of tender opening.
  11. Current Sworn Affidavit not more than 3 months from the tender opening date
  12. Proof of having opened a bank account in the contractor’s name
  13. Form of tender correctly filled, signed & stamped
  14. Confidential Business Questionnaire correctly filled, signed & stamped
  15. Authority to seek reference from Contractors’ bankers
  16. Bidders Must serialize sequentially all pages of their tender documents submitted.

NOTE:

  1. All certification of documents shall be original and executed by a Commissioner for Oaths or Notaries Public.
  2. Certificates/ Licenses may be verified from or with the Issuing Authorities or Agencies

 

Other Requirements

As specified in the respective tender document covering the following:

  1. Similar previous experience where applicable
  2. Professional and Technical personnel
  3. Current work load
  4. Litigation History
  5. Eligibility:
  6. Pre-tender site visit shall be as indicated in the table above
  7. Any form of Canvassing will lead to disqualification

 

Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 13/1/2023. Duly completed tender documents in plain sealed envelopes marked with the respective tender number, project name should be addressed to:

                                                

                                         The Regional Director,

                                          KeRRA Upper Western Region

                                          P.O Box 1473-50200

                                          BUNGOMA

The same should be deposited in the tender box at the KeRRA Bungoma Office on or before the date of opening as indicated in the table above. Tenders will be opened immediately thereafter at the same venue in the presence of tenderers or their representatives who choose to attend. Late bids will not be accepted.

ENG. JARED OMONDI

REGIONAL DIRECTOR

BUNGOMA REGION 10% RMLF FY 2022-2023

                                                                    WI/27  

                               KENYA RURAL ROADS AUTHORITY

                                              UPPER WESTERN REGION

                                                          BUNGOMA OFFICE

                                           

                                                                INVITATION TO TENDER                                                                                                                23rd March, 2023

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 tenders from contractors prequalified in Upper Western Region (Bungoma Office) under categories C, D & E – Financial Year 2022-2023 and AGPO eligible firms for routine maintenance and Spot improvement works, funded vide 10% RMLF on the roads indicated below:

download advert here

 

S/N

 

ROAD NAME & NO.

 

TENDER NO.

 

CONSTITUENCY

 

BUDGETARY ESTIMATE (KSHS)

 

RESERVATIONS

PRETENDER SITE VISIT DATE

 

 

OPENING DATE

1.       

NAMATOTOA – MABUSI – LUNAO (F9024)

KeRRA/08/39/BGM/BML/10% RMLF /22/23-062

 

BUMULA

6,227,000.00

YOUTH

30/3/2023 at 10.00am

30/3/2023 at 10.00am

download

6/4/2023 at 10.00am

6/4/2023 at 10.00am

2.       

LUKAALA – SIBANGA – TOLOSO SCHL – SENGETETI SCHL (E9066)

KeRRA/08/39/BGM/SRS/10% RMLF /22/23-085

 

 

 

SIRISIA

4,859,000.00

OPEN

download

3.       

KATOME JNCT – CHANGARA BRIDGE (G9768)

KeRRA/08/39/BGM/SRS/10% RMLF /22/23-086

4,795,000.00

WOMEN

download

4.       

NAMAWANGA – KANGABASI SA CHURCH (UNCL)

KeRRA/08/39/BGM/KML/10%RMLF/22/23-075

 

 

 

 

KIMILILI

2,800,000.00

OPEN

download

5.       

MUKHUYU – NEEMA CHURCH – RIVER SOSIO (E1237J1)

KeRRA/08/39/BGM/KML/110%RMLF/22/23-078

3,300,000.00

OPEN

download

6.       

SIKHENDU – MUSEMBE (UP51)

KeRRA/08/39/BGM/KML/10%RMLF/22/23-079

3,863,000.00

YOUTH

download

7.       

NAMOSI – NALONDO (UG9832)

KeRRA/08/39/BGM/KBCH/10%RMLF/22/23-102

 

 

 

KABUCHAI

2,800,000.00

PWD

download

8.       

MUKHWEYA – LURENDE (R39)

KeRRA/08/39/BGM/KBCH/10%RMLF/22/23-101

3,750,000.00

OPEN

download

9.       

CHELEBEI – KEBEE (G9583)

KeRRA/08/39/BGM/MT ELG/10%RMLF/22/23-023

 

 

 

 

MT ELGON

 

 

 

 

4,863,000.00

OPEN

download

10.     

CHEPTAIS – CHESIRO – CHEPKUBE (E9044)

KeRRA/08/39/BGM/MT ELG/10%RMLF/22/23-022

6,193,000.00

YOUTH

download

11.     

JN C810 NANG’OTO – NZOIA PEFA (UL4)

KeRRA/08/39/BGM/WBY E/10% RMLF /22/23-009

 

 

 

WEBUYE EAST

 

 

4,639,000.00

WOMEN

download

12.     

MIKUVA – MLACHI – MAGEMO (UG91192)

KeRRA/08/39/BGM/WBY E/10% RMLF /22/23-010

4,651,000.00

OPEN

download

13.     

SIKENGA – SAWA – CB KABUCHAI

KeRRA/08/39/BGM/WBY W/10% RMLF /22/23-016

 

 

 

WEBUYE WEST

 

4,641,000.00

OPEN

download

14.     

A8 WEBUYE – E314 MALAHA (E310J2)

KeRRA/08/39/BGM/WBY W/10% RMLF /22/23-017

4,652,000.00

WOMEN

download

15.     

BUEMA –BUTIELI SCHL – BUTIELI JCT – KIBABII JCT (R33C)

KeRRA/08/39/BGM/KDY/10% RMLF/22/23-049

 

 

KANDUYI

5,312,000.00

WOMEN

download

16.     

SIRITANYI – TUUTI (UG9941)

KeRRA/08/39/BGM/KDY/10% RMLF/22/23-052

4,218,000.00

OPEN

download

17.     

BUNAMBO – JNCT 622 NDALU

KeRRA/08/BGM/39/TGN/10% RMLF /22/23-029

 

 

 

TONGAREN

4,909,000.00

YOUTH

download

18.     

A1 AREA – WABUKHONYI – MAHANGA  -LURENDE (L6007)

KeRRA/08/BGM/39/TGN/10% RMLF /22/23-032

4,889,000.00

OPEN

download

QUALIFICATION FOR TENDERING

Mandatory Requirements

   Eligible bidders MUST meet and submit the following with the bid:

  1. Certified copy of Certificate of Incorporation
  2. Certified copy of valid practicing license as a contractor (Roads & Civil Works NCA 8 and above) 
  3. Certified copy of VAT & PIN registration certificate
  4. Copy of Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
  5. Certified copy of CR 12 (Issued within the last 12 months from the tender opening date)
  6. Certified copies of National Identity Cards/Passports of Directors.
  7. Certified copy of Valid Single Business Permit
  8. Certified copy of Valid Certificate of Registration for Access to Government Procurement Opportunities (AGPO), from the National Treasury (For Disadvantaged groups, Women, Youth and Persons with Disability)
  9. Contractors bidding for PWD tenders should attach Certified copies of their Identity Cards issued by the National Council for Persons with Disability.
  10. Certified copies of Log books for ownership of Machines and Equipment. Those hiring Must provide certified copies of Lease Agreements and certified copies of Log books, valid not more than three months from the date of tender opening.
  11. Current Sworn Affidavit not more than 3 months from the tender opening date
  12. Proof of having opened a bank account in the contractor’s name
  13. Form of tender correctly filled, signed & stamped
  14. Confidential Business Questionnaire correctly filled, signed & stamped
  15. Authority to seek reference from Contractors’ bankers
  16. Bidders Must serialize sequentially all pages of their tender documents submitted.

NOTE:

  1. All certification of documents shall be original and executed by a Commissioner for Oaths or Notaries Public.
  2. Certificates/ Licenses may be verified from or with the Issuing Authorities or Agencies

 

 

 

 

Other Requirements

As specified in the respective tender document covering the following:

  1. Similar previous experience where applicable
  2. Professional and Technical personnel
  3. Current work load
  4. Litigation History
  5. Eligibility:
  6. Pre-tender site visit shall be as indicated in the table above
  7. Any form of Canvassing will lead to disqualification

 

Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 24/3/2023. Duly completed tender documents in plain sealed envelopes marked with the respective tender number, project name should be addressed to:

                                                

                                         The Regional Director,

                                          KeRRA Upper Western Region

                                          P.O Box 1473-50200

                                          BUNGOMA

The same should be deposited in the tender box at the KeRRA Bungoma Office on or before the date of opening as indicated in the table above. Tenders will be opened immediately thereafter at the same venue in the presence of tenderers or their representatives who choose to attend. Late bids will not be accepted.

ENG. JARED OMONDI

REGIONAL DIRECTOR

BUNGOMA REGION 10% RMLF Savings financial year 2022/2023

WI/27

KENYA RURAL ROADS AUTHORITY UPPER WESTERN REGION

BUNGOMA OFFICE

   INVITATION TO TENDER                                                                                      12th January,2024

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 tenders from contractors prequalified in Upper Western Region (Bungoma Office) under categories C, D & E – Financial Year 2023-2024 and AGPO eligible firms for routine maintenance and Spot improvement works, funded vide 10% RMLF Savings financial year 2022/2023 on the roads indicated below:

DOWNLOAD ADVERT HERE

S/N

ROAD NAME & NO.

TENDER NO.

CONSTITU ENCY

BUDGETARY ESTIMATE

(KSHS)

RESERVA TIONS

PRETENDE R SITE VISIT

DATE

OPENING DATE

1.

KHELELA-

KeRRA/08/39/

     

23/1/2024

(Contractors to meet at the Regional Office in Kanduyi at 10.00am)

 
 

MATIBO(R16-

BGM/BML/10

 DOWNLOAD      
 

BUNGOMA)

%SAV/22/23-

BUMULA

3,167,000.00

OPEN

 
   

114

       

2.

 

KeRRA/08/39/

       
   

BGM/KML/10

  DOWNLOAD      
 

R.SOSIO –

%SAV/22/23-

KIMILILI

     
 

NASUSI(UNCL)

116

 

3,631,000.00

YOUTH

 

3.

KONA SHIUNDU-

KeRRA/08/39/

  DOWNLOAD      
 

MASABA(E9045)

BGM/SRS/10

       
   

%SAV/22/23-

SIRISIA

1,941,000.00

OPEN

 
   

121

       

4.

KIMALEWA                                     -

KeRRA/08/39/

  DOWNLOAD      
 

CB.KIMILILI(R.KIBISI)(

BGM/KBCH/1

       
 

E316)

0%SAV/22/23-

KABUCHAI

2,503,000.00

OPEN

 
   

118

       

5.

SAVANNA-

KeRRA/08/39/

  DOWNLOAD      
 

NJATA(UG91160)

BGM/WBY E/10%SAV/22/

23-128

WEBUYE EAST

1,683,000.00

OPEN

6/2/2024 (10.00 am

at the Regional Office in Kanduyi)

6.

JAGGARY                                    –

SIPALA(R10)

KeRRA/08/39/ BGM/WBY W/10%SAV/2 2/23-129

1,018,000.00

PWD

7.

YALUSI-

KeRRA/08/39/

  DOWNLOAD      
 

BUKUNJAGABO(UG911

BGM/WBY

WEBUYE

     
 

24)

W/10%SAV/2

WEST

2,971,000.00

OPEN

 
   

2/23-126

       

8.

MAYANJA-

KeRRA/08/39/

  DOWNLOAD      
 

KIMUKUNG'I C776

BGM/KDY/10

       
 

JCT(R26(F9051))

%SAV/22/23-

KANDUYI

2,789,000.00

PWD

 
   

124

       

9.

SOKO MJINGA JCT -T

KeRRA/08/39/

  DOWNLOAD      
 

JCT-RV

BGM/TGN/10

       
 

KIMININI(C627)

%SAV/22/23-

TONGAREN

3.103,000.00

WOMEN

 
   

131

       

10.

CHEPKUBE-

KeRRA/08/39/

  DOWNLOAD      
 

BRUKENWA-

BGM/MT

MOUNT

     
 

CHEBWEK(G9560)

ELG/10%SAV

ELGON

2,881,000.00

OPEN

 
   

/22/23-119

       

 

QUALIFICATION FOR TENDERING

Mandatory Requirements

Eligible bidders MUST meet and submit the following with the bid:

  1. Certified copy of Certificate of Incorporation
  2. Certified copy of valid practicing license as a contractor (Roads & Civil Works NCA 8 and above)
  3. Certified copy of VAT & PIN registration certificate
  4. Copy of Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
  5. Certified copy of CR 12 (Issued within the last 12 months from the tender opening date)
  6. Certified copies of National Identity Cards/Passports of
  7. Certified copy of Valid Single Business Permit
  8. Certified copy of Valid Certificate of Registration for Access to Government Procurement Opportunities (AGPO), from the National Treasury (For Disadvantaged groups, Women, Youth and Persons with Disability)
  9. Contractors bidding for PWD tenders should attach Certified copies of their Identity Cards issued by the National Council for Persons with Disability.
  10. Certified copies of Log books for ownership of Machines and Equipment. Those hiring Must provide certified copies of Lease Agreements and certified copies of Log books, valid not more than three months from the date of tender opening.
  11. Current Sworn Affidavit not more than 3 months from the tender opening date
  12. Proof of having opened a bank account in the contractor’s name
  13. Form of tender correctly filled, signed & stamped
  14. Confidential Business Questionnaire correctly filled, signed & stamped
  15. Authority to seek reference from Contractors’ bankers
  16. Bidders Must serialize sequentially all pages of their tender documents

NOTE:

  1. All certification of documents shall be original and executed by a Commissioner for Oaths or Notaries Public.
  2. Certificates/ Licenses may be verified from or with the Issuing Authorities or Agencies

 

Other Requirements

As specified in the respective tender document covering the following:

  1. Similar previous experience where applicable
  2. Professional and Technical personnel
  3. Current work load
  4. Litigation History
  5. Eligibility:
    1. Pre-tender site visit shall be as indicated in the table above
    2. Any form of Canvassing will lead to disqualification

 

Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 15/1/2024. Duly completed tender documents in plain sealed envelopes marked with the respective tender number, project name should be addressed to:

 

The Regional Director,

KeRRA Upper Western Region

P.O Box 1473-50200 BUNGOMA

 

The same should be deposited in the tender box at the KeRRA Bungoma Office on or before the date of opening as indicated in the table above. Tenders will be opened immediately thereafter at the same venue in the presence of tenderers or their representatives who choose to attend. Late bids will not be accepted.

ENG. JARED OMONDI REGIONAL DIRECTOR

BUNGOMA REGION 10%RMLF Cabinet Secretary (CS) FY 2023-2024

                                                                                      

                                                                                         WI/27

 

 

 

KENYA RURAL ROADS AUTHORITY

              UPPER WESTERN REGION

            BUNGOMA OFFICE

                                           

                                                   INVITATION TO TENDER                    8th April, 2024

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 tenders from contractors prequalified in Upper Western Region (Bungoma Office) under category A (Paved Roads) – Financial Year 2023-2024 and AGPO eligible firms for Paved roadworks, funded vide 10%RMLF Cabinet Secretary(CS) Allocation on the roads indicated below:

DOWNLOAD ADVERT HERE

 

 

S/No.

 

 

ROAD NAME & No.

 

 

TENDER No.

 

 

CONSTITUENCY

 

 

BUDGETARY ESTIMATE (KSHS)

 

 

BID SECURITY

(KSHS)

 

 

RESERVATIONS

 

PRE-TENDER SITE VISIT

 

 

CLOSING/ OPENING

 

MATULO AIRSTRIP ACCESS

KeRRA/08/39/

BGM/WBY W/10% CS /2023-2024 -117

WEBUYE WEST

29,000,000.00

500,000.00

OPEN

Mandatory-Contractors to make own arrangements to visit the site prior to bidding.

16/4/2024 (11.00 am at KeRRA Bungoma Regional Office in Kanduyi)

1.       

MAKUTANO – RIVER KHALABA (WHITE ROSE)

KeRRA/08/39/

BGM/KDY/10% CS /2023-2024 118

 

 

 

 

 

KANDUYI

30,000,000.00

500,000.00

OPEN

2.       

BUNGOMA

( MTEREMKO) – EKITALE (C811) (SECTION 1)

KeRRA/08/39/

BGM/KDY/10% CS /2023-2024 -119

23,500,000.00

NONE

WOMEN

3.       

BUNGOMA

( MTEREMKO) – EKITALE (C811) (SECTION 2)

KeRRA/08/39/

BGM/KDY/10% CS /2023-2024 -120

23,000,000.00

NONE

YOUTH

QUALIFICATION FOR TENDERING

Mandatory Requirements

   Eligible bidders MUST meet and submit the following with the bid:

  1. Certified copy of Certificate of Incorporation
  2. Certified copy of valid practicing license as a contractor (Roads & Civil Works NCA 4,5 or 6 as specified in the tender document) 
  3. Certified copy of VAT & PIN registration certificate
  4. Copy of Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
  5. Certified copy of CR 12 (Issued within the last 12 months from the tender opening date)
  6. Certified copies of National Identity Cards/Passports of Directors.
  7. Certified copy of Valid Single Business Permit
  8. Certified copy of Valid Certificate of Registration for Access to Government Procurement Opportunities (AGPO), from the National Treasury (For Disadvantaged groups, Youth and Women)
  9. Certified copies of Log books for ownership of Machines and Equipment. Those hiring Must provide certified copies of Lease Agreements and certified copies of Log books, valid not more than three months from the date of tender opening.
  10. Current Sworn Affidavit not more than 3 months from the tender opening date
  11. Proof of having opened a bank account in the contractor’s name
  12. Form of tender correctly filled, signed & stamped
  13. Confidential Business Questionnaire correctly filled, signed & stamped
  14. Authority to seek reference from Contractors’ bankers
  15. Bidders Must serialize sequentially all pages of their tender documents submitted.

 

NOTE:

  1. All certification of documents shall be original and executed by a Commissioner for Oaths or Notaries Public.
  2. Certificates/ Licenses may be verified from or with the Issuing Authorities or Agencies

 

Other Requirements

As specified in the respective tender document covering among others the following:

  1. Similar previous experience where applicable
  2. Professional and Technical personnel
  3. Current work load
  4. Litigation History
  5. Eligibility:
  1. Pre-tender site visit shall be mandatory but as indicated in the table above
  2. Any form of Canvassing will lead to disqualification

Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 9/4/2024. Duly completed tender documents in plain sealed envelopes marked with the respective tender number, project name should be addressed to:

                                          

                                         The Regional Director,

                                          KeRRA Upper Western Region

                                          P.O Box 1473-50200

                                          BUNGOMA

The same should be deposited in the tender box at the KeRRA Bungoma Office on or before the date of opening as indicated in the table above. Tenders will be opened immediately thereafter at the same venue in the presence of tenderers or their representatives who choose to attend. Late bids will not be accepted.

ENG. JARED OMONDI

REGIONAL DIRECTOR

BUNGOMA REGION 22 % RMLF FY 2023-2024.

                                                                    WI/27 

                               KENYA RURAL ROADS AUTHORITY

                                    UPPER WESTERN REGION

                                   BUNGOMA OFFICE

                                           

                                                                           INVITATION TO TENDER                                                                                     6th March, 2024

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 tenders from contractors prequalified in Upper Western Region (Bungoma Office) under categories C, D & E – Financial Year 2023-2024 for routine maintenance and Spot improvement works, funded vide 22%  RMLF on the roads indicated below:

download advert here

 

S/N

 

ROAD NAME & NO.

 

TENDER NO.

 

CONSTITUENCY

 

BUDGETARY ESTIMATE (KSHS)

 

BID SECURITY

(KSHS)

 

RESERVATIONS

 

PRE-TENDER SITE VISIT

 

CLOSING/ OPENING

1.       

KAPCHEBUK – RWANDA (UNCL)

KeRRA/08/39/BGM/MT ELG/22% RMLF/23/24-042

 

 

 

 

MOUNT ELGON

7,626,000.00

100,000.00

OPEN

12/3/2024 (Contractors to meet at the Regional Office in Kanduyi at 10.00am}

19/3/2024 (10.00 am at the Regional Office in Kanduyi)

2.       

EMBAKASI - CHESIKAKI RC PRI SCHL

KeRRA/08/39/BGM/MT ELG/22% RMLF/23/24-044

4,717,,000.00

N/A

WOMEN

QUALIFICATION FOR TENDERING

Mandatory Requirements

   Eligible bidders MUST meet and submit the following with the bid:

  1. Certified copy of Certificate of Incorporation
  2. Certified copy of valid practicing license as a contractor (Roads & Civil Works NCA 8 and above) 
  3. Certified copy of VAT & PIN registration certificate
  4. Copy of Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
  5. Certified copy of CR 12 (Issued within the last 12 months from the tender opening date)
  6. Certified copies of National Identity Cards/Passports of Directors.
  7. Certified copy of Valid Single Business Permit
  8. Certified copies of Logbooks for ownership of Machines and Equipment. Those hiring Must provide certified copies of Lease Agreements and certified copies of Log books, valid not more than three months from the date of tender opening.
  9. Current Sworn Affidavit not more than 3 months from the tender opening date
  10. Proof of having opened a bank account in the contractor’s name
  11. Form of tender correctly filled, signed & stamped
  12. Confidential Business Questionnaire correctly filled, signed & stamped
  13. Authority to seek reference from Contractors’ bankers
  14. Bidders Must serialize sequentially all pages of their tender documents submitted.

 

 

NOTE:

  1. All certification of documents shall be original and executed by a Commissioner for Oaths or Notaries Public.
  2. Certificates/ Licenses may be verified from or with the Issuing Authorities or Agencies

 

Other Requirements

As specified in the respective tender document covering the following:

  1. Similar previous experience where applicable
  2. Professional and Technical personnel
  3. Current work load
  4. Litigation History
  5. Eligibility:
  1. Pre-tender site visit shall be as indicated in the table above
  2. Any form of Canvassing will lead to disqualification

Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 7/3/2024. Duly completed tender documents in plain sealed envelopes marked with the respective tender number, project name should be addressed to:

                                          

                                         The Regional Director,

                                          KeRRA Upper Western Region

                                          P.O Box 1473-50200

                                          BUNGOMA

The same should be deposited in the tender box at the KeRRA Bungoma Office on or before the date of opening as indicated in the table above. Tenders will be opened immediately thereafter at the same venue in the presence of tenderers or their representatives who choose to attend. Late bids will not be accepted.

ENG. JARED OMONDI

REGIONAL DIRECTOR

BUNGOMA REGION 22% RMLF FY 2022-2023

                                                                    WI/27

                               KENYA RURAL ROADS AUTHORITY

                                    UPPER WESTERN REGION

                                    BUNGOMA OFFICE

                                           

                                                                                       INVITATION TO TENDER                                                                                             12th May, 2023

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 tenders from contractors prequalified in Upper Western Region (Bungoma Office) under categories C, D & E – Financial Year 2022-2023 and AGPO eligible firms for routine maintenance and Spot improvement works, funded vide 22% RMLF on the roads indicated below:

 

download advert here

 

S/N

 

ROAD NAME & NO.

 

TENDER NO.

 

 

CONSTITUENCY

 

BUDGETARY ESTIMATE (KSHS)

 

BID SECURITY

(KSHS)

 

RESERVATIONS

PRE-TENDER SITE VISIT

OPENING

1.       

BUKOI – MARIGO (G9570)

KeRRA/08/39/BGM/MT ELG/22%RMLF/22/23-109

download

 

 

MT ELGON

 

6,700,000.00

N/A

YOUTH

23/5/2023 (Contractors to meet at the Regional Office at 10.00am)

30/5/2023 at 10.00 am

2.       

A1 JN WABUKHONYI – YASULWE – MAKUSELWA (UG91124)

KeRRA/08/39/BGM/WBYE/22% RMLF/22/23-110

download

 

WEBUYE EAST

 

 

5,750,000.00

100,000.00

OPEN

3.       

SIKUSI – MALINDA (G9789)

KeRRA/08/39/BGM/KBCH/22%RMLF/22/23-111

download

 

 

 

KABUCHAI

3,800,000.00

N/A

OPEN

4.       

C812 CHEBUKWA – KASOSI (U9924)

KeRRA/08/39/BGM/KBCH/22%RMLF/22/23-112

download

9,600,000.00

N/A

WOMEN

QUALIFICATION FOR TENDERING

Mandatory Requirements

   Eligible bidders MUST meet and submit the following with the bid:

  1. Certified copy of Certificate of Incorporation
  2. Certified copy of valid practicing license as a contractor (Roads & Civil Works NCA 8 and above) 
  3. Certified copy of VAT & PIN registration certificate
  4. Copy of Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
  5. Certified copy of CR 12 (Issued within the last 12 months from the tender opening date)
  6. Certified copies of National Identity Cards/Passports of Directors.
  7. Certified copy of Valid Single Business Permit
  8. Certified copy of Valid Certificate of Registration for Access to Government Procurement Opportunities (AGPO), from the National Treasury (For Disadvantaged groups, Women and Youth)
  9. Certified copies of Log books for ownership of Machines and Equipment. Those hiring Must provide certified copies of Lease Agreements and certified copies of Log books, valid not more than three months from the date of tender opening.
  10. Current Sworn Affidavit not more than 3 months from the tender opening date
  11. Proof of having opened a bank account in the contractor’s name
  12. Form of tender correctly filled, signed & stamped
  13. Confidential Business Questionnaire correctly filled, signed & stamped
  14. Authority to seek reference from Contractors’ bankers
  15. Bidders Must serialize sequentially all pages of their tender documents submitted.

 

NOTE:

  1. All certification of documents shall be original and executed by a Commissioner for Oaths or Notaries Public.
  2. Certificates/ Licenses may be verified from or with the Issuing Authorities or Agencies

 

Other Requirements

As specified in the respective tender document covering the following:

  1. Similar previous experience where applicable
  2. Professional and Technical personnel
  3. Current work load
  4. Litigation History
  5. Eligibility:
  6. Pre-tender site visit shall be as indicated in the table above
  7. Any form of Canvassing will lead to disqualification

 

Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 15/5/2023. Duly completed tender documents in plain sealed envelopes marked with the respective tender number, project name should be addressed to:

                                                

                                         The Regional Director,

                                          KeRRA Upper Western Region

                                          P.O Box 1473-50200

                                          BUNGOMA

The same should be deposited in the tender box at the KeRRA Bungoma Office on or before the date of opening as indicated in the table above. Tenders will be opened immediately thereafter at the same venue in the presence of tenderers or their representatives who choose to attend. Late bids will not be accepted.

ENG. JARED OMONDI

REGIONAL DIRECTOR

BUNGOMA REGION 22% RMLF Savings financial year 2022/2023

WI/27

KENYA RURAL ROADS AUTHORITY UPPER WESTERN REGION

BUNGOMA OFFICE

INVITATION TO TENDER                             12th January,2024

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 tenders from contractors prequalified in Upper Western Region (Bungoma Office) under categories C, D & E – Financial Year 2023-2024 and AGPO eligible firms for routine maintenance and Spot improvement works, funded vide 22% RMLF Savings financial year 2022/2023 on the roads indicated below:

DOWNLOAD ADVERT HERE

S/N

ROAD NAME & NO.

TENDER NO.

 

CONSTITU ENCY

BUDGETARY ESTIMATE

(KSHS)

RESERVA TIONS

PRE- TENDER SITE

VISIT

OPENING DATE

1.

MABUSI- KHELELA (R16- BUNGOMA)

KeRRA/08/39/BGM/BM L/22%SAV/22/23-113

download

BUMULA

3,832,000.00

WOMEN

23/1/2024

(Contractor s to meet at the Regional Office in Kanduyi at 10.00am)

6/2/2024 (10.00 am

at the Regional Office in Kanduyi)

2.

CHEBUKWABI - R.KIBISI(UNCL)

KeRRA/08/39/BGM/KM L/22%SAV/22/23-115

download

KIMILILI

3,965,000.00

OPEN

3.

TOLOSO JCT- SENGETET SCHOOL- NAKITUMBA(E906

6)

KeRRA/08/39/BGM/SR S/22%SAV/22/23-120

download

SIRISIA

3,723,000.00

PWD

4.

MALINDA- WABUKHONYI(UG

9817)

KeRRA/08/39/BGM/KB CH/22%SAV/22/23-117

download

KABUCHAI

2,373,000.00

WOMEN

5.

SINOKO-MASAAI JUNCTION(C925)

KeRRA/08/39/BGM/WB Y E/22%SAV/22/23-127

download

WEBUYE EAST

3,564,000.00

YOUTH

6.

MATISI-MIENDO- BOKOLI-CB KABUCHAI(C813)

KeRRA/08/39/BGM/WB Y W/22%SAV/22/23- 125

download

WEBUYE WEST

3,333,000.00

WOMEN

7.

C779BUNGOMA- D270 EKITALE(

KeRRA/08/39/BGM/KD Y/22%SAV/22/23-122

download

KANDUYI

2,416,000.00

OPEN

8.

MWIBALE- KIMUGUI- FUCHANI-R.V KUYWA (CB.WBY WEST)

KeRRA/08/39/BGM/KD Y/22%SAV/22/23-123

download

1,950,000.00

OPEN

9.

PAG CHURCH- SHIKUKU PRI- RV

KIMININI(C627)

KeRRA/08/39/BGM/TG N/22%SAV/22/23-130

download

TONGAREN

3,180,000.00

YOUTH

 

QUALIFICATION FOR TENDERING

Mandatory Requirements

Eligible bidders MUST meet and submit the following with the bid:

  1. Certified copy of Certificate of Incorporation
  2. Certified copy of valid practicing license as a contractor (Roads & Civil Works NCA 8 and above)
  3. Certified copy of VAT & PIN registration certificate
  4. Copy of Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
  5. Certified copy of CR 12 (Issued within the last 12 months from the tender opening date)
  6. Certified copies of National Identity Cards/Passports of
  7. Certified copy of Valid Single Business Permit
  8. Certified copy of Valid Certificate of Registration for Access to Government Procurement Opportunities (AGPO), from the National Treasury (For Disadvantaged groups, Women, Youth and Persons with Disability)
  9. Contractors bidding for PWD tenders should attach Certified copies of their Identity Cards issued by the National Council for Persons with Disability.
  10. Certified copies of Log books for ownership of Machines and Equipment. Those hiring Must provide certified copies of Lease Agreements and certified copies of Log books, valid not more than three months from the date of tender opening.
  11. Current Sworn Affidavit not more than 3 months from the tender opening date
  12. Proof of having opened a bank account in the contractor’s name
  13. Form of tender correctly filled, signed & stamped
  14. Confidential Business Questionnaire correctly filled, signed & stamped
  15. Authority to seek reference from Contractors’ bankers
  16. Bidders Must serialize sequentially all pages of their tender documents

NOTE:

  1. All certification of documents shall be original and executed by a Commissioner for Oaths or Notaries Public.
  2. Certificates/ Licenses may be verified from or with the Issuing Authorities or Agencies

 

Other Requirements

As specified in the respective tender document covering the following:

  1. Similar previous experience where applicable
  2. Professional and Technical personnel
  3. Current work load
  4. Litigation History
  5. Eligibility:
    1. Pre-tender site visit shall be as indicated in the table above
    2. Any form of Canvassing will lead to disqualification

 

Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 15/1/2024. Duly completed tender documents in plain sealed envelopes marked with the respective tender number, project name should be addressed to:

 

The Regional Director,

KeRRA Upper Western Region

P.O Box 1473-50200 BUNGOMA

 

The same should be deposited in the tender box at the KeRRA Bungoma Office on or before the date of opening as indicated in the table above. Tenders will be opened immediately thereafter at the same venue in the presence of tenderers or their representatives who choose to attend. Late bids will not be accepted.

ENG. JARED OMONDI REGIONAL DIRECTOR

BUNGOMA REGION ADDEMDUM NO 1 FY 2022-2023.

                                                          WI/27

                                 KENYA RURAL ROADS AUTHORITY     

                                                  UPPER WESTERN REGION

                                                        BUNGOMA OFFICE

                                                                    

                                                                   TENDER NOTICE

                                                                     

                                                                                                       ADDENDUM NO 1                                                    26th January, 2023

 

               TENDER FOR ROUTINE MAINTENANCE & SPOT IMPROVEMENT ON VARIOUS ROADS UNDER 10% RMLF ALLOCATION FOR THE  

                                                                  FINANCIAL YEAR 2022-2023

 

Reference is made to the Invitation to tender that is presently in the Authority’s website -www.kerra.go.ke.

Pursuant to clause 10.1 of the Instructions to Tenderers, we wish to notify interested bidders that the Bills of Quantity Summary page for tender No. KeRRA/08/39/BGM/TNG/10% RMLF /22/23-031 (LUKUSI-NZOIA(MUKUYUNI-MAKUNGA-LUSOKHO-LUNYUJCT)( D1837) ROAD) was inadvertently omitted in the document uploaded to the website.

The error has been corrected and the right document with the Boq Summary page has now been uploaded. Details of this tender are as follows:

DOWNLOAD ADDENDUM 1 HERE

 

S/N

 

ROAD NAME & NO.

 

TENDER NO.

 

CONSTITUENCY

 

BUDGETARY ESTIMATE

BID SECURITY

 

RESERVATIONS

 

20

LUKUSI-NZOIA(MUKUYUNI-MAKUNGA-LUSOKHO-LUNYU JCT)( D1837)

KeRRA/08/39/BGM/TNG/10% RMLF /22/23-031

 

TONGAREN

4,376,000.00

N/A

OPEN

DOWNLOAD

Any inconvenience caused is regretted

ENG JARED OMONDI

REGIONAL DIRECTOR

BUNGOMA REGION ADDENDUM NO. 3 FY 2023-2024.

                                                          WI/27

                                 KENYA RURAL ROADS AUTHORITY     

                                                  UPPER WESTERN REGION

                                                        BUNGOMA OFFICE

                                                                    

                                                                   TENDER NOTICE

                                                                     

                                                                    ADDENDUM NO 3                  17th October, 2023

 

                TENDER FOR ROUTINE MAINTENANCE & SPOT IMPROVEMENT WORKS ON VARIOUS ROADS IN SIRISIA CONSTITUENCY FUNDED UNDER 22% RMLF ALLOCATION FOR THE FINANCIAL YEAR 2023 -2024

       DOWNLOAAD ADDENDUM 3                                                           

Reference is made to the Invitation to tender on the above tender that is presently in the Authority’s website -www.kerra.go.ke.

Pursuant to clause 10.1 of the Instructions to Tenderers, we wish to notify interested bidders as follows:

  • The Bills of Quantity for Tender No. KeRRA/08/39/BGM/SRS/22%RMLF/23/24-019( BUKOKHOLO-BISUNU(E9060) ROAD) were inadvertently attached to the tender document for Tender No. KeRRA/08/39/BGM/SRS/22% RMLF/23/24-020 (WAMONO-KAPSITET (G9062 ROAD)

 

  • The above error has been corrected and the right document has been uploaded to the Authority’s website - kerra.go.ke

 

24/10/2024.

  • Time for opening shall be 00am at the Regional office in Kanduyi.
  • All other requirements remain as indicated in the tender notice dated 2nd October 2023

Any inconvenience caused is regretted.

ENG JARED OMONDI

REGIONAL DIRECTOR

BUNGOMA REGION GOK FUNDING FY 2022/2023.

WI/27

KENYA RURAL ROADS AUTHORITY UPPER WESTERN REGION

BUNGOMA OFFICE

                                                                                                           INVITATION TO TENDER                                                                          12th September, 2023

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 tenders from contractors prequalified in Upper Western Region (Bungoma Office) under categories C, D & E – Financial Year 2022-2023 and AGPO eligible firms for routine maintenance and Spot improvement works, funded vide GOK financial year 2022/2023 on the roads indicated below:

DOWNLOAD ADVERT HERE

S/N

ROAD NAME & NO.

TENDER NO.

CONSTITU ENCY

BUDGETARY

ESTIMATE (KSHS)

BID SECURITY (KSHS)

RESERVA TIONS

PRETEND ER SITE VISIT

DATE

OPENING DATE

1.

NABWANA

         

21/9/2023

(Contractors to meet at the Regional Office in Kanduyi at 10.00am)

 
 

JUNCTION –NG’OLI

KeRRA/08/39/B

         
 

PRIMARY-CHIEF

KeRRA/08/39/B

 

10,000,000.00

100,000.00

OPEN

 
 

AMTALLA

DEV/22/23-139

 DOWNLOAD        
 

(P22(UP8))

           

2.

MAENI – NASUSI

KeRRA/08/39/B

         
 

(R42 – Bungoma/L6)

KeRRA/08/39/B

KIMILILI

10,000,000.00

N/A

WOMEN

 
   

DEV/22/23-138

 DOWNLOAD        

3.

SANGO-

KeRRA/08/39/B

         
 

KIMALEWA (G9817)

KeRRA/08/39/B

 

10,000,000.00

100,000.00

OPEN

 
   

DEV/22/23-140

 DOWNLOAD        

4.

C809 JUNCTION

KeRRA/08/39/B

         
 

TEMBA TEMBA-

KeRRA/08/39/B

 

10,000,000.00

N/A

YOUTH

 
 

CHEBUKWABI

DEV/22/23-137

 DOWNLOAD        

5.

MALAKISI BRIDGE

KeRRA/08/39/B

         
 

(MUNYANG’ANYI

GM/SRS/GOK

 DOWNLOAD

8,500,000.00

100,000.00

OPEN

 
 

BOX CULVERT)

DEV/22/23-153

SIRISIA

     

27/9/2023 (10.00 am

at the Regional Office in Kanduyi)

6.

LUKAALA- SIBANGA –TOLOSO (LUKAALA – SIBANGA – SENGETETI –

CHWELE) (E9066)

KeRRA/08/39/B GM/SRS/GOK DEV/22/23-141

10,000,000.00

N/A

WOMEN

7.

CHEBUKWA-

           
 

KASOSI

KeRRA/08/39/B

         
 

(CHEBUKWA

GM/KBCH/GO

 

10,000,000.00

N/A

YOUTH

 
 

BRIDGE – NANGWE

K DEV/22/23-

 DOWNLOAD        
 

– KASOSI) (G9924)

136

KABUCHAI

       

8.

SIKUSI-

KeRRA/08/39/B

         
 

MUKHWEYA-

GM/KBCH/GO

 DOWNLOAD

10,000,000.00

100,000.00

OPEN

 
 

NAMAKHELE

K DEV/22/23-

         
 

(G9824)

135

         

9.

KONGIT-KONA

KeRRA/08/39/B

         
 

TATU-KAPTELELIO

GM/MT

         
 

(MPAKANI –

KAPAKATENY)

ELG/GOK

DEV/22/23-134

MOUNT

ELGON

10,000,000.00

N/A

YOUTH

 
 

(E9049)

   DOWNLOAD        

10.

LUKUSI-BAKISA-

KeRRA/08/39/B

         
 

FROI MKT

(UG9126/G91418)

GM/WBY

E/GOK

WEBUYE

EAST

10,000,000.00

N/A

WOMEN

 
   

DEV/22/23-161

 DOWNLOAD        

 

11.

KHAOYA-RANJE-

             
 

KITINDA (LAVIN –

KeRRA/08/39/B

           
 

LUYEKYE RC-

GM/KDY/GOK

 DOWNLOAD

8,000,000.00

100,000.00

OPEN

   
 

SANG’ALO)

DEV/22/23-142

           
 

(UG91079)

             

12.

RIVER KHALABA-

             
 

BULONDO-

             
 

SANG’ALO

KeRRA/08/39/B

           
 

(SANG’ALO –

GM/KDY/GOK

 

8,000,000.00

100,000.00

OPEN

   
 

SHANGWE –

DEV/22/23-143

KANDUYI

         
 

KHAWELI) (C789)

   DOWNLOAD          

13.

EKITALE-

             
 

NAMIREMBE-

             
 

MUYAI CHIEF’S

             
 

OFFICE (EKITALE –

KeRRA/08/39/B

 

10,000,000.00

N/A

WOMEN

   
 

NAMIREMBE

GM/KDY/GOK

           
 

DISPENSARY)

DEV/22/23-144

 DOWNLOAD          
 

(E9094)

             

14.

RIVER KUYWA –

             
 

WEBUYE (NGWELO

KeRRA/08/39/B

           
 

–A8 WEBUYE)

GM/WBY

           
 

(C811)

W/GOK

 DOWNLOAD

10,000,000.00

100,000.00

OPEN

   
   

DEV/22/23-132

WEBUYE

         

15.

SIKENGA –MADISI

 

WEST

         
 

(MIENDO –KITUNI)

KeRRA/08/39/B

           
 

(E1234/D1828)

GM/WBYW/G

           
   

OK DEV/22/23-

133

 DOWNLOAD

8,000,000.00

N/A

WOMEN

21/9/2023

(Contractors to meet at the Regional Office in Kanduyi at 10.00am)

27/9/2023 (10.00 am

at the Regional Office in Kanduyi)

16.

MAYANJA KIBUKE

–NYANGALI - MILUKI (D1838/G9797)

KeRRA/08/39/B GM/BML/GOK DEV/22/23-145

 

10,000,000.00

100,000.00

OPEN

17.

KABULA-MWIRUTI

–MARINDA

KeRRA/08/39/B

GM/BML/GOK

     
 

(G91315)

DEV/22/23-146

 DOWNLOAD

8,000,000.00

N/A

PWD

   

18.

LUMBOKA –

             
 

NASYANDA

KeRRA/08/39/B

           
 

(LUNAKWE –

GM/BML/GOK

 

8,500,000.00

N/A

YOUTH

   
 

LUMBOKA –

DEV/22/23-147

 DOWNLOAD          
 

MASUNO) (C808)

             

19.

NAPARA -

MASIELO-

KeRRA/08/39/B

BUMULA

         
 

KIMWANGA

GM/BML/GOK

 

8,500,000.00

N/A

WOMEN

   
 

(NETIMA –

DEV/22/23-148

 DOWNLOAD          
 

MUSAKASA –

             
 

NAPARA) (C782)

             

20.

KIMATUNI-JOY

KeRRA/08/39/B

           
 

VALLEY-KHAYO

GM/BML/GOK

           
 

(G911130)

DEV/22/23-149

 DOWNLOAD

8,000,000.00

100,000.00

OPEN

   

21.

NAMATOTOA -

KeRRA/08/39/B

           
 

MABUSI-LUNAO

GM/BML/GOK

 

8,000,000.00

100,000.00

OPEN

   
 

(9024)

DEV/22/23-150

 DOWNLOAD          

22.

MUKHUMA -

KeRRA/08/39/B

           
 

KIBACHENJE-

GM/BML/GOK

           
 

MATEKA (G91115)

DEV/22/23-151

 DOWNLOAD

8,000,000.00

N/A

WOMEN

   

23.

KIMWANGA-

KeRRA/08/39/B

           
 

SIBOTI-BESIO

GM/BML/GOK

 

8,000,000.00

N/A

YOUTH

   
 

(E9056)

DEV/22/23-152

 DOWNLOAD          

24.

WEPUKHULU –

   DOWNLOAD          
 

MACHESO -

           
 

DANIEL WABWILE

           
 

( LUSOKHO –

KeRRA/08/39/B

10,000,000.00

I00,000.00

OPEN

   
 

MBAKALO – C788

GM/TGN/GOK-

         
 

JNCT (MULEMBE)

DEV/22/23-155

         
 

(D1830).

           

25.

SALVATION ARMY

           
 

–NASINYAMA (A1

         
 

JNCT (MALIKI

         
 

SALVATION

         
 

ARMY) – C619 JNCT

10,000,000.00

N/A

PWD

   

 

 

(NASINYAMA) -

MAKHANGA (E9049/G91348)

KeRRA/08/39/B

GM/TGN/GOK- DEV/22/23-156

TONGAREN

     

21/9/2023

(Contractors to meet at the Regional Office in Kanduyi at 10.00am)

27/9/2023 (10.00 am

at the Regional Office in Kanduyi)

26.

KIMININI BRIDGE -

LUKHUNA (C635 JNCT MAKHONGE –

LUKHUNA ) (E9066/91543)

KeRRA/08/39/B

GM/TGN/GOK- DEV/22/23-157

10,000,000.00

N/A

YOUTH

27.

OMBAYA – LUNGAI

- LUMBOKA - LOCHO JUNCTION (C619 JNCT (LUNGAI) – LUMBOKA – C627 JNCT (SIRENDE)

(G9048/L6008)

KeRRA/08/39/B GM/TGN/GOK- DEV/22/23-154

10,000,000.00

N/A

WOMEN

28.

RIMA-

SIANGALAMWE- LUKHALE – MISANGA - WABWILE (C635 JNCT RIMA – SIANGALAMWE – MISANGA - RV

NZOIA) ((UG91565)

KeRRA/08/39/B GM/TGN/GOK/ 22/23-158

10,000,000.00

100,000.00

OPEN

29.

NZOIA MKT-

LUKUSI (C788 JNCT (NZOIA MKT) – CB WEBUYE EAST

(D1837/C943)

KeRRA/08/39/B GM/TGN/GOK- DEV/22/23-159

8,000,000.00

100,000.00

OPEN

30.

MULIRO – NDALU -

AMBICH.(C622 JNCT NDALU – C635 JNCT

(AMBICH) (E9122/C984)

KeRRA/08/39/B GM/TGN/GOK- DEV/22/23-160

10,000,000.00

N/A

YOUTH

QUALIFICATION FOR TENDERING

Mandatory Requirements

Eligible bidders MUST meet and submit the following with the bid:

  1. Certified copy of Certificate of Incorporation
  2. Certified copy of valid practicing license as a contractor (Roads & Civil Works NCA 8 and above)
  3. Certified copy of VAT & PIN registration certificate
  4. Copy of Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
  5. Certified copy of CR 12 (Issued within the last 12 months from the tender opening date)
  6. Certified copies of National Identity Cards/Passports of
  7. Certified copy of Valid Single Business Permit
  8. Certified copy of Valid Certificate of Registration for Access to Government Procurement Opportunities (AGPO), from the National Treasury (For Disadvantaged groups, Women, Youth and Persons with Disability)
  9. Contractors bidding for PWD tenders should attach Certified copies of their Identity Cards issued by the National Council for Persons with
  10. Certified copies of Log books for ownership of Machines and Equipment. Those hiring Must provide certified copies of Lease Agreements and certified copies of Log books, valid not more than three months from the date of tender
  11. Current Sworn Affidavit not more than 3 months from the tender opening date
  12. Proof of having opened a bank account in the contractor’s name
  13. Form of tender correctly filled, signed & stamped

 

  1. Confidential Business Questionnaire correctly filled, signed & stamped
  2. Authority to seek reference from Contractors’ bankers
  3. Bidders Must serialize sequentially all pages of their tender documents submitted.

NOTE:

  1.   All certification of documents shall be original and executed by a Commissioner for Oaths or Notaries Public.

  1. Certificates/ Licenses may be verified from or with the Issuing Authorities or Agencies

 

Other Requirements

As specified in the respective tender document covering the following:

  1. Similar previous experience where applicable
  2. Professional and Technical personnel
  3. Current work load
  4. Litigation History
  5. Eligibility:
    1. Pre-tender site visit shall be as indicated in the table above
    2. ) Any form of Canvassing will lead to disqualification

 

Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 13/9/2023. Duly completed tender documents in plain sealed envelopes marked with the respective tender number, project name should be addressed to:

The Regional Director

KeRRA Upper Western Region P.O Box 1473-50200 BUNGOMA

 

The same should be deposited in the tender box at the KeRRA Bungoma Regional Office on or before the date of opening as indicated in the table above. Tenders will be opened immediately thereafter at the same venue in the presence of tenderers or their representatives who choose to attend. Late bids will not be accepted.

ENG. JARED OMONDI REGIONAL DIRECTOR

BUNGOMA REGION JULY 2024 TENDERS

                               KENYA RURAL ROADS AUTHORITY

                                                    BUNGOMA REGION

                                                                                                   

                                                       TENDER NOTICE                                      23rd July, 2024

The Kenya Rural Roads Authority (KeRRA) is a state corporate established under the Kenya Roads Act 2007 with a mandate to manage, develop, and maintain the rural road network in the country.

Bungoma Region does hereby invite bids from REGISTERED contractors in the Region and others within the special category; Youth, Women & Persons Living With Disability (YWPLD) for Road Maintenance projects for FY 2023/2024 for the following tenders:

 

S/NO.

 

TENDER REF. NUMBER

 

 

ROAD NAME

 

CATEGORY & TARGET GROUP

ELIGIBLE BIDDERS/

NCA

1.       

KeRRA/08/39/BGM /23/24-159

KIBINGEI-RASHID

KeRRA/W/3 &4 - GRADING AND

GRAVELLING WORKS (EQUIPMENT BASED) AND LABOUR BASED CONSTRUCTION WORKS.

KeRRA/W/3 &4 - GRADING AND

GRAVELLING WORKS (EQUIPMENT BASED) AND LABOUR BASED CONSTRUCTION WORKS.

KeRRA/W/3 &4 - GRADING AND

GRAVELLING WORKS (EQUIPMENT BASED) AND LABOUR BASED CONSTRUCTION WORKS.

KeRRA/W/3 &4 - GRADING AND

GRAVELLING WORKS (EQUIPMENT BASED) AND LABOUR BASED CONSTRUCTION WORKS.

KeRRA/W/3 &4 - GRADING AND

GRAVELLING WORKS (EQUIPMENT BASED) AND LABOUR BASED CONSTRUCTION WORKS.

YOUTH/

NCA 8 & ABOVE

2.       

KeRRA/08/39/BGM/23/24-160

RASHID-CHEBUKWABI

YOUTH/

NCA 8 & ABOVE

3.       

KeRRA/08/39/BGM/23/24-161

KIBINGEI SALVATION ARMY-MASAFU-KIBINGEI RIVER BRIDGE (KHWIRORO-MASAFU-KIBINGEI RIVER BRIDGE)

REGISTERED/

NCA 8 & ABOVE

4.       

KeRRA/08/39/BGM/23/24-162

UP14 RIVER KIBISI-WABUKHONYI

YOUTH/

NCA 8 & ABOVE

5.       

KeRRA/08/39/BGM/23/24-163

NASUSI MARKET-ST.JAN NAMBOANI MARKET

YOUTH/

NCA 8 & ABOVE

6.       

KeRRA/08/39/BGM/23/24-165

UP57 MISIKHU-KAMBINI

WOMEN/

NCA 8 & ABOVE

7.       

KeRRA/08/39/BGM/23/24-164

UG91154 MAPELA-MAROFU-ONYILI

WOMEN/

NCA 8 & ABOVE

8.       

KeRRA/08/39/BGM/23/24-166

MOI GIRLS -KAMUSINGA

YOUTH/

NCA 8 & ABOVE

9.       

KeRRA/08/39/BGM/23/24-167

NAMAWANGA-KANGABASI (i)NAMAWANGA-KANGABASI

(ii)SIUNA BRIDGE –KIBISI RIVER)

WOMEN/

NCA 8 & ABOVE

10.    

KeRRA/08/39/BGM/23/24-156

KAMUKUYWA MKT-NAKALIRA PRIMARY SCHOOL

REGISTERED/

NCA 8 & ABOVE

11.    

KeRRA/08/39/BGM/23/24-157

KAMUKUYWA MKT-MUSEMBE RC PRIMARY SCHOOL

YOUTH/

NCA 8 & ABOVE

12.    

KeRRA/08/39/BGM/23/24-158

MIRURI SALVATION ARMY-MASAFU-RIVER KIBINGEI (TEMBA TEMBA –KITAI -KIBINGEI)

WOMEN/

NCA 8 & ABOVE

13.    

KeRRA/08/39/BGM/23/24-125

NAMAWANGA-KANGABASI

REGISTERED/

NCA 8 & ABOVE

14.    

KeRRA/08/39/BGM/23/24-126

MUSAMBICHI-NASIANDA BRIDGE

WOMEN/

NCA 8 & ABOVE

15.    

KeRRA/08/39/BGM/23/24-175

SIKHENDU – TABANI J CT

YOUTH/

NCA 8 & ABOVE

16.    

KeRRA/08/39/BGM/23/24-170

CHEBUKAKA-MPAKANI

REGISTERED/

NCA 8 & ABOVE

17.    

KeRRA/08/39/BGM/23/24-171

CHEBUKAKA-KIMALEWA

YOUTH/

NCA 8 & ABOVE

18.    

KeRRA/08/39/BGM/23/24-172

KHACHONGE-SICHEI

REGISTERED/

NCA 8 & ABOVE

19.    

KeRRA/08/39/BGM/23/24-168

G9843 NALONDO-SITILA

YOUTH/

NCA 8 & ABOVE

20.    

KeRRA/08/39/BGM/23/24-169

D1828 SICHEI-MADISI

WOMEN/

NCA 8 & ABOVE

21.    

KeRRA/08/39/BGM/23/24-133

MABANGA - MAROBO

REGISTERED/

NCA 8 & ABOVE

22.    

KeRRA/08/39/BGM/23/24-134

MAROBO - NALONDO

PWD/

NCA 8 & ABOVE

23.    

KeRRA/08/39/BGM/23/24-176

NAKITUMBA -MALINDA

REGISTERED/

NCA 8 & ABOVE

24.    

KeRRA/08/39/BGM/23/24-145

AREA-WABUKHONYI-MAKHANGA-SIRENDE SEC.SCHL

REGISTERED/

NCA 8 & ABOVE

25.    

KeRRA/08/39/BGM/23/24-146

OMBWAYO-NABING'ENG'E

WOMEN/

NCA 8 & ABOVE

26.    

KeRRA/08/39/BGM/23/24-147

MISANGA-LUNAO-MABATI TATU

YOUTH/

NCA 8 & ABOVE

27.    

KeRRA/08/39/BGM/23/24-148

WEKULO-TAABANI MARKET (WEKULO – TAABANI MKT – RV. KIBISI BRIDGE (CB TRANSZOIA)

REGISTERED//

NCA 8 & ABOVE

28.    

KeRRA/08/39/BGM/23/24-149

BUNAMBO-LUKHUNA-WAMUKOTA JNCT

REGISTERED/

NCA 8 & ABOVE

29.    

KeRRA/08/39/BGM/23/24-150

MAKHANGA TOP-NASINYAMA-WABUKHONYI POLYTECHNIC-WASIKE

PWD/

NCA 8 & ABOVE

30.    

KeRRA/08/39/BGM/23/24-151

KIBISI CATHOLIC-MARANGACHI

REGISTERED/

NCA 8 & ABOVE

31.    

KeRRA/08/39/BGM/23/24-152

JULIAS BRIDGE-MILIMANI JNCT-LUKHUNA JUNCTION

REGISTERED/

NCA 8 & ABOVE

32.    

KeRRA/08/39/BGM/23/24-153

NDALU SAWA JNCT-FRED SIKUKU (NDALU –WEKULO – BUNAMBO)

YOUTH/

NCA 8 & ABOVE

33.    

KeRRA/08/39/BGM/23/24-154

BUNAMBO JNCT-T JNCT-MZEE MOLI BRIDGE

REGISTERED/

NCA 8 & ABOVE

34.    

KeRRA/08/39/BGM/23/24-155

MATANDIKO-SANGO-KIMININI (MATANDIKO – SANGO – KIMININI D.E.B PRIMARY SCHOOL)

REGISTERED/

NCA 8 & ABOVE

35.    

KeRRA/08/39/BGM/23/24-129

MUKUYUNI -MAKUNGA

REGISTERED/

NCA 8 & ABOVE

36.    

KeRRA/08/39/BGM/23/24-130

BINYENYA –BRIGADIER

YOUTH/

NCA 8 & ABOVE

37.    

KeRRA/08/39/BGM/23/24-181

MUKUYUNI -MAKUNGA

REGISTERED/

NCA 8 & ABOVE

38.    

KeRRA/08/39/BGM/23/24-140

LUTACHO-WAMOCHA BRIDGE

REGISTERED/

NCA 8 & ABOVE

39.    

KeRRA/08/39/BGM/23/24-141

LUKUSI MARKET-MISIMO (LUKUSI MKT. – MISIMO BRIDGE)

PWD/

NCA 8 & ABOVE

40.    

KeRRA/08/39/BGM/23/24-142

PARAMOUNT CHIEF MANAFWA-LUKUSI (NAMARAMBI – MAGEMO DAM)

YOUTH/

NCA 8 & ABOVE

41.    

KeRRA/08/39/BGM/23/24-143

PARAMOUNT CHIEF-MAGEMO DAM (PARAMOUNT CHIEF –MITUKUYU – JCT E9087)

REGISTERED/

NCA 8 & ABOVE

42.    

KeRRA/08/39/BGM/23/24-144

UG913381 WABUKHONYI-MISEMWA

WOMEN/

NCA 8 & ABOVE

43.    

KeRRA/08/39/BGM/23/24-123

LUKUSI MKT - NANGALAMA

REGISTERED/

NCA 8 & ABOVE

44.    

KeRRA/08/39/BGM/23/24-124

MUSLIM -TAXI

PWD/

NCA 8 & ABOVE

45.    

KeRRA/08/39/BGM/23/24-179

LUKUSI –BAKISA -FROI

REGISTERED/

NCA 8 & ABOVE

46.    

KeRRA/08/39/BGM/23/24-139

A8 MATISI-MUCHOCHO

 

REGISTERED/

NCA 8 & ABOVE

47.    

KeRRA/08/39/BGM/23/24-131

NAMBAMI - MISIKHU

REGISTERED/

NCA 8 & ABOVE

48.    

KeRRA/08/39/BGM/23/24-132

KUYWA JCT - SIKUBALE

YOUTH/

NCA 8 & ABOVE

49.    

KeRRA/08/39/BGM/23/24-180

CB WEBUYE EAST – LUFWINDIRI -KAKIMANYI

REGISTERED/

NCA 8 & ABOVE

50.    

KeRRA/08/39/BGM/23/24-137

JNCT A8 NAMBUCHI-NAKHWANA-MYENGA - JNCT B141 MYANGA

REGISTERED/

NCA 8 & ABOVE

51.    

KeRRA/08/39/BGM/23/24-138

KIMWANGA - SIBOTI-BOSIO

YOUTH/

NCA 8 & ABOVE

52.    

KeRRA/08/39/BGM/23/24-173

MAYANJA VITUNGUU – MILUKI -SANGO

WOMEN/

NCA 8 & ABOVE

53.    

KeRRA/08/39/BGM/23/24-135

ANG'ARO - CB MT ELGON

REGISTERED/

NCA 8 & ABOVE

54.    

KeRRA/08/39/BGM/23/24-136

ST ANTHONY-YABEKO-BUTUNDE

PWD/

NCA 8 & ABOVE

55.    

KeRRA/08/39/BGM/23/24-174

LUKAALA –SIBANGA- CHEBUKUTUMI

REGISTERED/

NCA 8 & ABOVE

56.    

KeRRA/08/39/BGM/23/24-121

KAKICHUMA - SIKUSI

REGISTERED/

NCA 8 & ABOVE

57.    

KeRRA/08/39/BGM/23/24-122

DOROFU - FUCHANI

YOUTH/

NCA 8 & ABOVE

58.    

KeRRA/08/39/BGM/23/24-177

MUSIKOMA – SANG’ALO

PWD/

NCA 8 & ABOVE

59.    

KeRRA/08/39/BGM/23/24-127

EMANANG - KIPSIS

REGISTERED/

NCA 8 & ABOVE

60.    

KeRRA/08/39/BGM/23/24-128

BUKONOI - MARIGO

WOMEN/

NCA 8 & ABOVE

61.    

KeRRA/08/39/BGM/23/24-178

KONA TATU – KONGIT - KAPTELELIO

REGISTERED/

NCA 8 & ABOVE

 

 

Bidders MUST meet the following requirements alongside other requirements contained in the tender documents. 

  1. To enhance equity bidders will only be awarded a maximum of two tenders either as a director or a company under this tender notice.
  2. Bidders are requested to familiarise themselves with the site before tendering.
  3. Bidders MUST provide original document and a copy.
  4. All Interested bidders are required to continually check the KeRRA website www.kerra.go.ke/tenders for any tender addendum or clarification that may arise before the submission date.

NOTE

  1. All attachments must be certified by a commissioner for oaths.
  2. The cost estimate of the proposed works has been provided in the tender document.

Tender documents detailing requirements shall be obtained from the KeRRA website www.kerra.go.ke. Complete tender documents duly serialized; in Sealed Plain Envelopes marked with Tender Reference (KeRRA/08/Region/….) number and Description, should be sent to the address below or deposited in the Tender Box located in Kanduyi within the Kenya Rural Roads Authority Bungoma Region offices situated along Eldoret - Malaba Road.

                                 

                                  The Regional Director,

                                          KeRRA Bungoma Region

                                          P.O Box 1473-50200

                                          BUNGOMA

So as to be received on 6/8/2024 at 11:00 am and be opened immediately thereafter in the presence of bidders’ representatives who may wish to attend, however bidders may request for any information through the office. Late bids will not be accepted.

 

 

 

ENG. JARED OMONDI

REGIONAL DIRECTOR

BUNGOMA REGION

BUNGOMA REGION KIMILILI CONSTITUENCY FY 2023-2024 ADDENDUM NO 2

                                                          WI/27

                                 KENYA RURAL ROADS AUTHORITY     

                                                  UPPER WESTERN REGION

                                                        BUNGOMA OFFICE

                                                                    

                                                                   TENDER NOTICE

                                                                     

                                                                    ADDENDUM NO 2                  17th October, 2023

 

                TENDER FOR ROUTINE MAINTENANCE & SPOT IMPROVEMENT WORKS ON VARIOUS ROADS IN KIMILILI CONSTITUENCY FUNDED UNDER 10% RMLF ALLOCATION FOR THE FINANCIAL YEAR 2023 -2024

    DOWNLOAD ADDENDUM                                                              

Reference is made to the Invitation to tender and Addendum No.1 on the above tender that are presently in the Authority’s website -www.kerra.go.ke.

Pursuant to clause 10.1 of the Instructions to Tenderers, we wish to notify interested bidders that

the issues raised in Addendum 1 dated 3rd October have been resolved and the invitation to tender is for roads shown hereunder.

 

S/N

 

ROAD NAME & NO.

 

TENDER NO.

 

CONSTITUENCY

 

BUDGETARY ESTIMATE (KSHS)

 

RESERVATIONS

 

1.       

PONDENI-KAMUKUYWA (C945)

KeRRA/08/39/BGM/KML/10%RMLF/23/24-107

 

 

 

 

 

KIMILILI

5,500,000.00

YOUTH

DOWNLOAD

2.       

DREAMLAND-KHWIRORO (E1237)

KeRRA/08/39/BGM/KML/10%RMLF/23/24-108

3,500,000.00

PWD

DOWNLOAD

3.       

CHEBUKWABI-DARAJA  MUNGU (E316)

KeRRA/08/39/BGM/KML/10%RMLF/23/24-110

3,137,307.00

OPEN

DOWNLOAD

4.       

MAKHONGE –CB. KIMININI (U951)

KeRRA/08/39/BGM/KML/10%RMLF/23/24-111

3,700,000.00

OPEN

DOWNLOAD
  • The tender documents have been uploaded to the Authority’s website - kerra.go.ke.
  • Pre-tender site visit shall be held on 25th October, 2024 starting from the Regional Office in Kanduyi.
  • The opening date shall be 1/11/2024 starting at 00am at the Regional office in Kanduyi.
  • All other requirements remain as indicated in the tender notice dated 2nd October 2023

Any inconvenience caused is regretted.

ENG JARED OMONDI

REGIONAL DIRECTOR

Busia Region

Nambale Constituency

INVITATION TO TENDER FOR 22% FY 2017/18 ROADWORKS

Kenya Rural Roads Authority (KeRRA) is a state Corporation whose mandate is to offer guidance in the construction, maintenance and management of rural road network in the country. KeRRA is responsible for the management, development, rehabilitation and maintenance of rural roads. KeRRA on this 16th March, 2018 invites interested contractors to bid for road works within Busia Region as per Annex I.

Scope of Works

The scope of works shall include but not limited to:-

Culvert Installation, grading and gravelling, bush clearing and any other works as instructed on site Mandatory

Requirements

  1. Provide a copy of valid NCA 8 or above
  2. Provide a copy of Certificate of registration under Companies Act.
  3. Documentary proof of Address of the Principal Place of Business
  4. Authority to seek references from Tenderer’s Bankers
  5. Authority for Person signing the Tender
  6. Provide a copy of CR 12 except sole proprietors.
  7. Must be prequalified in that constituency for the open contracts in Financial Year 2017/19.
  8. Must have been registered for SPECIAL GROUPS and should provide a certificate from The National Treasury for Women, People Living With Disability (PLWD), or Youth Access to Government Procurement Opportunities (YAGPO).
  9. Provide copy of a Valid Tax Compliance Certificate as at the closing date.
  10. Provide all information requested for in Instructions to Tenderers and other sections of the tender documents.

A complete set of tender documents will be available at the KeRRA Regional Office, Busia commencing on, Monday, 19th March, 2018, 8.00 am to 5p.m up to and including, Thursday 12th April, 2018 12.00 noon at a non-refundable fee of Ksh.1000.00 in a form of bankers’ slip payable to KeRRA KCB account NO. 1114343196 MOI AVENUE BRANCH or a soft copy free of charge.

Duly completed tender documents in plain sealed envelopes and clearly marked with Tender number, Road code and Road name addressed to Regional Manager, KeRRA Busia P.0 Box 470-50400 Busia (K) should be deposited in the tender box located at the KeRRA Regional office.

The tenders should reach the above on or before 12.00 noon on 12th April, 2018.

Prices quoted should be exclusive of taxes but include taxes on the summary page and valid for a period of 120 days from the closing date of tender. Pretender site visit is to be held as per Annex II commencing from Regional Managers' Office at 09.00 a.m.

Notification of outcome to all tenderers will be made on the KeRRA- Busia Regional Office notice board when the

 

Constituency:Nambale

Routine Maintainance Work Plan- Summary Authority: KeRRA Funding Source :22% RMFL for CRC Financial Year:2017-18

Constituency:Namba

e(Code:92033)(92032)

 

E.E

RESEVATION

Downloads

D253

Gravel

Mungatsi -Musokoto

6.00

            3,090,240.00

OPEN

Addendum 1
Download
Notice
Pretender Notice

D253

Gravel

Musokoto -Khwirale Center

7.50

            2,871,795.76

OPEN

 Addendum 1
Download
Notice
Pretender Notice

D256

Mixed

Lwanyange -Lugulu

6.00

            3,033,469.72

OPEN

 Addendum 1
Download
Notice
Pretender Notice

D256

Mixed

Segero-Nambale

6.00

            2,667,302.40

YOUTH

 Addendum 1
Download
Notice
Pretender Notice

LLF9019

Gravel

Ekisumo -Buyofu(Sikinga)

4.74

            2,619,852.02

OPEN

 Addendum 1
Download
Notice
Pretender Notice

U_G9016

Earth

Kapina -opedur -Koshiolai

5.20

            2,416,919.62

OPEN

 Addendum 1
Download
Notice
Pretender Notice

U_G9241

Earth

Ekisumo Pri- Madende Clinic

2.05

            2,261,295.88

WOMEN

 Addendum 1
Download
Notice
Pretender Notice

U_G9247

Earth

Buyofu -Rc Church -Fatana -Karur

5.50

            1,239,127.87

PWD

 Addendum 1
Download
Notice
Pretender Notice
 

Total for:

Nambale

42.98

 20,200,003.26

   

 

Constituency:Butula

Routine Maintainance Work Plan- Summary Authority: KeRRA Funding Source :22% RMFL for CRC Financial Year:2017-18

Road Code

Surface Type

Section Name

Workplanned Length (Km)

Workplan Cost (Ksh) including VAT

  Downloads
             

Constituency:Butula(Code:92035)

 

         E.E

RESERVATION

 

D256

Mixed

Lugulu- Butula

7.55

                3,091,027.64

OPEN

 Addendum 1
Download
Notice
Pretender Notice

E152

Gravel

C30 Murumba - Malanga River

9.00

                3,403,883.44

OPEN

 Addendum 1
Download
Notice
Pretender Notice

E152A

Earth

Lugulu -Siribo

5.32

                3,063,243.30

OPEN

 Addendum 1
Download
Notice
Pretender Notice

E152A

Earth

Siribo-Bukhuyi

10.00

                3,907,219.88

OPEN

 Addendum 1
Download
Notice
Pretender Notice

U_G9189

Gravel

Kalifonia -Mungabo -Sikura

4.50

                2,449,717.95

WOMEN

 Addendum 1
Download
Notice
Pretender Notice

U_G9221

Earth

Bumala B - Siribo

0.22

                3,103,460.15

YOUTH

 Addendum 1
Download
Notice
Pretender Notice

U_G9240

Gravel

Burinda Pri. -Simuli

5.00

                1,181,451.88

PWD

Addendum 1
Download
Notice
Pretender Notice 
 

Total for:         Butula

41.59

 20,200,004.24

   

 

Constituency:Matayos

Annex 1 (c)

Routine Maintainance Work Plan- Summary Authority: KeRRA Funding Source :22% RMFL for CRC Financial Year:2017-18

Constituency:Matayos(Code:92034)(92531)

 

E.E

RESERVATION

Downloads

E151J1

Gravel

Busibwabo Factory -Busidibu

5.60

            3,284,404.12

OPEN

Addendum 1
Download
Notice
Pretender Notice

E151J1

Gravel

Mundika - Busibwabo Factory

6.30

            3,456,040.01

OPEN

Addendum 1
Download
Notice
Pretender Notice

E151J2

Earth

%

Mayenje - Busia

5.90

            2,462,732.01

WOMEN

Addendum 1
Download
Notice
Pretender Notice

E151J2

Earth

Mundika-Mayenje

6.10

            2,627,104.01

YOUTH

Addendum 1
Download
Notice
Pretender Notice

R4-Busia

Earth

Nasira- Busibwabo

6.62

            2,846,241.75

OPEN

Addendum 1
Download
Notice
Pretender Notice

U_F9011

Earth

Bugengi - Nasira

7.02

            3,121,664.63

OPEN

Addendum 1
Download
Notice
Pretender Notice

U_G9097

Earth

Polytechnic - Muyafwa

6.00

            2,401,814.92

PWD

Addendum 1
Download
Notice
Pretender Notice
 

Total for: Matayos

43.54

 20,200,001.45

 

 

Constituency:Teso North

Annex 1 (e)

Routine Maintainance Work Plan- Summary Authority: KeRRA Funding Source:22% RMFL for CRC Financial Year:2017-18

Constituency:Teso North(Code:92031)(92331)

 

E.E

RESERVATION

Downloads

D253

Gravel

Kolanya -Kawalun

6.00

            2,692,931.88

YOUTH

Addendum 1
Download
Notice
Pretender Notice

D253

Gravel

Malakisi Kolanya

5.10

            3,080,374.01

OPEN

Addendum 1
Download
Notice
Pretender Notice

E1210

Mixed

Jairos -Amagoro

7.36

            3,077,127.36

OPEN

Addendum 1
Download
Notice
Pretender Notice

E1211

Mixed

Kokare-lkapolok- Jairos

7.00

            2,880,012.18

WOMEN   

Addendum 1
Download
Notice
Pretender Notice

E1212

Earth

Kangelemuge -Duka Moja

4.40

            2,381,843.78

PWD

Addendum 1
Download
Notice
Pretender Notice

E158

Earth

Chemasire -Changara

6.40

            2,853,744.17

OPEN

Addendum 1
Download
Notice
Pretender Notice

R25-Bungc

Gravel

Kocholia -Bitobo

6.48

            3,233,968.27

OPEN

Addendum 1
Download
Notice
Pretender Notice
 

Total for: Teso North

42.73

 20,200,001.64

   

 

Constituency:Teso South

Annex 1 (f)

Routine Maintainance Work Plan- Summary Authority: KeRRA Funding Source :22% RMFL for CRC Financial Year:2017-18

Constituency:Teso South(Code:92032)(92031)

 

E.E

RESERVATION   

Downloads

D256

Mixed

Amukura Rnd Abt -Segero

8.00

            3,754,083.87

OPEN

Addendum 1
Download
Notice
Pretender Notice

D256

Mixed

Machakusi - -Amukura Rnd Abt.

9.20

            4,347,130.85

OPEN

Addendum 1
Download
Notice
Pretender Notice

D257

Mixed

Myanga -Lupida -Amukura

11.71

 2,733,662.96  

 WOMEN

Addendum 1
Download
Notice
Pretender Notice

E157

Earth

Akites -Tangakona

9.68

            3,723,124.03

OPEN

Addendum 1
Download
Notice
Pretender Notice

U_G9412

Earth

Adungosi - Ochude - Asiriam

5.50

            2,723,302.63

PWD

Addendum 1
Download
Notice
Pretender Notice

U_G9442

Earth

Apegei -Achit

4.00

            2,918,699.90

YOUTH

Addendum 1
Download
Notice
Pretender Notice
 

Total for:       Teso South

48.09

 20,200,004.24

   

PRETENDER SITE VISIT LIST FOR FY 2017/18 22% RMLF FUNDS

S/No.

Constituency

Date

Venue

Time

         

2

TESO NORTH

26TH

MARCH,2018

REGIONAL MANAGER’S OFFICE

9.00 A.M

3

TESO SOUTH

27TH

MARCH,2018

REGIONAL MANAGER’S OFFICE

9.00 A.M

4

BUTULA

27TH

MARCH,2018

REGIONAL MANAGER’S OFFICE

9.00 A.M

5

NAMBALE

28TH

MARCH,2018

REGIONAL MANAGER’S OFFICE

9.00 A.M

6

MATAYOS

28TH

MARCH,2018

REGIONAL MANAGER’S OFFICE

9.00 A.M

 

 

BUSIA REGION 2019

 

 

Kenya Rural Roads Authority

Busia Region

INVITATION FOR MAINTENANCE OF ROADS UNDER 10% CS ALLOCATION FOR FINANCIAL

YEARS 2018 / 2019

Download TENDER NOTICE

 

TENDER NUMBER: KeRRA/011/BSA/39/18/19-/001

  1. The Government of the Republic of Kenya through the Ministry of Transport, Infrastructure, Housing and Urban

Development represented by Kenya Rural Roads Authority (KeRRA), a State Corporation established under the Kenya Roads Act, 2007 (hereinafter referred to as ‘the Authority’), with the responsibility for the management, development, rehabilitation and maintenance of rural roads.

  1. The Authority seeks to procure eligible construction companies registered with the National Construction Authority (NCA) for the Routine Maintenance and Spot Improvement of Rakite – Luliba (Road E9015) in Busia Region.
  2. Mandatory Pre-Bid Site Visits for the Project shall be held on Wednesday 13thFebruary, 2019. NOTE: Every Bidder shall be represented by one person from the company authorizing them to represent the company in the pretender site visit.
  3. Interested bidders can access the following information from our website kerra.go.ke:-
  4. Scope of Work: The scope of works shall be as described in the tender document.

6. Qualification for Tendering: Mandatory Requirements

The following CLEAR documents copies must be submitted together with bid:

  1. Certificate of incorporation / Business Registration certificate
  2. Registration certificate for National Construction Authority (NCA) in category NCA 5,6 & 7 and valid practising licence (verified on the NCA Checker)
  3. Valid Tax Compliance Certificate (verified on the KRA TCC Checker)
  4. PIN/VAT Certificate
  5. Current Single business permit
  6. Pages shall be sequentially serialised
  7. Proof of having a bank account in the name of the bidder (Letter from the bank or bank statement)
  8. Valid Certificate of Registration for access to government procurement opportunities from the National treasury Persons Living with Disability Category – Small Works and Engineering, CR 12 for 12 months and copies of IDs or National passport of ALL directors.
  9. Completed documents shall be submitted to the Authority in plain sealed envelopes and clearly marked with the description: “Tender for …………… (Road Project Name), Tender Number: ……………" as the case may be, and addressed to: Regional Manager

Kenya Rural Roads Authority

Busia Region

P.O. Box 470 – 50400

BUSIA (K)

Or deposited in the Tender Box located Block “A” Entrance on or before 21st February, 2019 at 11.00 am. Opening of the Bids will take place immediately thereafter at the Authority’s Board Room in the presence of Tenderer’s or their Representatives who wish to attend.

  1. Interested bidders may also obtain further information from the Procurement Department of the Authority at the address below during official working hours from 0800 to 1700 hours (local time), Mondays to Fridays:

   

REGIONAL MANAGER, BUSIA REGION

KENYA RURAL ROADS AUTHORITY

BUSIA REGION -Dec 2018

 Addendum. Download here!

 

INVITATION FOR MAINTENANCE OF ROADS UNDER ROAD MAINTENANCE LEVY FUND FOR FINANCIAL YEARS 2018 / 2019

TENDER NUMBERS: KeRRA/011/BSA/39/18/19-/002 TO KeRRA/011/BSA/39/18/19-/063

  1. The Government of the Republic of Kenya through the Ministry of Transport, Infrastructure, Housing and Urban Development represented by Kenya Rural Roads Authority (KeRRA), a State Corporation established under the Kenya Roads Act, 2007 (hereinafter referred to as ‘the Authority’), with the responsibility for the management, development, rehabilitation and maintenance of rural roads.
  1. The Authority seeks to procure eligible construction companies registered with the National Construction Authority (NCA) for the Routine Maintenance and Spot Improvement of roads in Busia Region (as per the list and schedule provided under this Notice).
  1. Mandatory Pre-Bid Site Visits for the Project shall be as follows:

(a) Budalangi-8, Funyula Constituencies on 8th January 2019

(b) Butula, Matayos and Nambale Constituencies on 7th January 2019 and

(c) Teso North and Teso South Constituencies on 9th January 2019 starting from the Regional Offices at 9.30.am.

NOTE: Every Bidder shall be represented by one person from the company authorizing them to represent the company in the pre-tender site visit. ONE (1) PERSON SHALL REPRESENT NOT MORE THAN TWO (2) COMPANIES.

  1. Interested bidders can access the following information from our website www.kerra.go.ke:- a)   List of Tenders and Pre-Bid Site Visit Schedule.
  2. b) Tender Doc
  3. c) Note that bidders bidding for tender(s) under YW&PwD must attach proof of registrati
  1. Scope of Work: The scope of works shall be as described in the tender document.
  1. Qualification for Tendering: Mandatory Requirements

The following CLEAR documents copies must be submitted together with bid:

  1. a) Certificate of incorporation / Business Registration certificate
  2. b) Registration certificate for National Construction Authority (NCA) in category NCA 8 and above and valid practising licence (verified on the NCA Checker)
  3. c) Valid Tax Compliance Certificate (verified on the KRA TCC C hecker)
  4. d) PIN/VAT Certificate
  5. e) Current Single business permit
  6. f) Proof of having a bank account in the name of the bidder (Letter from the bank or bank statement)

 

  1. g) For tenders under YW&PwD – Valid Certificate  of Registration for access to government procurement opportunities from the National treasury for 30% Category (Women, Youth and PLWD) – Small Works and Engineering, CR 12 for 12 months and copies of IDs or National passport of ALL directors
  2. A complete set of Tender Document(s) can be obtained / purchased upon payment of a non–refundable fee of KShs. 1,000.00 (Kenya Shillings One Thousand Only). Payment should only be deposit into:

KCB Acc. Name: KeRRA-AIA Acc. No: 1114343196

Branch: Moi Avenue, Nairobi

  1. Completed documents shall be submitted to the Authority in plain sealed envelopes and clearly marked with the description: “Tender for …………… (Road Project Name), Tender Number: ……………" as the case may be, and addressed to:

Regional Manager Kenya Rural Roads Authority Busia Region

P.O. Box 470 – 50400

BUSIA (K)

Or deposited in the Tender Box located Block “A” Entrance on or before 16th January, 2019 at 11.00 am.  Opening of the Bids will take place immediately thereafter at the Authority’s Board Room in the presence of Tenderer’s or their Representatives who wish to attend.

  1. Interested bidders may also obtain further information from the Procurement Department of the Authority at the address below during official working hours from 0800 to 1700 hours (local time), Mondays to Fridays:

REGIONAL MANAGER, BUSIA REGION KENYA RURAL ROADS AUTHORITY

Constituency

Tender No..

 

Road Code

 

Section Name

Engineers

Estimate

Reserv- ation

Downlaods
   

Funding: …………

22% RMLF

       

Funyula

KeRRA/011/BSA/39/18|19-002

E9012

Ganjala - Sagania

 

5,339,219.00

All

Download

Funyula

KeRRA/011/BSA/39/18|19-003

E9013

Odiado -Kabwodo - Off Mundaya

3,798,768.00

YW&PwD

Download

Funyula

KeRRA/011/BSA/39/18|19-004

G9044

Nanderema -Rumbiye -Siaya Border

5,503,040.00

All

Download

Funyula

KeRRA/011/BSA/39/18|19-005

F9004

Ganga-Namuduru-Nyamila

5,454,976.56

All

Download

Budalangi

KeRRA/011/BSA/39/18|19-006

C672

Namabusi Beach -Bumarani

4,179,984.09

All

Download

Budalangi

KeRRA/011/BSA/39/18|19-007

C672

Bumarani -Ruambwa

 

3,919,050.72

YW&PwD

Download

Budalangi

KeRRA/011/BSA/39/18|19-008

F9001

Bulemia -Mudembi

 

3,485,800.00

All

Download

Budalangi

KeRRA/011/BSA/39/18|19-009

G9011

Borehole -Mudembi

 

3,511,320.00

All

Download

Budalangi

KeRRA/011/BSA/39/18|19-010

G9015

Sisenye -Budubusi -Ludacho

2,917,648.10

YW&PwD

Download

Teso South

KeRRA/011/BSA/39/18|19-011

C808

Machakusi -Amukura Rnd About

3,459,856.09

All

Download

Teso South

KeRRA/011/BSA/39/18|19-012

C808

Amukura Rnd About -Lupida -Myanga

4,047,184.13

YW&PwD

Download

Teso South

KeRRA/011/BSA/39/18|19-013

C825

Amukura -Segero

 

3,496,089.20

All

Download

Teso South

KeRRA/011/BSA/39/18|19-014

E9026

Asiriam -Ochude

 

3,285,856.09

All

Download

Teso South

KeRRA/011/BSA/39/18|19-015

G9444

Apegei -Achit

 

2,069,727.68

YW&PwD

Download

Teso South

KeRRA/011/BSA/39/18|19-016

G9472

Katelenyang - ECD Amukura

3,853,288.00

YW&PwD

Download

Nambale

KeRRA/011/BSA/39/18|19-017

C807

Mungatsi -Musokoto

 

4,898,529.15

All

Download

Nambale

KeRRA/011/BSA/39/18|19-018

C807

Musokoto -Khwirale

 

4,883,970.32

YW&PwD

Download

Nambale

KeRRA/011/BSA/39/18|19-019

C825

Segero- Nambale

 

5,018,437.01

YW&PwD

Download

Nambale

KeRRA/011/BSA/39/18|19-020

C825

Nambale - Lugulu

 

5,295,070.68

All

Download

Matayos

KeRRA/011/BSA/39/18|19-021

C826

Busia -Mayenje

 

3,559,394.67

YW&PwD

Download

Matayos

KeRRA/011/BSA/39/18|19-022

C826

Mayenje - Mundika

 

3,638,357.08

All

Download

Matayos

KeRRA/011/BSA/39/18|19-023

C826

Mundika -Busibwabo

 

3,543,138.43

YW&PwD

Download

Matayos

KeRRA/011/BSA/39/18|19-024

C826

Busibwabo - Busidibu

3,524,577.78

All

Download

Matayos

KeRRA/011/BSA/39/18|19-025

G9097

Polytechnic -Muyafwa

2,825,356.13

All

Download

 

Constituency

Tender No..

 

Road Code

 

Section Name

Engineers

Estimate

Reserv- ation

Download

Matayos

KeRRA/011/BSA/39/18|19-026

G9156

Nasira -Busibwabo

 

3,005,176.18

All

Download

Teso North

KeRRA/011/BSA/39/18|19-027

C807

Malakisi -Kolanya

 

3,017,392.00

All

Download

Teso North

KeRRA/011/BSA/39/18|19-028

C807

Kolanya -Kawalun

 

3,210,467.04

YW&PwD

Download

Teso North

KeRRA/011/BSA/39/18|19-029

C831

Chemasir - Changara

 

2,909,767.20

YW&PwD

Download

Teso North

KeRRA/011/BSA/39/18|19-030

D1829

Kocholia -Bitobo

 

3,175,244.20

All

Download

Teso North

KeRRA/011/BSA/39/18|19-031

D831

Kangelemuka -Duka Moja (Angurai Chiefs Center)

2,705,120.00

All

Download

Teso North

KeRRA/011/BSA/39/18|19-032

F9030

Jairos -Amagoro

 

2,592,545.11

All

Download

Teso North

KeRRA/011/BSA/39/18|19-033

G90511

Kokare(Kiriko) -Ikapolok- Jairos

2,485,468.01

All

Download

Butula

KeRRA/011/BSA/39/18|19-034

C825

Lugulu -Butula

 

2,846,640.00

All

Download

Butula

KeRRA/011/BSA/39/18|19-035

D1848

Bumala -DB-Siaya

 

2,454,328.00

All

Download

Butula

KeRRA/011/BSA/39/18|19-036

E9014

Bujumba -Bukhwaku

 

4,000,728.27

All

Download

Butula

KeRRA/011/BSA/39/18|19-037

E9203

Tingolo -Masendebele -Indngalasia

2,860,786.99

YW&PWD

Download

Butula

KeRRA/011/BSA/39/18|19-038

F9013

Murumba -Msikoma -Khunyangu

2,649,328.27

All

Download

Butula

KeRRA/011/BSA/39/18|19-039

G9121

Bukhalarire - Busiada -Burinda

2,642,368.27

All

Download

Butula

KeRRA/011/BSA/39/18|19-040

G9122

Oloo Market -Lerekwe -Khunyangu

2,525,824.41

YW&PWD

Download
   

Funding: …………

10% RMLF

       

Funyula

KeRRA/011/BSA/39/18|19-041

C828

Nangina - Sio-Port

 

2,310,593.56

YW&PwD

Download

Funyula

KeRRA/011/BSA/39/18|19-042

C828

Sio-Port - Okados

 

2,188,920.00

All

Download

Funyula

KeRRA/011/BSA/39/18|19-043

C830

Ganjala -Nakhasiko

 

2,229,408.27

YW&PwD

Download

Funyula

KeRRA/011/BSA/39/18|19-044

C830

Nakhasiko - Nangina

 

2,352,944.00

All

Download

Budalangi

KeRRA/011/BSA/39/18|19-045

C828

Okados  - Mundere

 

3,090,240.00

All

Download

Budalangi

KeRRA/011/BSA/39/18|19-046

D1856

D250 Junct -Sisenye

 

3,074,649.23

All

Download

Budalangi

KeRRA/011/BSA/39/18|19-047

E9003

Sigiri Bridge -Port-Victoria (Kulokhoma)

2,916,976.09

All

Download

Teso South

KeRRA/011/BSA/39/18|19-048

G9443

Aterait- Sokomoko

 

2,558,960.00

All

Download

Teso South

KeRRA/011/BSA/39/18|19-049

G9461

Akoreet-St.Bridgits -Nyalokot

2,677,280.00

All

Download

Teso South

KeRRA/011/BSA/39/18|19-050

P38

Town ship-Amoni- Angorom

3,845,592.56

All

Download

Nambale

KeRRA/011/BSA/39/18|19-051

C826

Busidibu -Nambale

 

2,807,088.76

YW&PwD

Download

Nambale

KeRRA/011/BSA/39/18|19-052

E9021

Nambale - Mabunge

 

3,173,187.08

All

Download

 

Constituency

Tender No..

Road Code

 

Section Name

Engineers

Estimate

Reserv- ation

 

Nambale

KeRRA/011/BSA/39/18|19-053

F9021

Buyofu - Madibo

 

3,101,589.12

All

Download

Matayos

KeRRA/011/BSA/39/18|19-054

C830

Matayos - Ganjala

 

2,084,812.32

YW&PwD

Download

Matayos

KeRRA/011/BSA/39/18|19-055

D1850

Matayos -Namwitsula

2,476,467.44

All

Download

Matayos

KeRRA/011/BSA/39/18|19-056

D1850

Namwitsula -Nasewa

 

2,119,155.40

YW&PwD

Download

Matayos

KeRRA/011/BSA/39/18|19-057

F9012

Bugengi -Sirisia

 

2,401,432.00

All

Download

Teso North

KeRRA/011/BSA/39/18|19-058

C814

Angaro -Malinda

 

2,245,615.00

All

Download

Teso North

KeRRA/011/BSA/39/18|19-059

C831

Angurai -Chemasir

 

3,316,208.00

All

Download

Teso North

KeRRA/011/BSA/39/18|19-060

D1829

Kotur -Kocholia

 

3,520,043.20

YW&PwD

Download

Butula

KeRRA/011/BSA/39/18|19-061

G9143

Muruka - Inungo

 

2,624,600.22

All

Download

Butula

KeRRA/011/BSA/39/18|19-062

G9146

Bwaliro -Sikura- Nango

3,715,480.00

YW&PwD

Download

Butula

KeRRA/011/BSA/39/18|19-063

G9147

Butula - Sikarira

 

2,741,786.58

All

Download

BUSIA REGION 10 % RMLF FY 2021-2022

                                                                                        WI/27                                                                

                               KENYA RURAL ROADS AUTHORITY

                                              UPPER WESTERN REGION

                                                          BUSIA OFFICE

                                            

                                                                                            INVITATION TO NOTICE                                                                                12th November, 2021

download advert 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 hereby invites tenders from contractors prequalified in Upper Western Region (Busia Office) under categories C, D & E – Financial Year 2021-2022 and AGPO eligible firms for routine maintenance and Spot improvement works, funded vide 10% RMLF on the roads indicated below:

 

 

S/N

 

ROAD NAME & NO.

 

TENDER NO.

 

CONSTITUENCY

 

BUDGETARY ESTIMATE (KSHS)

 

RESERVATIONS

PRETENDER SITE VISIT DATE

OPENING DATE

 

1.       

MAGOMBE-BORO (C827) 

KeRRA/08/39/BSA/BDL/10%RMLF/2021/22-049

 

 

 

 

BUDALANGI

3,642,000.00

PWD

Due to the Covid 19 Pandemic, Bidders to make own arrangements to familiarize with the site for appropriate bidding

30/11/2021     at 10.00am

download

2.       

OFF HAKATI – PORT VICTORIA ROAD (C829)

KeRRA/08/39/BSA/BDL/10%RMLF/2021/22-050

4,321,000.00

OPEN

download

3.       

D250 JUNC-SISENYE (D1856)

KeRRA/08/39/BSA/BDL/10%RMLF/2021/22-052

3,037,000.00

OPEN

download

4.       

BUMALA-DB SIAYA(D1848) 

KeRRA/08/39/BSA/BTL/10%RMLF/2021/22-046

 

 

 

 

 

 

BUTULA

2,531,000.00

OPEN

download

5.       

BUHUYI-NANGENI RV-MUFUBU DISP. (OFF D1849) 

KeRRA/08/39/BSA/BTL/10%RMLF/2021/22-047

3,526,000.00

OPEN

download

6.       

BURINDA-BURIYA- NYAMWANGA(F9014)

KeRRA/08/39/BSA/BTL/10%RMLF/2021/22-048

2,701,000.00

WOMEN

download

7.       

KINGANDOLE-MUSOMA (OFF E9020) 

KeRRA/08/39/BSA/BTL/10%RMLF/2021/22-062

2,442,000.00

OPEN

download

8.       

GANGA – NAMUDURU - NYAMILA (F9004)

KeRRA/08/39/BSA/FYL/10%RMLF/2021//22-058

 

 

 

 

 

FUNYULA

2,908,000.00

OPEN

download

9.       

JNCT C778- WAKHUNGU PRI. (G9064)

KeRRA/08/39/BSA/FYL/10%RMLF/2021//22-059

3,070,000.00

OPEN

download

10.     

MUMBAKA - NAMBENGELE (C828)

KeRRA/08/39/BSA/FYL/10%RMLF/2021//22-060

5,022,000.00

YOUTH

download

11.     

BUSIDIBU – NAMBALE(MAARIFA) (C826)

KeRRA/08/39/BSA/NBL/10%RMLF/21/22-051

 

 

 

 

NAMBALE

 

 

4,232,000.00

PWD

download

12.     

MALANGA Rv – MALANGA JUNCT ROAD (E9020/C987)

KeRRA/08/39/BSA/NBL/10%RMLF/21/22-053

1,188,000.00

OPEN

download

13.     

ARINGO JUNCT: - MABUNGE   (E9021/C988)

KeRRA/08/39/BSA/NBL/10%RMLF/21/22-054

5,580,000.00

OPEN

download

14.     

NAMWITSULA BRIDGE - NASEWA (D1851/C946)

KeRRA/08/39/BSA/MTS/10%RMLF/21/22-055

 

 

 

 

MATAYOS

3,903,000.00

OPEN

Due to the Covid 19 Pandemic, Bidders to make own arrangements to familiarize with the site for appropriate bidding

30/11/2021     at 10.00am

download

15.     

MATAYOS – NAMWITSULA BRIDGE (D1851/C946)

KeRRA/08/39/BSA/MTS/10%/RMLF/21/22-056

3,632,000.00

OPEN

download

16.     

GANJALA – MATAYOS (C830)

KeRRA/08/39/BSA/MTS/10%RMLF/21/22-057

3,465,000.00

WOMEN

download

17.     

OKAME TECHNICAL- SEGERO ROAD (D1855) C948

KeRRA/08/39/BSA/TS/10%RMLF/2021/22-043

 

 

 

 

 

 

TESO SOUTH

4,279,000.00

OPEN

download

18.     

B1 JNCT-VICTORY ACADEMY (OFF P38)

KeRRA/08/39/BSA/TS/10%RMLF/2021/22-044

2,158,000.00

OPEN

download

19.     

TOWNSHIP-AMONI-ANGOROM (P38)

KeRRA/08/39/BSA/TS/10%RMLF/2021/22-045

1,740,000.00

WOMEN

download

20.     

BUTEBA-ADUNGOSI-OKAME TECHNICAL (D1855) C948

KeRRA/08/39/BSA/TS/10%RMLF/2021/22-061

3,323,000.00

OPEN

download

21.     

CHANGARA-CHEMASIR (C831)

KeRRA/08/39/BSA/TN/10%RMLF/2021/22-040

 

 

 

 

TESO NORTH

4,446,000.00

OPEN

download

22.     

ANG’ARO-AKOBWAITCHA (C814)

KeRRA/08/39/BSA/TN/10%RMLF/2021/22-041

2,470,000.00

OPEN

download

23.     

ANGURAI-CHEMASIR (C831)

KeRRA/08/39/BSA/TN/10%RMLF/2021/22-042

4,084,000.00

WOMEN

download

    QUALIFICATION FOR TENDERING

 

Mandatory Requirements

   Eligible bidders MUST meet and submit the following with the bid:

  1. Certified copy of Certificate of Incorporation
  2. Certified copy of valid practicing license as a contractor (Roads & Civil Works NCA 8 and above)  
  3. Certified copy of VAT & PIN registration certificate
  4. Copy of Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
  5. Certified copy of CR 12 (Issued within the last 12 months from the tender opening date)
  6. Certified copies of National Identity Cards/Passports of Directors.
  7. Certified copy of Valid Single Business Permit
  8. Certified copy of Valid Certificate of Registration for Access to Government Procurement Opportunities (AGPO), from the National Treasury (For Disadvantaged groups, Women, Youth and Persons With Disability)
  9. Contractors bidding for PWD tenders should attach Certified copies of their Identity Cards issued by the National Council for Persons with Disability.
  10. Certified copies of Log books for ownership of Machines and Equipment. Those hiring Must provide certified copies of Lease Agreements and certified copies of Log books, valid not more than three months from the date of tender opening.
  11. Current Sworn Affidavit not more than 3 months from the tender opening date
  12. Proof of having opened a bank account in the contractor’s name
  13. Form of tender correctly filled, signed & stamped
  14. Confidential Business Questionnaire correctly filled, signed & stamped
  15. Authority to seek reference from Contractors’ bankers
  16. Bidders Must serialize sequentially all pages of their tender documents submitted.

NOTE:

  1. All certification of documents shall be original and executed by a Commissioner for Oaths or Notaries Public.
  2. Certificates/ Licenses may be verified from or with the Issuing Authorities or Agencies

 

Other Requirements

As specified in the respective tender document covering the following:

  1. Similar previous experience where applicable
  2. Professional and Technical personnel
  3. Current work load
  4. Litigation History
  5. Eligibility:
  6. Pre-tender site visit shall be as indicated in the table above
  7. Any form of Canvassing will lead to disqualification

 

Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 16/11/2021. Duly completed tender documents in plain sealed envelopes marked with the respective tender number, project name should be addressed to:

                                                                                 

                                          The Regional Director,

                                          KeRRA Upper Western Region

                                          P.O Box 470-50400

                                          BUSIA

The same should be deposited in the tender box at the KeRRA Busia Office on or before the date of opening as indicated in the table above. Tenders will be opened immediately thereafter at the same venue in the presence of tenderers or their representatives who choose to attend. Late bids will not be accepted.

ENG. JARED OMONDI

REGIONAL DIRECTOR

BUSIA REGION 10 %SAV RMLF.

                                                WI/27

                               KENYA RURAL ROADS AUTHORITY  

                       BUSIA REGION

 

                                                                     INVITATION TO TENDER NOTICE                   14 November, 2023

DOWNLOAD ADVERT 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 national secondary trunk roads.

The Authority hereby invites tenders from contractors prequalified in Busia Region under categories C,D & E- Financial Year 2023/2025 and AGPO eligible firms for Routine maintenance and Spot improvement works funded vide 10 %SAV  RMLF on the roads indicated below:

A). The following tenders are RESTRICTED to the tenderer’s prequalified in KeRRA Busia region for the year starting 1 July, 2023 and ending 30 June, 2025, only

S/No

Road Code

Road Name

Tender No.

Budgetary Estimate (Kshs)

Bid Security (Kshs)

Constituency

 

1.

C828

Bumayenga Pri. –Mustafa Slaughter

KeRRA/08/39/BSA/FYL/SAV10%RMLF/22/23– 107

3,148,240.00

N/A

Funyula

DOWNLOAD

2

C948

Segero – Okame Tech

KeRRA/08/39/BSA/TS/SAV 10%RMLF/22/23– 109

2,781,900.00

N/A

Teso South

DOWNLOAD

3.

F9021

Sibembe - Buyofu

KeRRA/08/39/BSA/NBL/SAV10%RMLF/22/23 – 110

5,761,140.00

100,000

Nambale

DOWNLOAD

4.

OFF G9496

Malaba – Kajei (Lavender Hotel Aleles)

KeRRA/08/39/BSA/TN/SAV 10%RMLF/22/23 – 113

    556,800.00

N/A

Teso North

DOWNLOAD

B). The following tenders are OPEN to AGPO GROUP as registered with the National Treasury (Youth, Women & PWD), registered groups/companies by the National Treasury as outlined in the table below:

S/No

Road Code

Road Name

Tender No.

AGPO Group

Budgetary Estimate (Kshs)

Constituency

 

1.

OFF C778 F9003

Namalo – Budalangi (Ruambwa)

KeRRA/08/39/BSA/BDL/SAV10%RMLF/22/23 - 108

PWD

3,635,904

Budalang’i

DOWNLOAD

2

G9021

Rakite – Lugingo- Mudoma

KeRRA/08/39/BSA/MTS/SAV10%RMLF/22/23 - 111

Women

3,415,550

Matayos

DOWNLOAD

3.

OFF C831 F9031

Kakapel – Awata

KeRRA/08/39/BSA/TN/SAV 10%RMLF/22/23 - 112

Women

2,593,272

Teso North

DOWNLOAD

4.

E9020 C30

Murumba – Malanga RV

KeRRA/08/39/BSA/BTL/SAV10%RMLF/22/23 - 114

Youth

3,183,852

Butula

DOWNLOAD
  1. PRE – TENDER SIRE VISIT IS MANDATORY; THE SCHEDULE IS AS PROVIDED IN THE TABLE BELOW:

No

Constituency

Venue

Date

Time

1

Budalangi

Busia Regional Office

22 November, 2023

9:30 am

2

Funyula

Busia Regional Office

21 November, 2023

9:30 am

3

Matayos

Busia Regional Office

21 November, 2023

9:30 am

4

Teso South

Busia Regional Office

21 November, 2023

9:30 am

5

Teso North

Busia Regional Office

21 November, 2023

9:30 am

6

Nambale

Busia Regional Office

21 November, 2023

9:30 am

7

Butula

Busia Regional Office

21 November, 2023

9:30 am

C   TENDER OPENING VENUE, DATE AND TIME

Tender opening date & time: 28 November, 2023 at 10.00 am at the same venue

                         

QUALIFICATION FOR TENDERING

 

Mandatory Requirements

 

   Eligible bidders MUST meet and submit the following with the bid:

  1. Must be prequalified in KeRRA Busia Region.
  2. Certified copy of Certificate of Incorporation
  3. Copy of a valid NCA certificate and practicing license as a contractor (Roads & Civil Works NCA 8 and above)  
  4. Copy of Valid VAT & PIN registration certificate
  5. Copy of Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
  6. Certified copy of CR 12 (Issued within the last 12 months from the tender opening date)
  7. Certified copies of National Identity Cards/Passports of Directors.
  8. Certified copy of Valid Single Business Permit
  9. Certified copy of Valid Certificate of Registration for Access to Government Procurement Opportunities (AGPO), from the National Treasury (For Disadvantaged groups, Women, Youth and Persons with Disability). Note: :All Contractors bidding for PWD tenders must  attach certified copies of their Identity Cards as issued by the National Council for Persons with Disability.
  10. Certified copies of Log books for ownership of Machines and Equipment. Those hiring Must provide certified copies of Lease Agreements and certified copies of Log books, valid not more than three months from the date of tender opening.
  11. Current Sworn Affidavit not more than 3 months from the tender opening date
  12. Proof of having opened a bank account in the contractor’s name
  13. Form of tender correctly filled, signed & stamped on company letterhead
  14. Confidential Business Questionnaire correctly filled, signed & stamped
  15. Ensure all schedules as provided in the bid document are appropriately filled
  16. Authority to seek reference from Contractors’ bank well written and attached.
  17. Bidders must serialize sequentially all pages of their tender documents.
  18. Valid Pre-tender site visit certificate
  19. Other qualifications as outlined in the tender document

 

NOTE:

  1. All certification of documents shall be original and executed by a Commissioner for Oaths or Notaries Public.
  2. Certificates/ Licenses/ previous experience will be verified with the Issuing Authorities or Agencies
  3. Pre-tender site visit is a mandatory requirement
  4. All attachments must be legible.

 

Other Requirements

As specified in the respective tender document covering the following:

  1. Similar previous experience where applicable
  2. Professional and Technical personnel
  3. Current work load
  4. Litigation History
  5. Work Methodology
  6. Eligibility;
  7. a) Any form of Canvassing will lead to automatic disqualification

Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 14/11/2023. Duly completed tender documents in plain sealed envelopes marked with the respective tender number, project name should be addressed to:

                                                                                 

                            

                                         The Regional Director,

                                          KeRRA Upper Western Region

                                          P.O Box 470-50400

                                          BUSIA

The same should be deposited in the tender box at the KeRRA Busia Office on or before the date of opening as indicated in the table above. Tenders will be opened immediately thereafter at the same venue in the presence of tenderers or their representatives who choose to attend. Late bids will not be accepted.

Eng. Jared Omondi

REGIONAL DIRECTOR

BUSIA REGION 10% RMLF FY 2022/2023

                               INVITATION TO TENDER NOTICE       10th January, 2023

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 national secondary trunk roads.

The Authority hereby invites tenders from contractors prequalified in Busia Region under categories C, D & E – Financial Year 2022-2023 and AGPO eligible firms for Routine maintenance and Spot improvement Road works funded vide 10% RMLF on the roads indicated below:

 Download Advert Here

 

S/NO

 

ROAD CODE

 

ROAD NAME

 

TENDER NO.

 

RESERVATIONS

 

BUDGETARY ESTIMATE (KSHS)

 

BID SECURITY(Kshs)

 

CONSTITUENCY

 PRE-TENDER SITE VISIT DATE &

TIME

1.

C828

Okados-Mundere

KeRRA/08/39/BSA/BDL/10%RMLF/2022/23-059          

OPEN

5,850,000.00

100,000.00

           BUDALANGI      

             16/1/2023

9.00 AM REGIONAL DIRECTOR’S OFFICE

2

D1848

Bumala-Db Siaya

KeRRA/08/39/BSA/BTL/10%RMLF/2022/23-080

WOMEN

5,500,000.00

N/A

BUTULA

3

E9006

Muramba-Nyakwaka-Sio Port

KeRRA/08/39/BSA/FYL/10%RMLF/2022/23-070

OPEN

5,470,000.00

100,000.00

 FUNYULA

4

F9017

Off F9012 G9149:Korinda-Esirisia

KeRRA/08/39/BSA/MTS/10%RMLF/2022/23-039

OPEN

5,600,000.00

100,000.00

MATAYOS

5

F9021

Sibembe-Buyofu

KeRRA/08/39/BSA/NBL/10%RMLF/2022/23-038

OPEN

5,580,000.00

100,000.00

NAMBALE

6

D1831

Off D1831 C989: Jairos (Asianutecd)-Okuleu-Awata

KeRRA/08/39/BSA/TN/10%RMLF/2022/23-027

OPEN

6,230,000.00

100,000.00

TESO NORTH

7

D1850

Obekai-Tangakona

KeRRA/08/39/BSA/TS/10%RMLF/2022/23-008/2-53-22|23-008

OPEN

3,105,000.00

N/A

TESO SOUTH

 

8

D1855

Off D1855/C998 Akites-Obekai

KeRRA/08/39/BSA/TS/10%RMLF/2022/23-010

OPEN

3,012,000.00

N/A

NOTE

TENDER OPENING DATE & TIME: 24/1/2023 10.00 AM

 

                                    

QUALIFICATION FOR TENDERING

 

Mandatory Requirements

 

   Eligible bidders MUST meet and submit the following with the bid:

  1. Certified copy of Certificate of Incorporation
  2. Certified copy of valid practicing license as a contractor (Roads & Civil Works NCA 8 and above)  
  3. Copy of Valid VAT & PIN registration certificate
  4. Copy of Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
  5. Certified copy of CR 12 (Issued within the last 12 months from the tender opening date)
  6. Certified copies of National Identity Cards/Passports of Directors.
  7. Certified copy of Valid Single Business Permit
  8. Certified copy of Valid Certificate of Registration for Access to Government Procurement Opportunities (AGPO), from the National Treasury (For Disadvantaged groups, Women, Youth and Persons With Disability)
  9. Contractors bidding for PWD tenders should attach certified copies of their Identity Cards issued by the National Council for Persons with Disability.
  10. Certified copies of Log books for ownership of Machines and Equipment. Those hiring Must provide certified copies of Lease Agreements and certified copies of Log books, valid not more than three months from the date of tender opening.
  11. Current Sworn Affidavit not more than 3 months from the tender opening date
  12. Proof of having opened a bank account in the contractor’s name
  13. Form of tender correctly filled, signed & stamped on company letterhead
  14. Confidential Business Questionnaire correctly filled, signed & stamped
  15. Authority to seek reference from Contractors’ bankers
  16. Bidders must serialize sequentially all pages of their tender documents submitted.

NOTE:

  1. All certification of documents shall be original and executed by a Commissioner for Oaths or Notaries Public.
  2. Certificates/ Licenses may be verified from or with the Issuing Authorities or Agencies
  3. Pre-tender site visit is a mandatory requirement

 

Other Requirements

As specified in the respective tender document covering the following:

  1. Similar previous experience where applicable
  2. Professional and Technical personnel
  3. Current work load
  4. Litigation History
  5. Eligibility;
  6. a) Any form of Canvassing will lead to automatic disqualification

Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 10/1/2023. Duly completed tender documents in plain sealed envelopes marked with the respective tender number, project name should be addressed to:

                                                                                 

                            

                                         The Regional Director,

                                          KeRRA Upper Western Region

                                          P.O Box 470-50400

                                          BUSIA

The same should be deposited in the tender box at the KeRRA Busia Office on or before the date of opening as indicated in the table above. Tenders will be opened immediately thereafter at the same venue in the presence of tenderers or their representatives who choose to attend. Late bids will not be accepted.

ENG. JARED OMONDI

REGIONAL DIRECTOR

BUSIA REGION 22% & 10% RMLF SAVINGS FY 2020/2021.

                                                                                   WI/27                                                

                        KENYA RURAL ROADS AUTHORITY

                 UPPER WESTERN REGION

         BUSIA OFFICE

                                            

                                                                                               INVITATION TO NOTICE                                                                                         13th September, 2021

 

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 tenders from contractors prequalified in Upper Western Region (Busia Office) under categories C, D & E – Financial Year 2020-2021 and AGPO eligible firms for routine maintenance and Spot improvement works, funded vide 22% & 10% RMLF Savings for the financial year 2020-2021 on the roads indicated below:

 download advert here

 

S/N

 

ROAD NAME & NO.

 

TENDER NO.

 

CONSTITUENCY

 

BUDGETARY ESTIMATE (KSHS)

 

RESERVATIONS

PRETENDER SITE VISIT DATE

OPENING DATE

 

1.       

HAKATI – LAKE VICTORIA (C829)

KeRRA/011/39/BSA/BDL/22%SAV/20/21-094

 

 

BUDALANGI

1,978,000.00

YOUTH

Due to the Covid 19 Pandemic, Bidders to make own arrangements to familiarize with the site for appropriate bidding

21/9/2021     at 10.00am

download

2.       

BUMARARANI – BUSAGWA (C672)

KeRRA/011/39/BSA/BDL/10%SAV/20/21-101

1,030,000.00

OPEN

download

3.       

BURINDA – BUJUMBA -BUKWAKU (F9014)

KeRRA/011/39/BSA/BDL/22%SAV/20/21-096

 

 

 

 

BUTULA

4,305,000.00

OPEN

download

4.       

BURINDA – BUSIADA (G9106)

KeRRA/011/39/BSA/BDL/22%SAV/20/21-097

1,246,000.00

WOMEN

download

5.       

BULWANI – BULEMIA (G9142)

KeRRA/011/39/BSA/BDL/10%SAV/20/21-102

842,000.00

PWD

download

6.       

ODIADO – KABWODO (E9013)

KeRRA/011/39/BSA/BDL/22%SAV/20/21-095

 

 

FUNYULA

2,884,000.00

OPEN

download

7.       

MURAMBA – NYAKWAKA (E9006)

KeRRA/011/39/BSA/BDL/10%SAV/20/21-103

1,025,000.00

YOUTH

download

8.       

MUNDIKA – BUSIBWABO (C826)

KeRRA/011/39/BSA/BDL/22%SAV/20/21-092

 

 

 

 

MATAYOS

2,658,000.00

OPEN

download

9.       

BUGENGI – NASIRA (F9011)

KeRRA/011/39/BSA/BDL/22%SAV/20/21-093

1,653,000.00

OPEN

download

10.     

MATAYOS – NAMWITSULA BRIDGE (D1851)

KeRRA/011/39/BSA/BDL/10%SAV/20/21-108

920,000.00

YOUTH

download

11.     

NAMBALE – MALANGA (C825)

KeRRA/011/39/BSA/BDL/22%SAV/20/21-091

 

 

 

 

NAMBALE

2,557,000.00

WOMEN

download

12.     

SEGERO – NAMBALE (C825)

KeRRA/011/39/BSA/BDL/22%SAV/20/21-090

2,716,000.00

OPEN

download

13.     

BUSIDIBU – NAMBALE (LUGULU)(C826)

KeRRA/011/39/BSA/BDL/10%SAV/20/21-107

854,000.00

PWD

download

14.     

AIC KAKOLI – ABOLOI DISPENSARY (D1831)

KeRRA/011/39/BSA/BDL/22%SAV/20/21-106

 

 

 

TESO NORTH

3,232,000.00

WOMEN

download

15.     

ANG’URAI - CHEMASIRI (C831)

KeRRA/011/39/BSA/BDL/10%SAV/20/21-105

1,052,000.00

OPEN

download

16.     

AMUKURA – SEGERO (C825)

KeRRA/011/39/BSA/BDL/22%SAV/20/21-098

 

 

TESO SOUTH

1,754,000.00

OPEN

download

17.     

SIMBA CHAI – LUKOLIS (E9029)

KeRRA/011/39/BSA/BDL/22%SAV/20/21-104

1,418,000.00

YOUTH

download

 

  QUALIFICATION FOR TENDERING

 

Mandatory Requirements

   Eligible bidders MUST meet and submit the following with the bid:

  1. Certified copy of Certificate of Incorporation
  2. Certified copy of valid practicing license as a contractor (Roads & Civil Works NCA 8 and above)  
  3. Certified copy of VAT & PIN registration certificate
  4. Copy of Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
  5. Certified copy of CR 12 (Issued within the last 12 months from the tender opening date)
  6. Certified copies of National Identity Cards/Passports of Directors.
  7. Certified copy of Valid Single Business Permit
  8. Certified copy of Valid Certificate of Registration for Access to Government Procurement Opportunities (AGPO), from the National Treasury (For Disadvantaged groups, Women, Youth and Persons with Disability)
  9. Contractors bidding for PWD tenders should attach Certified copies of their Identity Cards issued by the National Council for Persons with Disability.
  10. Certified copies of Log books for ownership of Machines and Equipment. Those hiring Must provide certified copies of Lease Agreements and certified copies of Log books, valid not more than three months from the date of tender opening.
  11. Current Sworn Affidavit not more than 3 months from the tender opening date
  12. Proof of having opened a bank account in the contractor’s name
  13. Form of tender correctly filled, signed & stamped
  14. Confidential Business Questionnaire correctly filled, signed & stamped
  15. Authority to seek reference from Contractors’ bankers
  16. Bidders Must serialize sequentially all pages of their tender documents submitted.

NOTE:

  1. All certification of documents shall be original and executed by a Commissioner for Oaths or Notaries Public.
  2. Certificates/ Licenses may be verified from or with the Issuing Authorities or Agencies

 

Other Requirements

As specified in the respective tender document covering the following:

  1. Similar previous experience where applicable
  2. Professional and Technical personnel
  3. Current work load
  4. Litigation History (Provide sworn Affidavit) – executed within 3 months of the tender opening date
  1. Eligibility:
  2. Pre-tender site visit shall be as indicated in the table above
  3. Any form of Canvassing will lead to disqualification

 

Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 14/9/2021. Duly completed tender documents in plain sealed envelopes marked with the respective tender number, project name should be addressed to:

                                                                                 

                                          The Regional Director,

                                          KeRRA Upper Western Region

                                          P.O Box 470-50400

                                          BUSIA

The same should be deposited in the tender box at the KeRRA Busia Office on or before the date of opening as indicated in the table above. Tenders will be opened immediately thereafter at the same venue in the presence of tenderers or their representatives who choose to attend. Late bids will not be accepted.

ENG. JARED OMONDI

REGIONAL DIRECTOR

BUSIA REGION 22% SAV FY22/23 RMLF .

                                                WI/27

                               KENYA RURAL ROADS AUTHORITY  

                             BUSIA REGION

 

                                                                                      INVITATION TO TENDER NOTICE                                                                                 14 November, 2023

DOWNLOAD ADVERT 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 national secondary trunk roads.

The Authority hereby invites tenders from contractors prequalified in Busia Region under categories C,D & E- Financial Year 2023/2025 and AGPO eligible firms for Routine maintenance and Spot improvement works funded vide 22% SAV FY22/23 RMLF on the roads indicated below:

A). The following tenders are RESTRICTED to the tenderer’s prequalified in KeRRA Busia region for the year starting 1 July, 2023 and ending 30 June, 2025, only

S/No

Road Code

Road Name

Tender No.

Budgetary Estimate (Kshs)

Bid Security(Kshs)

Constituency

 

1.

OFFC778 G9045

Funyula – Bukiri(Sijowa)

KeRRA/08/39/BSA/FYL/ SAV 22%RMLF/23/24 - 095

3,820,576.00

N/A

Funyula

DOWNLOAD

2

OFF C778 F9003

Namalo – Budalangi (Ruambwa)

KeRRA/08/39/BSA/BDL/ SAV 22%RMLF/23/24 - 097

6,358656.00

100,000.00

Budalang’i

DOWNLOAD

3.

F9029

Simbachai - Lukolis

KeRRA/08/39/BSA/TS/ SAV22%RMLF/23/24 - 099

3,012,531.60

100,000.00

Teso South

DOWNLOAD

4.

F9021

Madibo Mkt – Mwenge Pri.

KeRRA/08/39/BSA/NBL/ SAV22%RMLF/23/24 - 101

4,025,200.00

N/A

Nambale

DOWNLOAD

5

OFF D1851

Nabisiongo - Busendabale

KeRRA/08/39/BSA/MTS/ SAV22%RMLF/23/24 - 103

3,009,040.00

N/A

Matayos

DOWNLOAD

6

OFF C831 F9033

ACC’sOffice Ang’urai – Apokor –Duka Moja(Apokor – Kakemer)

KeRRA/08/39/BSA/TN/ SAV 22%RMLF/23/24 - 106

4,080,636.00

N/A

Teso North

DOWNLOAD

7

C828

G9121:Oloo Mkt -Lerekwe

KeRRA/08/39/BSA/BTL/ SAV22%RMLF/23/24 - 105

7,037,720.00

100,000.00

Butula

DOWNLOAD

B). The following tenders are OPEN to AGPO GROUP registered with the National Treasury (Youth, Women & PWD), registered groups/companies by the National Treasury as outlined in the table below:

S/No

Road Code

Road Name

Tender No.

AGPO GROUP

Budgetary Estimate (Kshs)

Constituency

 

1.

E9010

Funyula - Ebukwamba

KeRRA/08/39/BSA/FYL/22% SAV RMLF/23/24 - 096

Youth

2,274,644.00

Funyula

DOWNLOAD

2

C825

Amukura - Segero

KeRRA/08/39/BSA/TS/ SAV 22%RMLF/23/24 - 098

Women

3,122,836.00

Teso South

DOWNLOAD

3.

OFF C807

Mwangaza Pri.-Kachero-Logir Jct

KeRRA/08/39/BSA/NBL/ SAV 22%RMLF/23/24 - 100

PWD

2,620,927.20

Nambale

DOWNLOAD

4.

C826

Busia - Mayenje

KeRRA/08/39/BSA/MTS/ SAV 22%RMLF/23/24 - 102

Youth

2,851,048.00

Matayos

DOWNLOAD

5.

D1829

Kocholia - Bitobo

KeRRA/08/39/BSA/TN/ SAV 22%RMLF/23/24 - 104

PWD

2,000,002.00

Teso North

DOWNLOAD
  1. PRE – TENDER SIRE VISIT IS MANDATORY; THE SCHEDULE IS AS PROVIDED IN THE TABLE BELOW:

No

Constituency

Venue

Date

Time

1

Budalangi

Busia Regional Office

22 November, 2023

9:30 am

2

Funyula

Busia Regional Office

21 November, 2023

9:30 am

3

Matayos

Busia Regional Office

21 November, 2023

9:30 am

4

Teso South

Busia Regional Office

21 November, 2023

9:30 am

5

Teso North

Busia Regional Office

21 November, 2023

9:30 am

6

Nambale

Busia Regional Office

21 November, 2023

9:30 am

7

Butula

Busia Regional Office

21 November, 2023

9:30 am

C   TENDER OPENING VENUE, DATE AND TIME

Tender opening date & time: 28 November, 2023 at 10.00 am at the same venue

                         

QUALIFICATION FOR TENDERING

Mandatory Requirements

   Eligible bidders MUST meet and submit the following with the bid:

  1. Must be prequalified in KeRRA Busia Region.
  2. Certified copy of Certificate of Incorporation
  3. Copy of a valid NCA certificate and practicing license as a contractor (Roads & Civil Works NCA 8 and above)  
  4. Copy of Valid VAT & PIN registration certificate
  5. Copy of Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
  6. Certified copy of CR 12 (Issued within the last 12 months from the tender opening date)
  7. Certified copies of National Identity Cards/Passports of Directors.
  8. Certified copy of Valid Single Business Permit
  9. Certified copy of Valid Certificate of Registration for Access to Government Procurement Opportunities (AGPO), from the National Treasury (For Disadvantaged groups, Women, Youth and Persons with Disability). Note: :All Contractors bidding for PWD tenders must  attach certified copies of their Identity Cards as issued by the National Council for Persons with Disability.
  10. Certified copies of Log books for ownership of Machines and Equipment. Those hiring Must provide certified copies of Lease Agreements and certified copies of Log books, valid not more than three months from the date of tender opening.
  11. Current Sworn Affidavit not more than 3 months from the tender opening date
  12. Proof of having opened a bank account in the contractor’s name
  13. Form of tender correctly filled, signed & stamped on company letterhead
  14. Confidential Business Questionnaire correctly filled, signed & stamped
  15. Ensure all schedules as provided in the bid document are appropriately filled.
  16. Authority to seek reference from Contractors’ bank well written and attached.
  17. Bidders must serialize sequentially all pages of their tender documents.
  18. Valid Pre-tender site visit certificate
  19. Other qualifications as outlined in the tender document

NOTE:

  1. All certification of documents shall be original and executed by a Commissioner for Oaths or Notaries Public.
  2. Certificates/ Licenses/ previous experience will be verified with the Issuing Authorities or Agencies
  3. Pre-tender site visit is a mandatory requirement
  4. All attachments must be legible.

Other Requirements

As specified in the respective tender document covering the following:

  1. Similar previous experience where applicable
  2. Professional and Technical personnel
  3. Current work load
  4. Litigation History
  5. Work Methodology
  6. Eligibility;
  7. a) Any form of Canvassing will lead to automatic disqualification

Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 14/11/2023. Duly completed tender documents in plain sealed envelopes marked with the respective tender number, project name should be addressed

                                         The Regional Director,

                                          KeRRA Upper Western Region

                                          P.O Box 470-50400

                                          BUSIA

The same should be deposited in the tender box at the KeRRA Busia Office on or before the date of opening as indicated in the table above. Tenders will be opened immediately thereafter at the same venue in the presence of tenderers or their representatives who choose to attend. Late bids will not be accepted.

Eng. Jared Omondi

REGIONAL DIRECTOR

BUSIA REGION ADDENDUM NO. 2 FY YEAR 2023-2024.

KENYA RURAL ROADS AUTHORITY

BUSIA REGION

Email: This email address is being protected from spambots. You need JavaScript enabled to view it.                                                                                        Busia Office,

                                                                                                                                   Public Works Yard,                                                                              

                                                                                                                                   Kisumu – Busia Road,

                                                                                                                                   P.O. Box 470-50400,

                                                                                                                                   Busia, KENYA.

                                

TENDER ADDENUM NO. 2

 download addendum

17 October, 2023

Reference is made to our invitation to tender dated 2 October, 2023, that is presently in our KeRRA website; www.kerra.go.ke.

Pursuant to clause 10.1 of the instruction to Tenderers, we hereby make the following adjustments;

  1. Teso North Constituency.

The tender for Routine maintenance and spot of Improvement for

  1. C814: Changara Disp. – Kamnyongole :KeRRA/08/39/BSA/TN/22%RMLF/23/24 – 001
  2. D182 Kotur – Kocholia Road : KeRRA/08/39/BSA/TN/22%RMLF/23/24 – 004
  1. Funyula Constituency

The tender for Routine maintenance and spot of Improvement for OFF C788 G9054 Bukiri – Funyula; Contract No. KeRRA/08/39/BSA/FYL/22%RMLF 23/24 – 090

  • The Bid document has been re-uploaded on our website for your easy access.
  1. Budalangi Constituency

OFFC829:E9002 Sinyenye – Bukoma Road, keRRA/08/39/BSA/BDL/22%RMLF/23/24 – 057.

Necessary corrections have been done on the tender document, and re-uploaded. 

N/B : Tender for , Budalangi contract No. KeRRA/08/39/BSA/BDL/22%RMLF/23/24 -057; All tenders in Funyula Constituency and Teso North Constituency will be opened on Tuesday, 24 October, 2023. Same venue and time.

Julia Nelima ( SCMO)

For ; REGIONAL DIRECTOR

BUSIA REGION FY 2022-2023 GoK Development Fund & 10% Road Maintenance Levy Fund (RMLF) by Cabinet Secretary

                                                WI/27

                               KENYA RURAL ROADS AUTHORITY  

                                                  BUSIA REGION

 

                                                          INVITATION TO TENDER NOTICE                                                                                                    6 September, 2023     

 

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 national secondary trunk roads.

Bids are invited from contractors who are prequalified in the respective Constituencies in Busia Region and in the respective work categories for the following minor road maintenance and spot improvement works financed under GoK Development Fund & 10% Road Maintenance Levy Fund (RMLF) by Cabinet Secretary

DOWNLOAD ADVERT HERE

 

S/NO

 

ROAD CODE

 

 

ROAD NAME

 

TENDER NO.

 

RESERVATIONS

 

BUDGETARY ESTIMATE (KSHS)

 

BID SECURITY(Kshs)

 

CONSTITUENCY

 PRE-TENDER SITE VISIT DATE,TIME & ASSEMBLY POINT

1.

C825

Lugulu-Butula

KeRRA/08/39/BSA/BTL/GOK DEV/22/23-129

WOMEN

8,268,000.00

N/A

               BUTULA    

11/9/2023

9.30 AM REGIONAL DIRECTOR’S OFFICE

BUSIA         

  

2.

F9013

Murumba-Esikoma(Murumba-Sikoma-Shibale)

KeRRA/08/39/BSA/BTL/GOK DEV/22/23-130

OPEN

9,768,000.00

100,000.00

3.

G9147

Bukati-Bumala B-Mauko

KeRRA/08/39/BSA/BTL/GOK DEV/22/23-131

OPEN

4,768,000.00

N/A

4.

E9014

Busire-Bukwaku(bukwaku-madola jncB138)

KeRRA/08/39/BSA/BTL/GOK DEV/22/23-132

PWD

4,768,000.00

N/A

5.

G9143

Muruka-Mungabo-Imakola(Muruka-Kanjala-Lukhari Sec)

KeRRA/08/39/BSA/BTL/GOK DEV/22/23-133

OPEN

4,768,000.00

N/A

6.

F9014

Shibale-Sikoma-Bulwani(Sikoma-Bulwani Mkt)

KeRRA/08/39/BSA/BTL/GOK DEV/22/23-134

WOMEN

4,768,000.00

N/A

7.

E9014

Zakayo-Ikonzo-Namwitsula(Burinda-Bujumba-Bukwaku-Nyayo Road)

KeRRA/08/39/BSA/BTL/GOK DEV/22/23-135

OPEN

4,768,000.00

N/A

8.

F9013

Magombe Mkt-Khuyangu Pri

KeRRA/08/39/BSA/BTL/10%CS/22/23-137

OPEN

9,368,000.00

100,000.00

9.

F9021

Isongo Pri-Bugati

KeRRA/08/39/BSA/BTL/10%CS/22/23-138

OPEN

9,768,000.00

100,000.00

10.

F9008

Off 778 F9008 Sijowa-Kolani(Link1 Malanga-Bumenya)Link2 Budalanga-Makokongo)Link3 Budalanga-Malanga

KeRRA/08/39/BSA/FYL/GOK DEV//22/23-125

OPEN

7,768,000.00

100,000.00

    FUNYULA

      11/9/2023

9.30 AM REGIONAL DIRECTOR’S OFFICE BUSIA                    

11.

F9005

Off C788 F9005 Nanderema-Ganga

KeRRA/08/39/BSA/FYL/GOK DEV//22/23-126

YOUTH

7,768,000.00

N/A

12.

E9010

Funyula-Ebukwamba Jct(1.Bukwamba jct-sio rv2.Bukwamba-muluanda mkt)

KeRRA/08/39/BSA/FYL/GOK DEV//22/23-127

OPEN

9,768,000.00

100,000.00

13.

F9006

Off C828 F9006 Buduongi-Nanderema

KeRRA/08/39/BSA/FYL/GOK DEV//22/23-128

WOMEN

9,768,000.00

N/A

14.

OFF 788

Off C788 F9005 Nanderema - Ganga

KeRRA/08/39/BSA/FYL/10%CS//22/23-139

WOMEN

8,268,000.00

N/A

15.

OFF E9026

Off E9026 Ang’aroi-Kemodo(Ojaamong-Adungosi-Okokoru Pri)

KeRRA/08/39/BSA/TS/GOK DEV//22/23-115

OPEN

9,768,000.00

100,000.00

TESO SOUTH

11/9/2023

9.30 AM REGIONAL DIRECTOR’S OFFICE

BUSIA                 

16.

OFF E9026

Off E9026 Adungosi Jct-Ochude

KeRRA/08/39/BSA/TS/GOK DEV//22/23-116

OPEN

9,768,000.00

100,000.00

17.

G9441

Asing’e-Apegei(Link2 Asing’e-Achiit Jct-Aterait)

KeRRA/08/39/BSA/TS/GOK DEV//22/23-117

PWD

7,768,000.00

N/A

18.

G9443

Asing’e Mkt-Omoloi-Aludeka(Link 2 Omoloi –B13 Jct and Omoloi Pri-ATC)

KeRRA/08/39/BSA/TS/GOK DEV//22/23-118

YOUTH

9,768,000.00

N/A

19.

OFF F9027

Off Kaliwa-Simbachai

KeRRA/08/39/BSA/TS/GOK DEV//22/23-119

OPEN

9,768,000.00

100,000.00

20.

F9027

Kong’urapus-Aterait(Link2 Karekipi-Aterait Jct)

KeRRA/08/39/BSA/TS/GOK DEV//22/23-120

WOMEN

9,768,000.00

N/A

21.

 UG9435

Adungosi-Ong’ariama Ecd-Okerebwa Jct

KeRRA/08/39/BSA/TS/GOK DEV//22/23-121

PWD

7,768,000.00

N/A

22.

G9461

Akoreet Pri-Amairo Mkt-Osuret Jct(Akoreet Jct-Akatangoroit Jct)

KeRRA/08/39/BSA/TS/GOK DEV//22/23-122

OPEN

9,768,000.00

100,000.00

23.

OFF D1855

Off D1855 Ong’aroi- Tangakona(Amaase-Ongaroi-Okatekok Jct)

KeRRA/08/39/BSA/TS/GOK DEV//22/23-123

WOMEN

9,768,000.00

N/A

24.

D1850

Apegei-Kaliwa(Kaliwa-Tangakona)Link 2 Sidelewa-Akobwait.

KeRRA/08/39/BSA/TS/GOK DEV//22/23-124

OPEN

9,768,000.00

100,000.00

NOTE

TENDER OPENING DATE & TIME: 22/09/2023. 10.00 AM

                                 

QUALIFICATION FOR TENDERING

 

Mandatory Requirements

 

   Eligible bidders MUST meet and submit the following with the bid:

  1. Must be prequalified in KeRRA Busia Region.
  2. Certified copy of Certificate of Incorporation
  3. Certified copy of valid practicing license as a contractor (Roads & Civil Works NCA 8 and above)  
  4. Copy of Valid VAT & PIN registration certificate
  5. Copy of Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
  6. Certified copy of CR 12 (Issued within the last 12 months from the tender opening date)
  7. Certified copies of National Identity Cards/Passports of Directors.
  8. Certified copy of Valid Single Business Permit
  9. Certified copy of Valid Certificate of Registration for Access to Government Procurement Opportunities (AGPO), from the National Treasury (For Disadvantaged groups, Women, Youth and Persons with Disability). Note: :All Contractors bidding for PWD tenders must  attach certified copies of their Identity Cards as issued by the National Council for Persons with Disability.
  10. Certified copies of Log books for ownership of Machines and Equipment. Those hiring Must provide certified copies of Lease Agreements and certified copies of Log books, valid not more than three months from the date of tender opening.
  11. Current Sworn Affidavit not more than 3 months from the tender opening date
  12. Proof of having opened a bank account in the contractor’s name
  13. Form of tender correctly filled, signed & stamped on company letterhead
  14. Confidential Business Questionnaire correctly filled, signed & stamped
  15. Authority to seek reference from Contractors’ bankers well written and attached.
  16. Bidders must serialize sequentially all pages of their tender documents.
  17. Other qualifications as outlined in the tender document

NOTE:

  1. All certification of documents shall be original and executed by a Commissioner for Oaths or Notaries Public.
  2. Certificates/ Licenses may be verified from or with the Issuing Authorities or Agencies
  3. Pre-tender site visit is a mandatory requirement

 

Other Requirements

As specified in the respective tender document covering the following:

  1. Similar previous experience where applicable
  2. Professional and Technical personnel
  3. Current work load
  4. Litigation History
  5. Eligibility;
  6. a) Any form of Canvassing will lead to automatic disqualification

Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 6/9/2023. Duly completed tender documents in plain sealed envelopes marked with the respective tender number, project name should be addressed to:

                                                                                 

                            

                                         The Regional Director,

                                          KeRRA Upper Western Region

                                          P.O Box 470-50400

                                          BUSIA

The same should be deposited in the tender box at the KeRRA Busia Office on or before the date of opening as indicated in the table above. Tenders will be opened immediately thereafter at the same venue in the presence of tenderers or their representatives who choose to attend. Late bids will not be accepted.

Eng. Jared Omondi

REGIONAL DIRECTOR

BUSIA REGION JULY 2024 TENDERS

KENYA RURAL ROADS AUTHORITY

                                                                                                                                                                                                                                      23rd July, 2024

TENDER NOTICE

The Kenya Rural Roads Authority (KeRRA) is a state corporate established under the Kenya Roads Act 2007 with a mandate to manage, develop, and maintain the rural road network in the country.

Busia Region wishes to hereby invite bids from REGISTERED contractors in the Region and others within the special category Youth, Women, and Persons Living with Disabilities (Y, W, PLD) for Road Maintenance project for FY 2023/24 for the following tenders;

S/No.

Tender Reference No.

Road Name

Category & Target Group

Eligible Bidders/

NCA

1.

KeRRA/BSA/08/39/104/23-24

Segero – Akobwait -Matunda Junction

(Kajoro Jct – Segero – Walatsi River)

Registered

8 and above

2.

KeRRA/BSA/08/39/105/23-24

OFF F9011 G9416: Kemodo -Mandizini

Women

8 and above

3.

KeRRA/BSA/08/39/106/23-24

Funyula ACK-Magogongo -Sigulu Pri

(Bukiri- Namuduru -Kadima Road)       

Registered

8 and above

4.

KeRRA/BSA/08/39/107/23-24

Funyula-Nambuku

Registered

8 and above

5.

KeRRA/BSA/08/39/108/23-24

Tingolo -Masendebale  

Women

8 and above

6.

KeRRA/BSA/08/39/109/23-24

OFF G9100 G9102 (OFF B1) Busire-Agriculture Centre             

Youth

8 and above

7.

KeRRA/BSA/08/39/110/23-24

Bujumba - Sitota - Ogina Mkt   

Registered

8 and above

8.

KeRRA/BSA/08/39/111/23-24

Esirisia - Sikhindu (Maarifa)     

Youth

8 and above

9.

KeRRA/BSA/08/39/112/23-24

Aterait Kon’grapus (Kaliwa - Kajoro Mkt)

Women

8 and above

10.

KeRRA/BSA/08/39/113/23-24

Ojamii Pry -Amoni (Ojamii - Amoni Jcnt-Magola)

Youth

8 and above

11.

KeRRA/BSA/08/39/114/23-24

OFF 9026 F9025 Ochude-Asiriama

(Ojaamon’g Jnct-Asiriam-Kakame River-On’garoi)

Women

8 and above

12.

KeRRA/BSA/08/39/115/23-24

Ososomet-Aterait

(Apegei-Kajoro-Soromit-Akatagoroit-Akites)    

Women

8 and above

13.

KeRRA/BSA/08/39/116/23-24

OFF 9428 G9464 Amairo – Okook

 (Okwata Jct- Kongukongu -Amukurat) 

Youth

8 and above

14.

KeRRA/BSA/08/39/117/23-24

G9459 G9437 Amaase-Buteba

(Adun’gosi-Palama-Lumodoi Pri)         

Youth

8 and above

15.

KeRRA/BSA/08/39/118/23-24

Mayenje - Mundika      

Registered

8 and above

16.

KeRRA/BSA/08/39/119/23-24

Syamakhanga Jnct-St. Eugene Pri. Sch. 

Youth

8 and above

17.

KeRRA/BSA/08/39/120/23-24

OFF F9018 Namaindi - Focus Pri Sch.

Registered

8 and above

18.

KeRRA/BSA/08/39/121/23-24

OFF C825 St Mary Primary - Nambale River

PWD

8 and above

19.

KeRRA/BSA/08/39/122/23-24

Bulwani - Bulemia                   

Registered

8 and above

   20.

KeRRA/BSA/08/39/123/23-24

OFF D1849 G9206 Shirandalo - Mauko

Women

8 and above

S/No.

Tender Reference No.

Road  Name

Category & Target Group

Eligible Bidders/

NCA

21.

KeRRA/BSA/08/39/124/23-24

OFF 9012 G9073 Bupala – Kabwodo

PWD

8 and above

22.

KeRRA/BSA/08/39/125/23-24

OFF E9006 F9007 Muramba-Mulukhoni - Bukiri                       

Women

8 and above

23.

KeRRA/BSA/08/39/126/23-24

OFF P38 L3 Busia An’gorom - Morino 

Registered

8 and above

24.

KeRRA/BSA/08/39/127/23-24

Township - Amoni- An’gorom  

Youth

8 and above

25.

KeRRA/BSA/08/39/128/23-24

OFF C829 OFF Hakati-Port Victoria 4 (Ruambwa Pri – Budalan’gi Sec, Mundere Pri, Belemia Pri.

Registered

8 and above

26.

KeRRA/BSA/08/39/129/23-24

OFF G90511 F9031 Malaba Post Office-Koruruma-Osajai  

Registered

8 and above

27.

KeRRA/BSA/08/39/130/23-24

OFF C814 Katome – Changara -Kilimali           

Registered

8 and above

28.

KeRRA/BSA/08/39/131/23-24

OFF U9432 L4 Busia Okiludu -Aget-Mogola    

Registered

8 and above

29.

KeRRA/BSA/08/39/132/23-24

OFF U9432 L2 Busia Airstrip-Sublocation        

Registered

8 and above

30.

KeRRA/BSA/08/39/133/23-24

OFF C825 Aringo- Musoma     

Youth

8 and above

31.

KeRRA/BSA/08/39/134/23-24

OFF D1851 Sigwata - Bwaliro

Registered

8 and above

32.

KeRRA/BSA/08/39/135/23-24

OFF C828 Mumbaka - Nambengele

Women

8 and above

33.

KeRRA/BSA/08/39/136/23-24

Burinda – Bujumba - Bukwaku 

Registered

8 and above

34.

KeRRA/BSA/08/39/137/23-24

OFF C829 OFF Hakati-Port Victoria (5)  

(Bukoma Pri, Bukoma Sec, St Cecilia Pri)

Youth

8 and above

35.

KeRRA/BSA/08/39/138/23-24

JCT C778- Wakhungu Primary

PWD

8 and above

36.

KeRRA/BSA/08/39/139/23-24

Bulemia – Benga University

Registered

8 and above

37.

KeRRA/BSA/08/39/140/23-24

JCT C778-Musibiri Sch.

Women

8 and above

38.

KeRRA/BSA/08/39/141/23-24

Emagombe Pry – Khuyala

Registered

8 and above

39.

KeRRA/BSA/08/39/142/23-24

Sigalame Pry – Sigalame Sec

Registered

8 and above

40.

KeRRA/BSA/08/39/143/23-24

Siwongo Mkt – Burundi – Lukure

Youth

8 and above

41.

KeRRA/BSA/08/39/144/23-24

Slaughter – Legio Maria

PWD

8 and above

42.

KeRRA/BSA/08/39/145/23-24

Kabosokipi – Kakolidon’g

Registered

8 and above

43.

KeRRA/BSA/08/39/146/23-24

St. Michael’s Kon’grapus – Karisa

Registered

8 and above

  Bidders MUST meet the following requirements alongside other requirements contained in tender documents. 

  1. To enhance equity bidders will only be awarded a maximum of two(2) tenders either as a director or a company under this tender notice.
  2. There shall be no Pre-Tender site meeting. However, Bidders are requested to familiarizes themselves with the site before tendering.
  3. Bidders MUST provide an original document and a copy.
  4. All Interested bidders are required to continually check the KeRRA website kerra.go.ke/tenders for any tender addendum or clarification that may arise before the submission date.

NOTE

 All attachments must be certified by a commissioner for oaths.        

 Note: The cost estimate of the proposed works has been provided in the tender document.

Tender documents detailing requirements shall be obtained from the KeRRA website www.kerra.go.ke Complete tender document Duly serialized; in Wax Sealed Plain Envelopes marked with Tender Reference (KeRRA/BSA/….. /….) number and Description, should be sent to the address below or deposited in the Tender Box located at the KeRRA Busia Regional Office, Public Works Yard, Off Kisumu – Busia Highway.

Regional Director,

Kenya Rural Roads Authority,

Busia Region,

P.O Box 470-50400,

 BUSIA - KENYA.

 So as to be received on 6th August, 2024 at 11:00 am and be opened immediately thereafter in the presence of bidders’ representatives who may wish to attend, however bidders may request for any information through the office.

   

ENG. JARED OMONDI,

REGIONAL DIRECTOR, 

BUSIA REGION

BUSIA REGION SEPTEMBER 2019

Date: 24th September, 2019

ADDENDUM No.1

 Download Addendum here

Download revised tender Notice here

The Kenya Rural Roads Authority (Busia) wishes to inform firms participating in the tenders for 22% RMLF Savings, 10% RMLF (Special), GOK Development FY 18/19 that clarifications are deemed necessary calling for an addendum.

Reference is made to the Tender Notice KeRRA/BSA/PROC/ADVERT – 04/18/19 for Busia Region dated 18th September, 2019. The following bridge along Madende Clinic – Kaludeka road has been cancelled. The same will be advertised soon.

 

NAMBALE CONSTITUENCY

 

S/NO

ROAD CODE

ROAD NAME

TENDER NUMBER

ELIGIBLE CATEGORY TO BID

REMARKS

1

G9245

MADENDE CLINIC – KALUDEKA(WALATSI BRIDGE)

KeRRA/011/BSA/39/GOK D/18|19 - 092

Prequalified in Category B only NCA 6 and above

CANCELLED

The tender documents for the following road tenders have been revised and the corrected bids availed:

  1. KeRRA/011/BSA/39/22%RMLF SAVINGS/18/19 – 075
  2. KeRRA/011/BSA/39/22%RMLF SAVINGS/18/19 – 076
  3. KeRRA/011/BSA/39/22%RMLF SAVINGS/18/19 – 077
  4. KeRRA/011/BSA/39/22%RMLF SAVINGS/18/19 – 078
  5. KeRRA/011/BSA/39/22%RMLF SAVINGS/18/19 – 079
  6. KeRRA/011/BSA/39/22%RMLF SAVINGS/18/19 – 080
  7. KeRRA/011/BSA/39/22%RMLF SAVINGS/18/19 – 081
  8. KeRRA/011/BSA/39/22%RMLF SAVINGS/18/19 – 082
  9. KeRRA/011/BSA/39/GOK D/18/19 – 083
  10. KeRRA/011/BSA/39/SP/18/19 – 084
  11. KeRRA/011/BSA/39/ SP /18/19 – 085
  12. KeRRA/011/BSA/39/ SP /18/19 – 086
  13. KeRRA/011/BSA/39/ SP /18/19 – 087
  14. KeRRA/011/BSA/39/ SP /18/19 – 088
  15. KeRRA/011/BSA/39/ SP /18/19 – 089
  16. KeRRA/011/BSA/39/ SP /18/19 – 090
  17. KeRRA/011/BSA/39/ SP /18/19 – 091
  18. KeRRA/011/BSA/39/ GOK D/18/19 – 093

The other details concerning the advertisement remains unchanged.

Senior Supply Chain Officer

For Deputy Director (Roads)

BUSIA REGION

TENDER NOTICE

Our Ref: KeRRA/BSA/PROC/ADVERT – 04/18/19                              Date: 18TH SEPTEMBER, 2019           

Download tender notice here               

Kenya Rural Roads Authority, Busia Region; invites eligible prequalified (FY 2017/19) contractors in their respective Constituencies under category ‘B’, ‘C’, ‘D’ and ‘E’ together with those entities under Access to Government procurement opportunities (AGPO) Programme to tender for road works projects under 22% RMLF Savings, GOK Development  & Savings and AIA for financial year 2018/19.

INSTRUCTIONS TO TENDERERS:

Pre-tender site visit is MANDATORY from 8.00 am from KeRRA Busia office. Tenderers should ensure a site visit certificate is issued to them by the respective Constituency Roads Officers (CRO) at the end of each session. 

Bidders are advised to make their own transport arrangements for pre-tender site visits. No transport will be provided.

1. MANDATORY REQUIREMENTS

Eligible bidders must meet and attach the following mandatory requirements among others:-

  1. Form of Tender – correctly filled, signed and stamped.
  2. Confidential business questionnaire - Correctly filled, signed and stamped.
  3. Certified copy of certificate of incorporation /business registration certificate
  4. Valid Registration Certificate with National Construction Authority (NCA) – Civil Engineering Road works category 8 and above
  5. Valid and Up to date Practicing License with National Construction Authority (NCA 8 and above)
  6. Certified copy of PIN and VAT registration certificate.
  7. Valid and Up to date Tax Compliance certificate.
  8. Certified copy of CR12 certificate.
  9. Proof of valid and Up to date National Treasury certificate for AGPO (Women, Youth & Persons Living with Disability).
  10. Certified copies of national identity card/passport for the company directors.
  11. Pre-tender site visit certificates (properly filled, Signed & Stamped)
  12. Proof of bank account in bidder’s name
  13. Bidders MUST serialize all the pages of their tender documents.
  14. Bidders may bid for more than two tenders in a Constituency but can only be considered for two contracts in the entire region.
  15. Provide Authority to seek Reference from the tenderer’s bank
  16. Prices quoted must remain valid for One Hundred and Twenty (120 days) from the date of tender opening.
  17. Bidder must provide all the information required as per the advertisement and tender document
  18. TECHNICAL AND FINANCIAL EVALUATION REQUIREMENTS Thresholds specified in the bid documents covering the following:
  19. i) Proof of similar previous experience. ii) Proof of trained, experienced personnel to undertake the specified works supported with their respective certificates. iii) Proof of ownership of equipment or lease agreement of such equipment to undertake the specified works.
    1. Current workload status
    2. Litigation history (it must be current within one (1) year from the date of submission of the tender)

Tender Number

Project (Road Code and Name)

Mandatory

Pre-Tender

Site Visit Date

Tender

Closing/Opening

Date

Eligible

Category To

Bid

Constituency

Downloads

KeRRA/011/BSA/39/

22%RMLF

SAVINGS/18|19-075

C825: Amukura   -

Segero

23rd

September,

2019

2nd October,

2019

Prequalified in C,D &

E/YWPWD

Teso South

Tender document

KeRRA/011/BSA/39/

22%RMLF

SAVINGS/18|19-076

 

G9121:

Bukhalarire –

Busiada -

23rd

September,

2019

2nd October,

2019

Prequalified in C,D &

E/YWPWD

Butula

Tender document

KeRRA/011/BSA/39/

22%RMLF

SAVINGS/18|19-077

G9122: Oloo

Market – Lerekwe - Khunyangu

23rd

September,

2019

2nd October,

2019

Women

Butula

Tender document

 KeRRA/011/BSA/39/

22%RMLF

SAVINGS/18|19-078

C826: Busia -

Mayenje

23rd

September,

2019

2nd October,

2019

Youth

Matayos

Tender document

KeRRA/011/BSA/39/

22%RMLF

SAVINGS/18|19-079

F9030: Jairos -

Amogoro

23rd

September,

2019

2nd October,

2019

Youth

Teso North

Tender document

KeRRA/011/BSA/39/

22%RMLF

SAVINGS/18|19-080

D831:

Kangelemuka –

Duka Moja

23rd

September,

2019

2nd October,

2019

Prequalified in C,D &

E/YWPWD

Teso North

Tender document

KeRRA/011/BSA/39/

22%RMLF

SAVINGS/18|19-081

C826:Mayenje -

Mundika

23rd

September,

2019

2nd October,

2019

Youth

Matayos

Tender document

KeRRA/011/BSA/39/

22%RMLF

SAVINGS/18|19-082

C825: Nambale -

Lugulu

23rd

September,

2019

2nd October,

2019

Prequalified in C,D &

E/YWPWD

Nambale

Tender document

KeRRA/011/BSA/39/

Gok d/18|19-083

E9014: Bujumba

- Bukhwaku

23rd

September,

2019

2nd October,

2019

Prequalified in C,D &

E/YWPWD

Butula

Tender document

KeRRA/011/BSA/39/

SP/18|19-084

C778: Ruambwa

- Hakati

23rd

September,

2019

2nd October,

2019

Prequalified in C,D &

E/YWPWD

Budalangi

Tender document

 KeRRA/011/BSA/39/

SP/18|19-085

F9027:

Kongurapus -

Karisa

23rd

September,

2019

2nd October,

2019

Women

Teso South

RevisedTender document

KeRRA/011/BSA/39/

SP/18|19-086

F9029: Amukura

- Musokoto

23rd

September,

2019

2nd October,

2019

Prequalified in C,D &

E/YWPWD

Teso South

Tender document

 KeRRA/011/BSA/39/

SP/18|19-087

G9441: Asinge

Primary - Apegei

23rd

September,

2019

2nd October,

2019

Prequalified in C,D &

E/YWPWD

Teso South

Tender document

 KeRRA/011/BSA/39/

SP/18|19-088

U9432:

Amongura Mkt –

Ongariama

23rd

September,

2019

2nd October,

2019

PLWD

Teso South

Tender document

KeRRA/011/BSA/39/

SP/18|19-089

U9432: Chakoi –

Ongariama Pry

23rd

September,

2019

2nd October,

2019

Women

Teso South

Tender document

KeRRA/011/BSA/39/

SP/18|19-090

U9435:

Okerebwa –

Kadede Junction

23rd

September,

2019

2nd October,

2019

PLWD

Teso South

Tender document

KeRRA/011/BSA/39/

SP/18|19-091

G9459: Amaase

Mkt – Aterait

Mkt

23rd

September,

2019

2nd October,

2019

Youth

Teso South

Tender document

KeRRA/011/BSA/39/

Gok d/18|19-092

CANCELLED

G9245:

Madende Clinic

–Kaludeka

(Watasi Bridge)

23rd

September,

2019

2nd October,

2019

Prequalified in Category B only NCA

6 and above

Nambale

CANCELLED

KeRRA/011/BSA/39/

Gok d Savings/18|19-

093

F9020: Buyofu -

Igara

23rd

September,

2019

2nd October,

2019

Prequalified in C,D &

E/YWPWD

Nambale  

Tender document

Interested eligible tenderers may download the tender Documents from the Kenya Rural Roads

Authority (KeRRA) website: www.kerra.go.ke  from Tuesday 19th September, 2019 or Purchased upon payment of a non–refundable fee of KShs. 1,000.00 (Kenya Shillings One

Thousand Only). Payment should only be deposited into: KCB Acc. Name: KeRRA-AIA Acc. No: 1114343196 Branch: Moi Avenue, Nairobi

Completed duly serialized tender documents in Wax sealed plain envelopes marked with Tender reference and road name description, should be deposited in the Tender Box located at the KeRRA Busia Deputy Director’s office  or be addressed and sent to;

Deputy Director (Roads),

Kenya Rural Roads Authority,

Box 470-50440

Busia

 

Tender documents MUST be submitted not later than 11.00 am on or before 2nd October, 2019.

Submitted bids will be opened publicly immediately thereafter in the presence of the Bidders or their representatives who choose to attend.

Late bids will be returned unopened.

The Authority reserves the right to accept or reject any tender with reasons thereof and is not bound to accept the lowest or any tender.

 

 

 

 

 

 

SENIOR SUPPLY CHAIN OFFICER

FOR: DEPUTY DIRECTOR - ROADS

CANCELLATION OF TENDER NOTICE

 

 DOWNLOAD NOTICE HERE.

 0001

 

 

 

 

 

 

 

 

Opening Up Rural

Coastal Region

   
 
     
     
     
     
     
     

Complaints Form

Joomla forms builder by JoomlaShine

CONSTRUCTION OF VARIOUS DRAINAGE STRUCTURES

                       

TENDER NOTICE Download here

CONSTRUCTION OF VARIOUS DRAINAGE STRUCTURES.

 

The Kenya Rural Roads Authority (KeRRA) is a State corporation established under the Kenya Roads Act of 2007, with the responsibility for management, development, rehabilitation and maintenance of rural roads.

The Authority hereby invites Bids from eligible construction companies for construction of various drainage structures listed here below on behalf of the Government of Kenya funded through the development budget.

Item

Name of Structure

Location

Type/Size

County

Class

Eligibility

Document

1.

Totokakile Bridge

Onyurnyur – Totokakile- Malaba Road (Uncl)

80M Span Bridge

Busia

NCA 3 - NCA 4

Citizen Contractors

Download

2.

Munyu Bridge

Masara – Chungni Road

15M Span Bridge.

Migori

NCA 5 - NCA 6

Citizen Contractors

Download

3.

Nyamekoma Bridge

Nyamusennse – Gwichamia Road

15M Span Bridge.

Migori

NCA 5 - NCA 6

Citizen Contractors

Download

The scope of works includes but not limited to excavation for structures, reinforced concrete works, and backfilling of the structures, protection works and construction of approach roads as directed by the Engineer.

Mandatory requirements for Bidding are as follows:-

  1. a) Certified copy of Incorporation certificate.
  2. b) Certified copy of NCA registration certificate:-
  3. c) Specific supplementary information in the Bid Document but not limited to the following threshold,
  4. i) Similar previous experience.
  5. ii) Equipment holding.

          iii) Key Personnel.

  1. iv) Annual construction turnover for the last 3 years.
  2. v) Audited Financial Accounts for the previous 3 Years.
  3. vi) Current work load.

    vii) Litigation history.

  1. d) Certified copies of PIN and VAT registration.
  2. e) Certified copy of Valid Tax Compliance Certificate.

There shall be a mandatory pretender site visit for the projects to be held on 15th May, 2018 at 10.00am starting from the respective KeRRA Regional Manager’s offices in Busia, Migori and Trans Nzoia Counties.

Bidders are requested to download full details of the advertisement and tender document from the IFMIS supplier portal; supplier.treasury.go.ke or/and our website www.kerra.go.ke free of charge.

Duly completed Bid documents should be submitted to;

                                 The Director General

                                 Kenya Rural Roads Authority

                                 Blue Shield Towers, 6th floor

                                 P.O BOX 48151- 00100

                                 NAIROBI.

The Documents should be deposited in the Tender Box on the 6th floor, Blue Shield Towers, Hospital Road Upper Hill so as to be received on or before 29th May, 2018. Tender will close and open on 29th May, 2018 at 11.00a.m.

Opening of the Bids will take place immediately thereafter at the conference room. Blue Shield Towers, 5th floor in the presence of Bidders/Representatives who wish to attend.

MANAGER PROCUREMENT

FOR DIRECTOR GENERAL

KENYA RURAL ROADS AUTHORITY

CONSULTANCY SERVICES FOR CONSTRUCTION SUPERVISION OF BARICHO BRIDGE AND APPROACH ROADS (C232)

TENDER NOTICE

CONSULTANCY SERVICES FOR CONSTRUCTION SUPERVISION OF BARICHO BRIDGE AND APPROACH ROADS (C232)

TENDER NO: - KeRRA/08/40/32/2021/2022

Download RFP Here

Download notice here

The Kenya Rural Roads Authority (KeRRA) is a State corporation established under the Kenya Roads Act of 2007, with the responsibility for management, development, rehabilitation and maintenance of rural roads.

The Authority Pursuant to Clause 116 of the Public Procurement and Asset Disposal Act (PPADA) 2015 intends to procure Consultancy Services for the ongoing Construction of Baricho Bridge and Approach Roads currently at an advanced stage of construction. The Construction Supervision was provided by M/s Otieno Odongo & Partners Consulting Engineers, but the existing Contract period expired after variation to the limit allowable under the Act. The progress of the Civil works is currently at 70%.

Therefore, an invite is hereby extended to any Engineering Consultancy Firm who may wish to bid for the above Construction Supervision Services of the above Tender. The Request for Proposal (RfP) shall be enclosed in plain sealed envelope clearly marked with the tender reference number.

The Baricho Bridge project is located on Road C232 (Jct. B8 – Marekebuni – Marafa – Baricho town – Sabaki River (Bridge site) – Pishi Mwenga (Jct. C103). The site can also be accessed from Malindi along Road (C103) Malindi - Kakuyuni to Pishi Mwenga and thereafter Pishi Mwenga – Lango Baya – Sabaki River (Bridge site) (C232), a distance of approximately 40km.The approximate width of the river channel is about 240m wide. The Civil works under the contract comprises of construction of a 240m long reinforced concrete box girder bridge and approximately 18.0km of road works to bituminous standard.

The mandatory requirements for bidding are contained in the RFP bidding document.

Detailed information on the various tenders will be available for downloading FREE of CHARGE on the Authority’s Website www.kerra.go.ke from 15th November, 2021.

Completed proposals should be enclosed in plain sealed envelopes, clearly marked with the Tender Name, Tender Number and be deposited in the Tender Box located at the Ground Floor, Barabara Plaza Block B, or be addressed and posted to the address below on or before 22nd November, 2021 at 11.00 a.m.

Bulky tenders which do not fit in the Tender Box shall be delivered to the reception office located on the Ground Floor, Barabara Plaza, Block B.

Opening of the bids will take place immediately thereafter at the Ground Floor Board Room, Barabara Plaza, Block B in the presence of the tenderers or their representatives who choose to attend.

Bids not received at the submission venue by the closing time will not be accepted for opening and will be rejected and returned unopened.

The Authority will strictly adhere to Government guidelines on management of COVID 19. Bidders who choose to attend the opening of bids ceremony are therefore required to only send one (1) representative. This will reduce on congestion and crowding of the opening venue.

Errors in price found under the Financial Proposal will not be corrected. Bidders with such errors will be disqualified.

                          Director General

              Kenya Rural Roads Authority,

Barabara Plaza Block B, Mazao road, Opposite KCAA building

                   P.O. Box 48151 - 00100,

                          NAIROBI, KENYA.

Email Addresses: This email address is being protected from spambots. You need JavaScript enabled to view it., This email address is being protected from spambots. You need JavaScript enabled to view it.

Tel: +254(20)780600/01-05, Mobile: +254 711851103

The Tenderers shall remain bound by their offers for 210 days from the date of tender opening.

DIRECTOR GENERAL

KENYA RURAL ROADS AUTHORITY   

Contact Us


KeRRA OFFICIAL NEW REGIONAL LINES AND EMAILS AS OF MAY 2024 page 0001KeRRA OFFICIAL NEW REGIONAL LINES AND EMAILS AS OF MAY 2024 page 0002Complaints Form

Anti Corruption Form

Feedback Form

After downloading the document below, please fill it, scan and then email it to: This email address is being protected from spambots. You need JavaScript enabled to view it.

Feedback Form Click to Download

Our Headquarter
Kenya Rural Roads Authority,
Barabara Plaza, Block B
Airport South Road, Opp. KCAA
P.o. Box 48151-00100,
Nairobi. Kenya
Our Contacts
Director General's Office: This email address is being protected from spambots. You need JavaScript enabled to view it. 
Tel: 020-7807600 (01-05)
Mobile: 0711 851103
 **All Email communications to the Authority should be chanelled through the email address This email address is being protected from spambots. You need JavaScript enabled to view it. ** 

 

 

 

CRITICAL EMERGENCY MEASURES-GOK - DEVELOPMENT FUNDS FY 2018/2019 TAITA TAVETA REGION

 

TENDER NOTICE DOWNLOAD

Tuesday, September16, 2019

 

INVITATION TO TENDER NOTICE

The Authority, Kenya Rural Roads Authority hereby invites sealed bids forKeRRA – TaitaTavetaRegion Roadworks projects.Interested Contractors/Firms and AGPO Firms/Groups are invited, for maintenance the of roadworks in Taita – TavetaRegion;TavetaandWundanyiConstituencies, underGoK - Development fundstenders, inthe Financial Year 2018/2019for the under listed roadworks projects.

TENDER NUMBER

PROJECT NAME (Road No. and Name) &(Eligible Group)

 

Scope of Works

MANDATORY PRE-TENDER SITE VISIT: Date, venue and Time

TENDER CLOSING/SUBMISSION DATES AND TIME

DOCUMENTS

DOWNLOAD

KeRRA/011/TTVT/39/052/2018-2019

E 3062:   Taveta – Ngutini Road

(Pre-qualified Firms – Taveta – Category C)

- Single cell reinforced concrete Box culvert.

25thSeptember, 2019KeRRATaveta Constituency Offices, in Taveta Town, at 10:00 am

2ndOctober, 2019 at 10:00 am

DOWNLOAD

KeRRA/011/TTVT/39/053/2018-2019

E 3082:   Kishushe -Makandenyi Road

(AGPO – PWD)

- Light Grading.

- Gravel Patching.

24thSeptember, 2019KeRRAVoi Regional  Offices, in Voi Town, at 9:00 am

2nd October, 2019 at 10:00 am

DOWNLOAD

KeRRA/011/TTVT/39/054/2018-2019

E 3082:   Makandenyi  - Ghazi - Nyache Road

(Pre-qualified Firms – Wundanyi – Category C)

- Light Grading.

- Gravel Patching.

24th September, 2019KeRRAVoi Regional  Offices, in Voi Town, at 9:00 am

2nd October, 2019 at 10:00 am

DOWNLOAD

KeRRA/011/TTVT/39/055/2018-2019

E 3082:   Mghange  -Mwaroko Road

(AGPO – Women)

- Rigid pavement.

- Light Grading.

- Gravel Patching.

24th September, 2019KeRRAVoi Regional  Offices, in Voi Town, at 9:00 am

2nd October, 2019 at 10:00 am

DOWNLOAD

KeRRA/011/TTVT/39/056/2018-2019

F 3018:   Canon Kituri – Kungu Road

(AGPO – Youth)

- Light Grading.

- Gravel Patching.

24th September, 2019KeRRAVoi Regional  Offices, in Voi Town, at 9:00 am

2nd October, 2019 at 10:00 am

DOWNLOAD

The Following must be submitted together with the tender for bids under the OPEN/Pre-qualified group category:-

  • Certified copy of the Certificate of Incorporation.
  • Certified copy of Roadworks Registration Certificateand valid Annual practicing certificate from the National Construction Authority, as indicated in the tender document.
  • Certifiedcopy of a Valid Tax Compliance Certificate.
  • Certifiedcopy of PIN Certificate.
  • Proof of having opened a Bank account in Firm’s name and Bank Statements for recent threemonths from date of the tender advertisement.
  • Audited Accounts for the last two years.
  • Certifiedcopy of recent CR 12 form –recent 12 months.
  • Proof of having undertaken specific construction experience in the past 2 years.
  • Current Workload.
  • Professional and Technical Personnel plus copies of their CVs (to confirm of availability to work).
  • Proof of ownership of Equipment holding or proof of a current valid and executed lease agreement of equipments listed.
  • Duly/Correctly filled Tender form.
  • Duly signed pre-tender site visit certificate.
  • Duly filled Power of Attorney (Certified by Commissioner of Oaths).
  • Duly filled Anti-corruption pledge form.
  • Sworn affidavit confirming that the firm has no history of any non-performance of previous contracts.
  • Duly filled and signed environmental and social commitment form.
  • Litigation History (Sworn Affidavit).
  • Sequential serialization of the bid document.

The Following must be submitted together with the tender for bids under (AGPO) cluster category:-

  • Certified copy of the Certificate of Incorporation/Registration of the Company/Group.
  • Certified copy of Roadworks Registration Certificateand valid Annual practicing certificate from the National Construction Authority, as indicated in the tender document.
  • Certifiedcopy of a Valid Tax Compliance Certificate.
  • Certifiedcopy of PIN Certificate.
  • Certified copy of Certificate of Registration in the relevant and respectivetarget group issued by the National Treasury, for Small works and Engineering category.
  • Certified copies of National Identity cards (IDs)/valid passports for all Directors/Partners of the Company/Group.
  • Those bidding for Persons with Disabilities contracts must attach copies of IDs issued by the NCPWD for the Directors whoare disabled(Certified Copies).
  • CertifiedCopy of recent CR 12 form –recent12 months.
  • Proof of having opened a Bank account in Firm’s/Group’s name and Bank accounts for recent threemonths from the date of the the tender advertisement..
  • Current Workload.
  • Professional and Technical Personnel plus copies of their CVs (to confirm of availability to work).
  • Proof of ownership of Equipment holding or proof of a valid and executed lease agreement of equipments listed.
  • Duly/Correctly filled Tender form.
  • Audited Accounts for the last Two years.
  • Duly signed pre-tender site visit certificate.
  • Duly filled Power of Attorney (Certified by Commissioner of Oaths).
  • Duly filled Anti-corruption pledge form.
  • Sworn affidavit confirming that the firm has no history of any non-performance of previous contracts.
  • Duly filled and signed environmental and social commitment form.
  • Litigation History (Sworn Affidavit).
  • Sequential serialization of the Bid document.

Eligibility >Each Bidder shall only be considered for award of ONE contract only in the Region, bidders already awarded contracts in the previous financial year are not eligible to bid.

Eligible Firms in the Region may obtain further information from the Regional Supply Chain Office, situated at the KeRRATaita-TavetaRegional Office, along the Road C105 Voi Loop Road, in Voi Town during normal working hours of 8:00 am – 5:00 pm, as from Tuesday

17th September, 2019.

A complete set of tender documents may be obtained Free of Charge by visiting the KeRRA website www.kerra.go.ke.

 

Completed tender documents are to be enclosed in plain sealed envelopes, clearly marked with the tender number, project name and Constituency, and should be deposited into therespective Constituencies Tender Boxes,situated at KeRRA Regional Offices - Voi, in Taita – Tavetaor be addressed to:

The Deputy Director, Taita-Taveta Region,

KeRRA–Taita-TavetaRegion

P.O. Box 131 – 80300,

VOI, KENYA.

So as to be received on or before the dates and time indicated for each of the tenders indicated above. Late submissions will not be accepted. Tenders will be opened immediately thereafter, in the respective dates, in the presence of the Tenderers or their representatives who choose to attend at the KeRRA-Taita-Taveta RegionalOffices, in Voi Town.

(Eng. C. M. Mukuva)

DEPUTY DIRECTOR, TAITA – TAVETA REGION

CS 2018 2019 ADVERT THARAKA NITHI REGION

KENYA RURAL ROADS AUTHORITY

THARAKA NTHI REGION

 

INVITATION TO TENDER

Date:22nd January, 2019

Download the advert Here:

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;

  1. Past Experience
  2. Equipment Holding
  3. Current Commitment
  4. Key Personnel
  5. Current commitment
  6. 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

  1. 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: 

  1. Tender forms – correctly filled, signed and stamped.
  2. Certified copy of certificate of incorporation.
  3. Certified copy of current practicing license certificate of registration with the NCA 7 and above
  4. Certified copy of VAT / PIN registration certificate.
  5. Certified copy of valid tax compliance certificate.
  6. Certified copy of CR12 form and Certified copy of National identity card/passport.
  7. Properly filled schedules
  8. Proof of registration by the Treasury for special groups (Women, Youth & Physically Challenged Persons) for Small Engineering Works.
  9. Serialization or pagination of bid documents.
  10. Pre-tender site visit certificate (Signed & Stamped)

Technical and Financial Evaluation Requirements

Thresholds specified in the bid documents covering the following: 

  1. Proof of similar previous experience.
  2. Proof of trained, experienced personnel to undertake the specified works supported with their respective certificates.
  3. Proof of ownership of equipment or lease agreement of such equipment to undertake the specified works.
  4. Thresholds specified in the bid documents covering:
    1. Current workload.
    2. Litigation history.
  5. Proof of bank account in bidder’s name.
  6. Bank statements for the last three months from date of this advertisement/bank credit line.
  7. 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) 

KeRRA/TN/GOK/2-25-17|18-020

Open

Downloads

2

Jn E801 – Miomponi (R8-Tharaka)

KeRRA/TN/22%Savings/2-25-16|17-027

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  

CS ALLOCATION TENDERS - KAJIADO REGION 20 21

KENYA RURAL ROADS AUTHORITY

KAJIADO REGIONAL OFFICE

P.O.BOX 64,

KAJIADO

                                                                                                                 8th April, 2021

 

TENDER NOTICE (CS) 2020 – 2021

 

DOWNLOAD TENDER ADVERT HERE

 

Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility to Manage, Develop, Rehabilitate and Maintain Rural Roads.

The Authority invites sealed tenders from PRE-QUALIFIED BIDDERS IN THE REGION for maintenance and improvement of the following Roads to be funded using CS allocation funds.

Interested bidders should attach relevant documents which will be used as minimum requirements to support their bids.

Road Code

Road Name

Tender No.

Road works Category

Pre-tender site visit Date

Category

Tender Documents

C435

Selengei - Kibini 

Kerra/11/KJD/39/CS/2- 42- 20/21 - 045

C

None

All

DOWNLOAD TENDER DOCUMENT HERE

C464

Merueshi - CB

Kerra/11/KJD/39/CS/2- 42- 20/21 - 046

C

None

All

DOWNLOAD TENDER DOCUMENT HERE

 

 

1)          SCOPE OF WORKS

              The scope of works is as detailed in the Tender Document

2)          The minimum requirements for Bidding are as follows:

Tenderers shall include the following information and documents with their tenders, unless otherwise stated:

  • Principal place of business;
  • Total monetary value of construction work performed for each of the last five years;
  • Similar previous experience in Road works
  • Major items of construction equipment owned and or signed lease agreement(s);
  • Qualifications and experience of key site management and technical personnel proposed for the Contract;
  • Submit written power of attorney authorizing the signatory to commit the bidder
  • Authority to seek references from the Tenderer’s bankers.
  • Certified copies of Registration with National Construction Authority valid at the date of tender submission
  • Certified copies of Certificate of Incorporation
  • Certified copies of VAT Registration Certificate
  • Certified copies of Valid Tax compliance certificate
  • Certified copies of PIN registration certificate
  • Current litigation information
  • For the special categories (i.e. the youth, women and persons with disabilities), the bidder must be registered under the Public Procurement and Asset Disposal Act, 2015 for Access to Government Procurement Opportunities (AGPO) program.
  • Certified copy of CR12 certificate
  • All pages of the tender Document must be serialized sequently from start to the end
  • Attach a brief work methodology
  • Due to the COVID 19 Pandemic, there shall be no Pretender site visit. Bidders are encouraged to acquaint themselves with the site conditions at their own convenience.

Tender documents may be obtained from KeRRA Website: www.kerra.go.ke, from  8th April, 2021

Completed bid documents, to be enclosed in a plain sealed envelope marked with the Tender name and number should be addressed to:

The Regional Director

              Kenya Rural Roads Authority

              Kajiado Region

  1. O. Box 64 - 01100,              

              Kajiado

and deposited in the tender box located at the KERRA OFFICES, KAJIADO on or before Thursday, 22nd April 20201at 10.00 am. Tenders will be opened immediately thereafter and contractors who wish to be present during tender opening can attend. However, the Government Directives on COVID 19 shall be strictly observed.

The Authority reserves the right to accept or reject any tender and is not bound to accept the lowest or any tender

 

 

 

 

SENIOR SUPPLY CHAIN OFFICER

FOR: DEPUTY DIRECTOR ROADS

Customer Service Charter (Audio Visual)

Damage and Flooding On KeRRA Roads Network during the Expected EL-NINO Climate Phenomenon

 

PUBLIC NOTICEDAMAGE AND FLOODING ON KERRA ROADS NETWORK DURING THE EXPECTED ELNINO CLIMATE PHENOMENON

Design and Construction

 

PROPOSED CONSTRUCTION OF MUNYU BRIDGE AND APPROACH ROADS ON MASARA – CHUNGNI ROAD (UNCL) IN MIGORI COUNTY.

KENYA RURAL ROADS AUTHORITY

Opening up Rural Kenya

TENDER NOTICE

PROPOSED CONSTRUCTION OF MUNYU BRIDGE AND APPROACH ROADS ON MASARA – CHUNGNI ROAD (UNCL) IN MIGORI COUNTY.

The Kenya Rural Roads Authority (KeRRA) is a State corporation established under the Kenya Roads Act of 2007, with the responsibility for management, development, rehabilitation and maintenance of rural roads.

Kenya Rural Roads Authority hereby invites tenders, on behalf of the Ministry of Transport, Infrastructure Housing and Urban Development from eligible consortium with the capability to Design Build and Maintain the above bridge and approach roads.

 Tender No/Name

click link to download

 Tender notice
 CONSTRUCTION OF MUNYU BRIGDE AND APPROACH ROADS  Notice

Location of the Proposed Project

The proposed Munyu Bridge crosses Munyu River at Munyu River river channel which is approximately 15m wide at the proposed bridge site.

There shall be a mandatory pretender site visit for the projects to be held on 11th April 2019 at 10.00am starting from the KeRRA Regional Managers offices in Migori Town.

Bidders are requested to download full details of the advertisement and Bid Documents from the IFMIS supplier portal; supplier.treasury.go.ke or/and our website www.kerra.go.ke free of charge.

Duly completed Bid documents should be submitted to;

                                             The Director General

                                 Kenya Rural Roads Authority

                                 Blue Shield Towers, 6th floor

                                 P.O BOX 48151- 00100

                                 NAIROBI.

The Documents should be deposited in the Tender Box on the 6th floor, Blue Shield Towers, Hospital Road Upper Hill so as to be received on or before 2nd May, 2019 at 11:00am.

Opening of the bids will take place beginning 11:15am at the conference room, Blue Shield Towers, 5th Floor, on the same day and in the presence of Tenderers Representatives who wish to attend.

DETAILS OF THE COMMISSIONED KODIAGA-WAGAI-ONYINYORE/AKALA AND NYANGWESO-JN, B1 MUHANDA (C841/E385) ROADS

His Excellency President Uhuru Kenyatta on 30th May, 2021 Commissioned the completed Kodiaga-Wagai-Onyinyore/Akala and Nyangweso-JN, B1 Muhanda (C841/E385) Road Project in Siaya County.

The project road measures approximately 38 Km and is a key enabler of the overall development in the Siaya County and the greater Lake Victoria Basin as it serves as a link to the commercial fishing beaches along the North Eastern shores of Lake Victoria such as Usenge and Luanda Kotieno, and the agriculture-rich parts of Siaya and Kisumu County to all the major towns & markets along the Kisumu-Busia Highway.

Picture3

The project road consists of the following links: Link 1: Kodiaga - Nyangweso and Wagai- Onyinyore Road (C841) (21.7Km), Link 2: The Akala – JN D248 (Odok) (F6071) Road (7.5Km) & Link 3: Nyangweso-Muhanda (E6112 R7 Road (6.36Km)

Picture5

E. President Uhuru Kenyatta Commissioning the completed Kodiaga-Wagai-Onyinyore/Akala and Nyangweso-JN, B1 Muhanda (C841/E385) Road Project

Director General's Message

 DG S

 

The privilege to serve our country in the road subsector is one we have fully embraced as staff of the Kenya Rural Roads Authority. In so doing we are guided by our mandate namely to DevelopConstruct, and Maintain the rural road network in the country.

The Management and staff of the Authority have continued to demonstrate this commitment through our collective dedication to ensuring the implementation and realization of the Authority's mandate.

Our belief system is anchored in our Core Values (Transparency, Professionalism, Integrity, Collaboration and Sustainability), wherein the Authority ascribes to high standards of professionalism in carrying out our duties and this has translated in sustaining high levels of achievement of our evaluated targets that are often surpassed.

We have captured our ambitions in the current Strategic Plan (2024-2027) which has been developed in keeping with all Policy and Legislative targets for the Authority as envisaged by the National Government via sessional economic guidelines and policy directives. Importantly, the strategic plan has incorporated the views and aspirations of all essential stakeholders regarding rural roads. Among the notable stakeholders are the citizenry of the Republic of Kenya, other Agencies and Arms of Government, Development Partners, road contractors, and service providers.

Our operations and systems are geared towards the attainment of National aspirations as espoused in the economic blueprint of the Medium-Term Plan (IV) namely the Bottom-up Economic Transformation Agenda (BETA) which will be accomplished through the five (5) core pillars Agricultural Transformation and Inclusive Growth; transforming the Micro, Small and Medium Enterprise (MSME) Economy; Housing and Settlement; Healthcare and Digital Superhighway and Creative Economy.

Towards the achievement of our mandate, the Authority conducts its operations in accordance with applicable laws, rules, and regulations. In addition, the operations of the Authority are guided by ethical practices that embrace strong Corporate Governance principles for effective and efficient service delivery.

The Authority monitors stakeholders` opinion regularly through stakeholder engagements and incorporates valid suggestions in our activities to ensure that our planning, implementation and monitoring of road programs is alive to emergent issues affecting the roads sub-sector. 

I would like to thank the Board of Directors, Management and Staff of Kenya Rural Roads Authority for their support and dedication, as we connect devolved Kenya.

 

Eng. Philemon K. Kandie, MBS
DIRECTOR GENERAL

 

 

ELDAS 22% RMLF FY 2022-2023

KENYA RURAL ROADS AUTHORITY

 Date 25th November, 2022

TENDER NOTICE

ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF VARIOUS ROADS IN WAJIR ACOUNTY                                        

The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act, 2007, with responsibility for management, development, rehabilitation and maintenance of Rural Roads.

Kenya Rural Roads Authority Wajir Region invites bids from Eligible Construction companies who are registered in the Region & those in the Special group category (Youth, Women and
PWD) to bid for the Routine Maintenance of various Roads as listed below to be financed by the Government of Kenya through 22%RMLF allocation for Financial Year 2022-2023

Download Tender Advert Here

22%RMLF FUND FOR ELDAS

No

Road No.

Road Name & Tender No.

Activity

 

Reservation

NCA Category

Pretender Site Visit

1.

E5007

Eldas-Lakole-Basir KeRRA/08/39/WJR/22%RMLF/2022/23-037

Heavy Bush clearing

Light Grading

Gravel Patching

All

8 & above

1/12/2022

2.

E5008

Eldas-Anole KeRRA/08/39/WJR/22%RMLF/2022/23-038

Light Grading

Gravel Patching

All

8 & above

1/12/2022

3.

G5371

Eldas-Abdiwako KeRRA/08/39/WJR/22%RMLF/2022/23-039

Light Grading

Gravel Patching

Women

8 & above

1/12/2022

4.

G5374

Eldas-Waradey KeRRA/08/39/WJR/22%RMLF/2022/23-040

Heavy Bush clearing

Culvert installation

Light Grading

Gravel Patching

Youth

8 & above

1/12/2022

A complete set of Tender Documents download from the KeRRA website at
www.kerra.go.ke for free  or  collected from the Regional Procurement Office during Normal working hours upon the presentation of Ksh.1000.00-receipt paid to Kenya Rural Road Authority KCB A/c No .1114343196-Moi Avenue Nairobi. . A mandatory Pre-Tender site Visit meeting point will be at Eldas town (CDF office) at 10.00 a.m for Eldas Constituency and a certificate issued to the contractors in attendance which shall be attached to the Tender Document.

Mandatory requirement includes but are not limited to the following;

  • Certified copies (by commissioner of oaths) of Certificate of Incorporation, Certificate of registration and principal place of business
  • Valid & Certified Registration Certificate for Road Works from National Construction Authority in the (NCA) NCA 8 and above.
  • Valid, Certified & Current Practicing License for Road Works from National Construction Authority in the (NCA)
  • Authority to seek ban reference from tenderer’s bankers
  • Certified copies (by Commissioner of Oaths) of National Identification cards for the Company directors for Youth, Women and People with Disability for those bidding for roads in that category
  • Valid Tax Compliance Certificate (Tobe verified from the KRA TCC Online Checker).
  • Valid Certified Current Single Business permit,
  • Certified copy of Recent/Current Certified CR12 generated form(s) for the last 12 Months indicating Directors, Nationality, Shareholding.
  • All pages to be serialized,
  • Bidders are requested to continually check the KeRRA website kerra.go.ke for any tender addenda or clarifications that may arise before submission date.
  • Other Evaluation Criteria in the Tender Document

Interested contractors are advised to download tender documents from the KeRRA website at
www.kerra.go.ke for free from Friday 25th November, 2022. Duly filled Tender Documents shall be submitted in plain sealed envelopes (One Document per envelope) marked with Contract Number and Road Name addressed to the: -

                       

 Regional Director,

  Wajir Region,

Kenya Rural Roads Authority P.O. Box 120, 70200

Wajir

Or be deposited in the Tender Box located within the Regional Director’s offices on or before   Thursday 8th December, 2022 at 10 a.m. Tenders will be opened immediately thereafter in the presence of Tenderer’s representatives who choose to attend and late bids will not be accepted.

 

 

Eng. Lawrence Atera

Regional Director Road Asset Management,

WAJIR REGION

ELDAS CONSTITUENCY 22% RMLF AND 10% RMLF FY 2023-2024

KENYA RURAL ROADS AUTHORITY

TENDER NOTICE

 INVITATION OF BIDS FOR SPOT IMPROVEMENT WORKS UNDER  22%RMLF AND 10%RMLF  FUND FOR F/Y 2023/2024 ROAD WORKS.

Bids are invited from Contractors who are pre-qualified in (Wajir Region) for Financial Year 2023/2024 under categories specified and registered with the NCA in respective categories for  Spot improvement works below.

DOWNLOAD TENDER NOTICE

No

Contract No.

Road Name

Constituency

Reservations

1.

KeRRA/08/39/WJR/22%RMLF/2023/24-026

E5007 Basir-Lakole

Eldas

Registered

2.

KeRRA/08/39/WJR/10%RMLF/2023/24-049

E5007Juqala-Waradey-Kabatula

Eldas

Registered

3.

KeRRA/08/39/WJR/10%RMLF/2023/24-050

E5007 Lakole-Kubey Qururah-Eldas

Eldas

Youth

4.

KeRRA/08/39/WJR/10%RMLF/2023/24-051

G5371 Eldas-Abdiwako

Eldas

Registered

Mandatory site visit shall start from 29th November, 2023  to  5th December 2023 at KeRRA  Wajir Regional Office. Interested bidders will be required to make their own transport arrangement to visit the site and collect pretender site visit certificate  from the Regional Director’s representative at the Wajir Regional Office during working hours on the dates stipulated above.NB.Bidders representative should provide official authorization letter.

Interested eligible bidders may inspect and obtain the tender documents from  KeRRA Website and PPIP portal  from 22nd  November 2023, Tender document to be downloaded from tenders.KeRRA.go.ke . NB: Tender documents are free of charges.

Mandatory Requirements.

  • Certified Certificate of incorporation,
  • Certificate of Registration with NCA Category 6,7 and 8,
  • Certified of VAT registration Certificate,
  • Certified PIN registration Certificate,
  • Valid Tax Compliance Certificate.
  • Bidders must serialize sequentially all pages of their tender documents submitted using serialization machine
  • Other requirements as stated in the Tender Documents

Evaluation Criteria.

The criteria shall be as described in the Tender Document.

NB: - The documents shall be properly filled, initialed on each page and shall be Substantially responsive to the requirements of the Tender documents.

 

Scope of work.

Description and scope of works is as described in the Tender Document.

Price quoted shall include taxes and must be expressed in Kenya shillings.

Completed Tender Documents enclosed in separate sealed envelopes and clearly marked with respective tender number and tender name (Road Name and Number) shall be deposited to Regional Director’s Office Tender Box in Wajir town on or before   6th  December, 2023 at 10.00 A.M.

 

Tenders will be opened immediately thereafter, in the presence of those Tenderers or their representatives who choose to attend. Late Bids will not be accepted.

Yours faithfully,

Eng. Argwings  Oyoti

REGIONAL DIRECTOR (RD) WAJIR .

ELDAS CONSTITUENCY 22% RMLF FY 2023-2024

KENYA RURAL ROADS AUTHORITY

TENDER NOTICE

INVITATION OF BIDS FOR SPOT IMPROVEMENT WORKS UNDER  22%RMLF  FUND FOR F/Y 2023/2024 ROAD WORKS.

Bids are invited from Contractors who are pre-qualified in  Eldas Constituency advertised for Financial Year 2023/2024 under categories specified and registered with the NCA in respective categories for  Spot improvement works below.

No

Contract No.

Road Name

Constituency

Reservations

1.

KeRRA/08/39/WJR/22%RMLF/2023/24-024

C301 Tito-Basir-Areswanjil

Eldas

Youth

2.

KeRRA/08/39/WJR/22%RMLF/2023/24-025

D1112 Qoqoma-Lakole-Baqala

Eldas

PWD

3.

KeRRA/08/39/WJR/22%RMLF/2023/24-027

E5007 Juqala-Eldas-Waradey-Kabatula

Eldas

Registered

4.

KeRRA/08/39/WJR/22%RMLF/2023/24-028

E5007 Lakole-Kubey Qururah-Eldas

Eldas

Women

5.

KeRRA/08/39/WJR/22%RMLF/2023/24-029

E5008 Eldas-Anole

Eldas

Registered

6.

KeRRA/08/39/WJR/22%RMLF/2023/24-030

G5371 Eldas-Abdiwako

Eldas

Registered

Mandatory site visit shall be on 29th December, 2023 at KeRRA  Wajir Regional Office. Interested bidders will be required to  make their own transport arrangement to visit the site and collect pretender site visit certificate  from the Regional Director’s representative at the Wajir Regional Office during working hours on the dates stipulated above. NB.Bidders representative should provide official authorization letter.

Interested eligible bidders may inspect and obtain the tender documents from  KeRRA Website and PPIP portal  from

22nd  December, 2023 , Tender document to be downloaded from tenders.KeRRA.go.ke . NB: Tender documents are free of charges.

Mandatory Requirements.

  • Certified Certificate of incorporation,
  • Certificate of Registration with NCA Category 6,7 and 8,
  • Certified of VAT registration Certificate,
  • Certified PIN registration Certificate,
  • Valid Tax Compliance Certificate.
  • Bidders must serialize sequentially all pages of their tender documents submitted using serialization machine
  • Other requirements as stated in the Tender Documents

 

Evaluation Criteria.

The criteria shall be as described in the Tender Document.

NB: - The documents shall be properly filled, initialed on each page and shall be Substantially responsive to the requirements of the Tender documents.

Scope of work.

Description and scope of works is as described in the Tender Document.

Price quoted shall include taxes and must be expressed in Kenya shillings.

Completed Tender Documents enclosed in separate sealed envelopes and clearly marked with respective tender number and tender name (Road Name and Number) shall be deposited to Regional Director’s Office Tender Box in Wajir town on or before   8th January, 2024 at 10.00 A.M.

 

Tenders will be opened immediately thereafter, in the presence of those Tenderers or their representatives who choose to attend. Late Bids will not be accepted.

Yours faithfully,

Eng. Argwings  Oyoti

REGIONAL DIRECTOR (RD) WAJIR .

ELDAS, WAJIR NORTH, WAJIR EAST GOK DEVELOPMENT FUND FOR F/Y 2022/2023

KENYA RURAL ROADS AUTHORITY

TENDER NOTICE

INVITATION OF BIDS FOR SPOT IMPROVEMENT WORKS UNDER  GOK DEVELOPMENT FUND FOR F/Y 2022/2023 ROAD WORKS.

DOWNLOAD TENDER NOTICE

Bids are invited from Contractors who are pre-qualified in (Wajir Region  in respective constituencies advertised for Financial Year 2023/2025 under categories specified and registered with the NCA in respective categories for  Spot improvement works below.

TENDER ADDENDUM NO. 1

Revised Documents;

KERRA/08/39/WJR/GOK/22065/2022/2023-093

 

KERRA/08/39/WJR/GOK/22065/2022/2023-094

 

No

Contract No.

Road Name

Constituency

Reservations

Site Visit Venue

1.

KeRRA/08/39/WJR/GOK/22114/2022/23-088

C301 Baji-Dagahyar

Eldas

Youth

Eldas town CDF office

2.

KeRRA/08/39/WJR/GOK/22065/2022/23-089

G5372  Dela-Abdiwako

Eldas

Open

Eldas town CDF office

3.

KeRRA/08/39/WJR/GOK/22065/2022/23-090

UK08-001 Eldas-Dadhantalay

Eldas

Open

Eldas town CDF office

4.

KeRRA/08/39/WJR/GOK/22065/2022/23-091

UK08-90010 Elnur-Bilatuilamin

Eldas

Open

Eldas town CDF office

5.

KeRRA/08/39/WJR/GOK/22065/2022/23-092

UK08-90010 Biat-Elyunis

Eldas

Open

Eldas town CDF office

6.

KeRRA/08/39/WJR/GOK/22037/2022/23-093

UK08-90011 Tula Tula-Elnur

Eldas

women

Eldas town CDF office

7.

KeRRA/08/39/WJR/GOK/22065/2022/23-094

UK08-90011 Tula Tula-Elnur

Eldas

Open

Eldas town CDF office

8.

KeRRA/08/39/WJR/GOK/22147/2022/23-109

C303 Ajawa-Garadthe

Wajir North

Open

Ajawa Primary School

9.

KeRRA/08/39/WJR/GOK/22147/2022/23-110

C303 Garadthe-Garkilo

Wajir North

Youth

Ajawa Primary School

10.

KeRRA/08/39/WJR/GOK/22104/2022/23-111

D1112 Watiti-Hote

Wajir North

Women

Ajawa Primary School

11.

KeRRA/08/39/WJR/GOK/22104/2022/23-112

D1112 Hote-Korondile

Wajir North

Open

Ajawa Primary School

12.

KeRRA/08/39/WJR/GOK/22037/2022/23-124

E5015 Riba-Konton

Wajir East

PWD

KeRRA Wajir Office

Mandatory site visit shall be held on  23rd  October 2023 for  starting 10.00am at Respective KeRRA Constituency Offices indicated above. Bidders will be required to provide their own transport during the pre-tender site visit.

Interested eligible bidders may inspect and obtain the tender documents from Procurement Office; KeRRA - Wajir , from 16th October, 2023 during working hours upon payment of a non-refundable fee of KShs 1,000.00 to be deposited to Account No 1114343196 KCB Moi Avenue branch payable to Kenya Rural Roads Authority (deposit slip should bear contract no, company’s name and constituency) or downloaded from tenders.KeRRA.go.ke . NB: Tender documents reserved for Youth; Disabled & Women (YWD) are free.

Mandatory Requirements.

  • Certified Certificate of incorporation,
  • Certified Certificate of registration with NCA Category 6,7 and 8,
  • Certified VAT registration certificate,
  • Certified PIN registration certificate,
  • Certified valid tax compliance certificate.
  • Bidders must serialize sequentially all pages of their tender documents submitted using serialization machine
  • Other requirements as stated in the Tender Documents

Evaluation Criteria.

The criteria shall be as described in the Tender Document.

NB: - The documents shall be properly filled, initialed on each page and shall be Substantially responsive to the requirements of the Tender documents.

Scope of work.

Description and scope of works is as described in the Tender Document.

Price quoted shall include taxes and must be expressed in Kenya shillings.

Completed Tender Documents (with official payment receipt attached) enclosed in separate sealed envelopes and clearly marked with respective tender number and tender name (road name and number) shall be deposited to Regional director’s office Tender Box in Wajir town on or before   30th  October, 2023 at 10.00 A.M.

Tenders will be opened immediately thereafter, in the presence of those Tenderers or their representatives who choose to attend. Late Bids will not be accepted.

Yours faithfully,

Eng. Argwings  Oyoti

REGIONAL DIRECTOR (RD) WAJIR .

EMBU REGION - DECEMBER 2018

INVITATION TO TENDER

Date: 17th December 2018

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 of roads in various constituencies within Embu Region to be funded under the 10% RMLF for the financial year 2018/2019. Interested eligible contractors may obtain further information and inspect tender documents from the Procurement Office in Embu during the normal working hours Monday – Friday. The Bid documents will be available from the 18th December 2018 from the regional office, Embu 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

1

MUTUNDURI-MANYATTA - KIANJOKOMA (C396) ROAD

KeRRA/EBU/10%/2-23-18/19-28

MANYATTA

WOMEN

4.95M

10% RMLF

2

KIVWE - KARURINA (C400) ROAD

KeRRA/EBU/10%/2-23-18/19-29

MANYATTA

OPEN TO ALL

4.75M

10% RMLF

3

RUKURIRI-IRIARI-KATHAGERI (C406) ROAD

KeRRA/EBU/10%/2-23-18/19-30

RUNYENJES

YOUTH

4.90M

10% RMLF

4

KIANTHENGE - NTHINGIRANI - KAMARINDO (C382) ROAD

KeRRA/EBU/10%/2-23-18/19-31

MBEERE NORTH

OPEN TO ALL

2.75M

10% RMLF

5

GIKUYARI - KARAMBARI - MATTA (C397) ROAD

KeRRA/EBU/10%/2-23-18/19-32

MBEERE NORTH

OPEN TO ALL

2.86M

10% RMLF

6

BAT ENA - RIANDU (C400) ROAD

KeRRA/EBU/10%/2-23-18/19-33

MBEERE NORTH

WOMEN

4.15M

10% RMLF

7

GATEGI GIRLS – KAKINDU (C402 ) ROAD

KeRRA/EBU/10%/2-23-18/19-34

MBEERE SOUTH

PLWD

1.40M

10% RMLF

8

KIAMBERE NEWSITE JN - GACABARI (C397 ) ROAD

KeRRA/EBU/10%/2-23-18/19-35

MBEERE SOUTH

YOUTH

3.20M

10% RMLF

9

GACHOKA - GACHURIRI (C398 ) ROAD

KeRRA/EBU/10%/2-23-18/19-36

MBEERE SOUTH

WOMEN

3.16M

10% RMLF

10

NGANDURI -KIRIMA - KIRITIRI (C398 ) ROAD

KeRRA/EBU/10%/2-23-18/19-37

MBEERE SOUTH

OPEN TO ALL

2.05M

10% RMLF

11

RUKURIRI-IRIARI-KATHAGERI (C406) ROAD

KeRRA/EBU/10%/2-23-18/19-39

RUNYENJES

OPEN TO ALL

4.8M

10% RMLF

 

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 Financial year.
  • 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
  • Serialization of the bid document.
  • 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;

  1. Past Experience
  2. Equipment Holding
  3. Current Commitment
  4. Key Personnel
  5. Current commitment
  6. 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 pre-tender site visit to be conducted as follows;

Date:

Constituency

Time:

Starting Point

19.12.2018

Mbeere - North

9.00am

CDF Offices - Siakago

19.12.2018

Mbeere- South

9.00am

CDF Offices - Kiritiri

21.12.2018

Manyatta

9.00am

KeRRA Regional Office - Embu

21.12.2018

Runyenjes

9.00am

CDF offices - Runyenjes

Completed bid documents in plain sealed envelope clearly marked Tender No. and description, “DO NOT OPEN BEFORE 11.00AM, 10th January, 2019” should be addressed to:

The Regional Deputy Director

Kenya Rural Roads Authority

  1. O. Box 2718

EMBU

And deposited in the tender box market in respective Constituency situated at the KeRRA Regional Office at Embu so as to be received on/or before, 10th January, 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: Deputy Director

EMBU REGION.

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

ADDENDUM NO.1 - Download here!

KENYA RURAL ROADS AUTHORITY

EMBU REGION

 

INVITATION TO TENDER

Date: 13th December 2018

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 of roads in various constituencies within Embu Region to be funded under the 22% RMLF for the financial year 2018/2019. Interested eligible contractors may obtain further information and inspect tender documents from the Procurement Office in Embu during the normal working hours Monday – Friday. The Bid documents will be available from the 18th December 2018 from the regional office, Embu 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.

DOWNLOAD TENDER NOTICE HERE

NO

CONTRACT DESCRIPTION

TENDER NUMBER#

CONSTITUENCY

RESERVATION

BUDGET

FUNDING

DOWNLOAD

1

KAIRURI – KIRIARI (F4116) ROAD

22%/2-13-18/19-01

MANYATTA

OPEN TO ALL

4.2M

22% RMLF

DOCUMENT

2

KARURINA – NGENGE (F4102) ROAD

22%/2-13-18/19-02

MANYATTA

OPEN TO ALL

1.3M

22% RMLF

DOCUMENT

3

NGENGE – KITHIMU – (F4102) ROAD

22%/2-13-18/19-03

MANYATTA

PWD

1.2M

22% RMLF

DOCUMENT

4

KIVWE – KITHIMU (E4301) ROAD

22%/2-13-18/19-04

MANYATTA

OPEN TO ALL

3.9M

22% RMLF

DOCUMENT

5

KITHIMU – ENA (E4301) ROAD

22%/2-13-18/19-05

MANYATTA

OPEN TO ALL

3.9M

22% RMLF

DOCUMENT

6

MAJIMBO – KARURINA (C400) ROAD

22%/2-13-18/19-06

MANYATTA

OPEN TO ALL

3.9M

22% RMLF

DOCUMENT

7

KIVWE – MIRUNDI (D1227) ROAD

22%/2-13-18/19-07

MANYATTA

YOUTH

1.4M

22% RMLF

DOCUMENT

8

KIRIGI – KAIRURI (F4116) ROAD

22%/2-13-18/19-08

MANYATTA

WOMEN

1.2M

22% RMLF

DOCUMENT

9

KIANJOKOMA – KAMUGERE (C400) ROAD

22%/2-13-18/19-09

RUNYENJES

OPEN TO ALL

5.1M

22% RMLF

DOCUMENT

10

MUFU – KATHUNGURI (C400) ROAD

22%/2-13-18/19-010

RUNYENJES

WOMEN

5.2M

22% RMLF

DOCUMENT

11

KATHAGERI – KIGUMO - GITIO (C406) ROAD

22%/2-13-18/19-011

RUNYENJES

OPEN TO ALL

5.6M

22% RMLF

DOCUMENT

12

GICHICHE – GICHERA - KIRINGA (C400) ROAD

22%/2-13-18/19-012

RUNYENJES

YOUTH

5.2M

22% RMLF

DOCUMENT

13

KIRIGO – KAMBUBUA - KIOGOGO (C401)

22%/2-13-18/19- 013

MBEERE NORTH

OPEN TO ALL

4.4M

22% RLMF

DOCUMENT

14

KIOGOGO –

KIAMBERE (C401)

22%/2-13-18/19-014

MBEERE NORTH

OPEN TO ALL

2.3M

22% RLMF

DOCUMENT

15

SIAKAGO -KAMUMU(C397)

22%/2-13-18/19-015

MBEERE NORTH

OPEN TO ALL

2.9M

22% RLMF

DOCUMENT

16

KAMUMU -KIRIE (C397)

22%/2-13-18/19-016

MBEERE NORTH

OPEN TO ALL

2.5M

22% RLMF

DOCUMENT

17

KIGWAMBITHI -MUKIRIA - KOGARI (C404)

22%/2-13-18/19-017

MBEERE NORTH

WOMEN

2.5M

22% RLMF

DOCUMENT

18

KATHIGA –GACHERU – ITURIRI - KAREREMA (C386)

22%/2-13-18/19-018

MBEERE NORTH

YOUTH

2.0M

22% RLMF

DOCUMENT

19

KAREREMA –ISHIARA – DB THARAKA NITHI (C386)

22%/2-13-18/19-019

MBEERE NORTH

PWD

2.0M

22% RLMF

DOCUMENT

20

KANYUAMBORA –GITIE - KAMUMU (C406)

22%/2-13-18/19-020

MBEERE NORTH

OPEN TO ALL

2.3M

22% RLMF

DOCUMENT

21

GACHOKA – GACHURIRI (C398) ROAD

22%/2-13-18/19-021

MBEERE SOUTH

OPEN TO ALL

2.9M

22% RLMF

DOCUMENT

22

GACHURIRI – MASHAMBA (C398) ROAD

22%/2-13-18/19-022

MBEERE SOUTH

OPEN TO ALL

2.5M

22% RLMF

DOCUMENT

23

MASHAMBA – MAKIMA (C398) ROAD

22%/2-13-18/19-023

MBEERE SOUTH

WOMEN

2.1M

22% RLMF

DOCUMENT

24

MAKIMA – MBONDONI (C398) ROAD

22%/2-13-18/19-024

MBEERE SOUTH

YOUTH

2.8M

22% RLMF

DOCUMENT

25

KIRITIRI – KIAMBERE NEWSITE (C395) ROAD

22%/2-13-18/19-025

MBEERE SOUTH

OPEN TO ALL

4.1M

22% RLMF

DOCUMENT

26

KIAMBERE PRI-KARURA - DB KITU(C405) ROAD

22%/2-13-18/19-026

MBEERE SOUTH

OPEN TO ALL

2.0M

22% RLMF

DOCUMENT

27

KIAMBERE NEWSITE JNC - MUTUOBARE (C395) ROAD

22%/2-13-18/19-027

MBEERE SOUTH

PWD

1.8M

22% RLMF

DOCUMENT

 

EMBU REGION 2020/2021

KENYA RURAL ROADS AUTHORITY

EMBU REGION

 

INVITATION TO TENDER

 Addendum No.2 - Download here!

ADDENDUM 1

Date: 9th December, 2020

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.

Reference is made to the tender advertisement notice for 22% & 10% RMLF road works dated 3rd December 2020 for Embu region. Note the following:

  1. The closing date for all the contract documents are not in tandem with the closing date in the invitation to tender notice (advert). In this regard, the actual date of submission is therefore scheduled to be on Thursday, 17th December, 2020 at 11.00 am.

All other conditions remain the same.

 

 

 

 

 

KENYA RURAL ROADS AUTHORITY

EMBU REGION

 

INVITATION TO TENDER

Date: 3rd December, 2020

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 of selected roads in various constituencies within Embu Region to be funded under the 22% and 10% RMLF for the financial year 2020/2021. Interested eligible contractors may obtain further information and inspect tender documents from the Procurement Office in Embu during the normal working hours Monday – Friday. The Bid documents will be available on the 3rd December 2020 from the regional office, Embu 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.

DOWNLOAD TENDER NOTICE HERE

NO

CONTRACT DESCRIPTION

TENDER NUMBER#

CLICK LINK TO DOWNLOAD

CONSTITUENCY

RESERVATION

BUDGET

FUNDING

1

MIRUNDI-KEVOTE (D1227) ROAD

KERRA/011/EBU/39/RUN/22%/2-23-20|21-004

RUNYENJES

WOMEN

3.38M

22% RMFL

2

KIRINGA - NDUMARI

(C400) ROAD

KERRA/011/EBU/39/RUN/22%/2-23-20|21-005

RUNYENJES

OPEN TO ALL

4.00M

22% RMFL

3

MUFU-KARUNGU

(C406) ROAD

KERRA/011/EBU/39/RUN/22%/2-23-20|21-006

RUNYENJES

OPEN TO ALL

3.24M

22% RMFL

4

KARUNGU-KARIRU

(C406) ROAD

KERRA/011/EBU/39/RUN/22%/2-23-20|21-007

RUNYENJES

OPEN TO ALL

4.36M

22% RMFL

5

KIANGUGNGI- KATHANGERI

(E4210) ROAD

KERRA/011/EBU/39/RUN/22%/2-23-20|21-008

RUNYENJES

YOUTH

3.74M

22% RMFL

6

KIANJOKOMA-KAMUGERE

(C400) ROAD

KERRA/011/EBU/39/RUN/22%/2-23-20|21-009

RUNYENJES

PWD

3.84M

22% RMFL

7

KATHANGERI-KIGUMO

(C406) ROAD

KERRA/011/EBU/39/RUN/10%/2-23-20|21-010

RUNYENJES

OPEN TO ALL

5.38M

10% RMLF

8

KIGUMO-IKUURA

(C406) ROAD

KERRA/011/EBU/39/RUN/10%/2-23-20|21-011

RUNYENJES

YOUTH

4.897M

10% RMLF

9

MBONDONI-MASINGA SPILL WAY (C398) ROAD

KERRA/011/EBU/39/MS/10%/2-23-20|21-012

MBEERE SOUTH

OPEN TO ALL

3.22M

10% RMLF

10

KIAMBERE- MUTUABARE (C398) ROAD

KERRA/011/EBU/39/MS/10%/2-23-20|21-013

MBEERE SOUTH

YOUTH

3.63M

10% RMLF

11

KARABA-RIAKANAU

(C395) ROAD

KERRA/011/EBU/39/MS/10%/2-23-20|21-014

MBEERE SOUTH

OPEN TO ALL

3.42M

10% RMLF

12

KANDUU-GACHURIRI (C398) ROAD

KERRA/011/EBU/39/MS/22%/2-23-20|21-015

MBEERE SOUTH

OPEN TO ALL

3.33M

22% RMFL

13

GACHURIRI - THIBA BRIDGE

(C398) ROAD

KERRA/011/EBU/39/MS/22%/2-23-20|21-016

MBEERE SOUTH

OPEN TO ALL

3.40M

22% RMFL

14

KARABA-GATEGI(C400) ROAD

KERRA/011/EBU/39/MS/22%/2-23-20|21-017

MBEERE SOUTH

WOMEN

3.57M

22% RMFL

15

KIAMBERE- GACABARI ISSACCO (C395) ROAD

KERRA/011/EBU/39/MS/22%/2-23-20|21-018

MBEERE SOUTH

OPEN TO ALL

4.05M

22% RMFL

16

MECCA- KAMUNYAGE (C399) ROAD

KERRA/011/EBU/39/MS/22%/2-23-20|21-019

MBEERE SOUTH

PWD

4.03M

22% RMFL

17

KIRITIRI-NEWSITE (C395) ROAD

KERRA/011/EBU/39/MS/22%/2-23-20|21-020

MBEERE SOUTH

OPEN TO ALL

4.20M

22% RMFL

18

SIAKAGO - MAGACHA (C397) ROAD

KERRA/011/EBU/39/MN/22%/2-23-20|21-021

MBEERE NORTH

YOUTH

3.71M

22% RMFL

19

KAMUMU - MUGWANJOGU

(C397) ROAD

KERRA/011/EBU/39/MN/22%/2-23-20|21-022

MBEERE NORTH

OPEN TO ALL

3.96M

22% RMFL

20

KAREREMA- MUGWANJOGU (C401) ROAD

KERRA/011/EBU/39/MN/22%/2-23-20|21-023

MBEERE NORTH

OPEN TO ALL

3.96M

22% RMFL

21

GITIE - KAMUMU (C406) ROAD

KERRA/011/EBU/39/MN/22%/2-23-20|21-024

MBEERE NORTH

OPEN TO ALL

3.74M

22% RMFL

22

MUKORORIA-CIERIA

(C401) ROAD

KERRA/011/EBU/39/MN/22%/2-23-20|21-025

MBEERE NORTH

WOMEN

3.79M

22% RMFL

23

MAGACHA-ENA

(C397) ROAD

KERRA/011/EBU/39/MN/22%/2-23-20|21-026

MBEERE NORTH

YOUTH

3.40 M

22% RMFL

24

GIKUYARI – KARAMBARI(D1222)

KERRA/011/EBU/39/MN/10%/2-23-20|21-027

MBEERE NORTH

YOUTH

3.45M

10% RMLF

25

KAMUMU - KATHIGA GACHERU (C397)

KERRA/011/EBU/39/MN/10%/2-23-20|21-028

MBEERE NORTH

OPEN TO ALL

3.57M

10% RMLF

26

CIATHARI- MUKIRIA

(C404)

KERRA/011/EBU/39/MN/10%/2-23-20|21-029

MBEERE NORTH

PWD

3.26M

10% RMLF

27

MUTUNDURI-MANYATTA-KIANJOKOMA (C396) ROAD

KERRA/011/EBU/39/MAN/10%/2-23-20|21-030

MANYATTA

OPEN TO ALL

5.77M

10% RMLF

28

KIVWE-KARURINA (E4301) ROAD

KERRA/011/EBU/39/MAN/10%/2-23-20|21-031

MANYATTA

WOMEN

4.17M

10% RMLF

29

KIRIGI-MURWATETU (E4198)

KERRA/011/EBU/39/MAN/22%/2-23-20|21-032

MANYATTA

OPEN TO ALL

3.61M

22% RMFL

30

KIVWE-ENA (E4301) ROAD

KERRA/011/EBU/39/MAN/22%/2-23-20|21-033

MANYATTA

WOMEN

6.92M

22% RMFL

31

KIVWE-MIRUNDI (D1227)

KERRA/011/EBU/39/MAN/22%/2-23-20|21-034

MANYATTA

OPEN TO ALL

3.47M

22% RMFL

32

KARURINA-KITHIMU (F4102)

KERRA/011/EBU/39/MAN/22%/2-23-20|21-035

MANYATTA

YOUTH

4.48M

22% RMFL

33

KIRIARI-KIANJOKOMA (F4116)

KERRA/011/EBU/39/MAN/22%/2-23-20|21-037

MANYATTA

YOUTH

4.01

22% RMFL

EMBU REGION 22% AND 10% RMLF FUNDING FOR FY 2023/2024 ADDENDUM No. 1

KENYA RURAL ROADS AUTHORITY

EMBU REGION

ADDENDUM NO .1

DOWNLOAD ADDENDUM NO. 1 HERE

DOWNLOAD KERRA/011/EBU/039/MAN/10%CRC/2-23-23/24-033 HERE

 

Date: 16thOctober, 2023

 

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.

Reference is made to the tender advertisement notice for 22% RMLF and 10% RMLF road works dated 2nd October 2023 for Embu region. Bidders are hereby notified that;

 1.A new tender document for tender No: KERRA/011/EBU/039/MAN/10%CRC/2-23-23/24-033 ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF KIVWE-MIRUNDI (D1227) ROAD  has been uploaded on the KeRRA website

2.To allow ample time for  preparation and submission, the deadline for submitting Bid documents has been extended to Wednesday, 25TH  October 2023  at 11.00 AM.

All the other condition Remain the same.

-------------------------

ENG.PM WACHAI

REGIONAL DIRECTOR

EMBU REGION

EMBU REGION JULY TENDER NOTICE FY 2023/2024

KENYA RURAL ROADS AUTHORITY

                                                                                                                                                                                                                           23rd July, 2024

TENDER NOTICE

DOWNLOAD ADVERT HERE

The Kenya Rural Roads Authority (KeRRA) is a state corporate established under the Kenya Roads Act 2007 with a mandate to manage, develop, and maintain the rural road network in the country.

Embu Region, wish to hereby invite bids from REGISTERED contractors in the Region and others within the special category (YWPLD) for Road Maintenance project for FY 2023/24 for the following tenders.

Tender Ref.

Road Name

Category & Target group

Eligible bidders/

NCA

 

KeRRA/EBU/08/39/44/2023-2024

ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF KATHANJURI – THAU - GACICIRO (F4142) ROAD

REGISTERED

5,6,7 OR 8

DOWNLOAD

KeRRA/EBU/08/39/45/2023-2024

ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF KANGONDI - NDUMARI (C400) ROAD

REGISTERED

5,6,7 OR 8

DOWNLOAD

KeRRA/EBU/08/39/46/2023-2024

ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF KAVURU - NDUMARI (C400) ROAD

REGISTERED

5,6,7 OR 8

 DOWNLOAD

KeRRA/EBU/08/39/47/2023-2024

 ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF KYENI – RUKURIRI (E4206) ROAD

YOUTH

5,6,7 OR 8

 DOWNLOAD

KeRRA/EBU/08/39/48/2023-2024

ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF KAVENGERO – MURARI (C406) ROAD

REGISTERED

5,6,7 OR 8

 DOWNLOAD

KeRRA/EBU/08/39/49/2023-2024

 ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF KIVWE – KEVOTE (D1227) ROAD

REGISTERED

5,6,7 OR 8

 DOWNLOAD

KeRRA/EBU/08/39/50/2023-2024

 ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF KIANGUNGI – IVURORI – KAITHEGE (E4210) ROAD

REGISTERED

5,6,7 OR 8

 DOWNLOAD

KeRRA/EBU/08/39/51/2023-2024

 ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF ENA – KITHUNGUTHA – GACICIRO (L8) ROAD

WOMEN

5,6,7 OR 8

DOWNLOAD

KeRRA/EBU/08/39/52/2023-2024

 ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF KARARITIRI - GICHECHENI (C406) ROAD

REGISTERED

5,6,7 OR 8

 DOWNLOAD

KeRRA/EBU/08/39/53/2023-2024

 ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF KIANJOKOMA - MUKUURI (C396) ROAD

REGISTERED

5,6,7 OR 8

 DOWNLOAD

KeRRA/EBU/08/39/72/2023-2024

ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF KARURUMO - KASAFARI (C400) ROAD

WOMEN

5,6,7 OR 8

 DOWNLOAD

KeRRA/EBU08/39/73/2023-2024

ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF KATHANGERI - KAGUMO (C406) ROAD

YOUTH

5,6,7 OR 8

 DOWNLOAD

KeRRA/EBU/08/39/62/2023-2024

 ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF GAKWEGORI - GATUNDURI ROAD

PWD

5,6,7 OR 8

 DOWNLOAD

KeRRA/EBU/08/39/63/2023-2024

 ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF KARURINA – KITHIMU (F4102) ROAD

REGISTERED

5,6,7 OR 8

 DOWNLOAD

KeRRA/EBU/08/39/55/2023-2024

 ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF GIKUYARI -ITIIRA (D1222) ROAD

REGISTERED

5,6,7 OR 8

 DOWNLOAD

KeRRA/EBU/08/39/56/2023-2024

ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF 

ITIIRA - KARIMARI(D1222) ROAD

YOUTH

5,6,7 OR 8

 DOWNLOAD

KeRRA/EBU/08/39/57/2023-2024

ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF GIKINGIRI - RIANDU(D1226) ROAD

REGISTERED

5,6,7 OR 8

 DOWNLOAD

KeRRA/EBU/08/39/58/2023-2024

ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF KANYARIRI - KIANAMU(F4077) ROAD

REGISTERED

5,6,7 OR 8

 DOWNLOAD

KeRRA/EBU/08/39/59/2023-2024

ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF KANYARIRI - MUTHANU(F4077) ROAD

YOUTH

5,6,7 OR 8

DOWNLOAD

KeRRA/EBU/08/39/61/2023-2024

ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF KATHANJE-KIVUE (E4178) ROAD

REGISTERED

5,6,7 OR 8

 DOWNLOAD

KeRRA/EBU/08/39/64/2023-2024

ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF CIATHARI – KYENIRI(F4084) ROAD

PWD

5,6,7 OR 8

 DOWNLOAD

KeRRA/EBU/08/39/60/2023-2024

ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF KARAMBARI – KIRIE(C397) ROAD

REGISTERED

5,6,7 OR 8

 DOWNLOAD

KeRRA/EBU/08/39/81/2023-2024

ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF SCHEME – KATHANGERI (C403) ROAD

REGISTERED

5,6,7 OR 8

 DOWNLOAD

KeRRA/EBU/08/39/76/2023-2024

ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF KIRITITI – KIAMBERE (C395) ROAD

WOMEN

5,6,7 OR 8

 DOWNLOAD

KeRRA/EBU/08/39/75/2023-2024

ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF KIRITIRI – THURA (C397) ROAD

REGISTERED

5,6,7 OR 8

 DOWNLOAD

KeRRA/EBU/08/39/77/2023-2024

 ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF KANYARIRI – MAGARO(C400) ROAD

REGISTERED

5,6,7 OR 8

 DOWNLOAD

KeRRA/EBU/08/39/74/2023-2024

ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF WAMUMU – KARABA (C402)

REGISTERED

5,6,7 OR 8

 DOWNLOAD

KeRRA/EBU/08/39/84/2023-2024

ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF MUKURIA – KOGALI(C404)

YOUTH

5,6,7 OR 8

 DOWNLOAD

KERRA/EBU/ 08/39 /71/2023-2024

ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF KIAMURINGA – KIMANGARU(D1226)

PWD

5,6,7 OR 8

 DOWNLOAD

KERRA/EBU/ 08/39/ /65/2023-2024

ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF KIOGOGO – KIAMBERE(C401)

               REGISTERED

5,6,7 OR 8

DOWNLOAD

KeRRA/EBU/08/39/80/2023-2024

ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF KIANJOKOMA-KAMUGERE(C400)

REGISTERED

5,6,7 OR 8

 DOWNLOAD

KERRA/EBU/ 08/39/ 69/2023-2024

ROUTINE MAINTENANCE & SPOT IMPROVEMENT OFKIVWE -NJAKAIRI(E4103)

REGISTERED

5,6,7 OR 8

 DOWNLOAD

KERRA/EBU/ 08/39/54/2023-2024

ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF GIKUYARI – KARAMBARI(D1222)

YOUTH

5,6,7 OR 8

 DOWNLOAD

KERRA/EBU/08/39/78/2023-2024

ROUTINE MAINTENANCE & SPOT IMPROVEMENT OFKIARAGANA – KIVIUVI (L2 RUNYEJES)

REGISTERED

5,6,7 OR 8

 DOWNLOAD

KeRRA/EBU/08/39/83/2023-2024

ROUTINE MAINTENANCE & SPOT IMPROVEMENT GACHURIRI – MASHAMBA(C402)

               WOMEN

5,6,7 OR 8

 DOWNLOAD

KeRRA/EBU/08/39/82/2023-2024

ROUTINE MAINTENANCE & SPOT IMPROVEMENT KAKAWA -KAKINDU(C402)

               REGISTERED

5,6,7 OR 8

 DOWNLOAD

Bidders MUST meet the following requirements alongside other requirements contained in tender documents. 

  1. To enhance equity bidders will only be awarded a maximum of two tenders either as a director or a company under this tender notice.
  2. Bidders are requested to familiarise themselves with site before tendering by making their own arrangements in consultation with the Regional Director's Office and ensure their pretender site visit certificate is signed and stamped. (within the first 10 days of the notice)
  3. For pretender site visit all bidders' representative must have an introduction letter from the company.
  1. MUST provide original document and a copy.
  2. All Interested bidders are required to continually check the KeRRA website kerra.go.ke/tenders for any tender addendum or clarification that may arise before the submission date.

NOTE

All attachments must be certified by a commissioner for oaths.         

Note: The cost estimate of the proposed works has been provided in the tender document.

Tender documents detailing requirements shall be obtained from the KeRRA website www.kerra.go.ke Complete tender document Duly serialized; in Wax Sealed Plain Envelopes marked with Tender Reference (KeRRA/EBU….) number and Description, should be sent to the address below or deposited in the Tender Box located at the Regional Office Boardroom, within the Kenya Rural Roads Authority Embu Region offices situated at Public Works Building 1st Floor, along GK Prison Road.

     Regional Director

     Kenya Rural Roads Authority,

P.O. Box 2718-60100,

Embu.  

So as to be received Monday, 5th August 2024 at 11:00 am and be Registered immediately thereafter in the presence of bidders’ representatives who may wish to attend, however bidders may request for any information through the office.

   

ENG. PETER WACHAI

REGIONAL DIRECTOR,  

EMBU REGION.

EMERGENCY REINSTATEMENT OF ORIA BRIDGE

KENYA RURAL ROADS AUTHORITY

_____________Opening up Rural Kenya___________

 

TENDER NOTICE

 

EMERGENCY REINSTATEMENT OF ORIA BRIDGE

The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of Rural Roads.

The Authority hereby invites bids from eligible construction companies on behalf of the Ministry of Transport, Infrastructure, and Housing and Urban Development for the Emergency Reinstatement of Oria Bridge set to be financed by the Government of Kenya through the Cabinet Secretary Road Maintenance Fuel Levy Fund.

The bid document will be available for downloading on the Authority’s Website www.kerra.go.ke with effect from 5th July, 2021

 DOWNLOAD DOCUMENT HERE

 Download Tender Notice

In order to manage the spread of COVID-19, the Authority will NOT conduct mandatory Pre-Tender Site visits. However, bidders are encouraged to visit the project sites for more insight on the project roads before bidding.

The sealed bids MUST be submitted to the address below located on Ground floor Barabara Plaza, Block B or deposited in the Tender Box on or before 12th July, 2021 at 11.00 a.m. All pages of the submitted documents to be Serialized Thereafter, opening of the bids will take place at the same venue starting from 11:15am.

Bids not received at the submission venue by the closing time will not be accepted for opening and will be rejected and returned unopened.

 

Bidders with enquiries are encouraged to do so vide the email address This email address is being protected from spambots. You need JavaScript enabled to view it., This email address is being protected from spambots. You need JavaScript enabled to view it..

Director General

Kenya Rural Roads Authority,

Barabara Plaza Block B, Mazao road, Opposite KCAA building

  1. O. Box 48151-00100,

NAIROBI, KENYA.

Email Addresses: This email address is being protected from spambots. You need JavaScript enabled to view it., This email address is being protected from spambots. You need JavaScript enabled to view it.

Tel: +254(20)8013846/2710451, Mobile: +254 724 735 568

 

Deputy Director, Supply Chain

FOR: DIRECTOR GENERAL

KENYA RURAL ROADS AUTHORITY

Eng. Francis Gitau is the Infrastructure Secretary responsible to the Principal Secretary, Infrastructure of Ministry of Transport, Infrastructure, Housing & Urban Development.

GitauEng. Francis Gitau is the Infrastructure Secretary responsible to the Principal Secretary, Infrastructure of Ministry of Transport, Infrastructure, Housing & Urban Development.

He is nominated as an alternate Board Member for the Principal Secretary, Infrastructure. He is the chairman of the Mechanical Transport Fund from 2015.He has worked in various capacities including Chairman of Budget Committee Infrastructure Department; chairman of Transport Sector Training Committee of National Industrial Training Authority; Alternate chair of Ministerial Human Resource Committee; chairman of National Steering Committee on Review of Road Design Standards; and ISO Implementer under Roads Department among other leadership positions.
He is trained in the various areas including Strategic Leadership; Resource Management; Management of Labour Based Road Construction and Maintenance Programme, Management of Road Maintenance, Financial Monitoring and Evaluation, Management Corporate Governance and FIDIC Course.

ENGINEERING DESIGN OF VARIOUS DRAINAGE STRUCTURES ON THE ROADS

ADDENDUM NO. 1


ENGINEERING DESIGN OF VARIOUS DRAINAGE STRUCTURES ON THE ROADS 10,000 PROGRAMME (PACKAGES 1 – 9).


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.
Following requests for clarification by bidders pursuant to Instruction to Consultants (ITC) 13.1, we have amended the Request for Proposal (RFP) document.
The amended RFP document can be downloaded from the IFMIS supplier portal; supplier.treasury.go.ke or/and our website www.kerra.go.ke free of charge.
Completed tenders should be submitted in plain sealed envelopes clearly marked “CONSULTANCY SERVICES FOR PRELIMINARY AND DETAILED ENGINEERING DESIGN OF MAJOR DRAINAGE STRUCTURES ON VARIOUS ROADS 10,000 PROGRAMME” LOT NO… and addressed to;


The Director General
Kenya Rural Roads Authority
Blue Shield Towers, 6th floor
P.O BOX 48151- 00100
NAIROBI.


The Documents should be deposited in the Tender Box on the 6th floor Board Room, Blue Shield Towers, Hospital Road Upper Hill, and Nairobi so as to be received on or before 7th June, 2018. Tender will close and open 7th June, 2018 at 11.00a.m.
Opening of Technical Proposals will take place immediately thereafter at the Conference Room Blue Shield Towers 6th Floor Hospital Road, Upper Hill, Nairobi in the presence of Bidders’ representatives who wish to attend.
The Tenderers’ shall remain bound by their offers for 150 days from the date of tender opening.
The Client reserves the right to reject any tender without giving reasons for the rejection and does not bind itself to accept the lowest or any tender.


MANAGER PROCUREMENT
For DIRECTOR GENERAL
KENYA RURAL ROADS AUTHORITY

KeRRA is ISO 9001: 2008 CERTIFIED
Opening up Rural Kenya

LVSR RFP Bridges Download here

 

 

ENGINEERING DESIGN OF VARIOUS DRAINAGE STRUCTURES ON THE ROADS 10,000 PROGRAMME (PACKAGE 1 – 9)

 

ENGINEERING DESIGN OF VARIOUS DRAINAGE STRUCTURES ON THE ROADS
10,000 PROGRAMME (PACKAGE 1 – 9)

 Download:-

Tender Notice

RFP Document

 

 

English Version

RESOLVED CITIZENS’ SERVICE DELIVERY CHARTER

VISION: Easy Access to Resources and Services

MISSION: To Develop, Manage and Maintain the National Secondary Trunk Road Network

CORE VALUES

Good Governance

Professionalism

Innovation

Integrity

Equity

Team work

Collaboration

 

MOTTO: Connecting Devolved Kenya

     No.

SERVICE/GOOD

REQUIREMENTS TO OBTAIN SERVICE/GOOD

COST OF SERVICE/GOOD

TIMELINE

1.         

Attending to customers

Courtesy and clarity

None

Within 10 Minutes

2.         

Complaints and Inquiries Responses

1.  Honesty and Integrity

2.  Use of appropriate channels including:

·    Physical visits

·    Telephone

·    Letter or email

·    Suggestion boxes

None

Physical visit

10 Minutes

Letters

21 working days

e-mail

3 Working Days

Field Inspection

10 working days

Emergency

48 hours  (Maximum of 14 Days)

3.         

Procurement of Goods and Services

1.  Ensure prequalification where applicable

2.  Purchase/Download bid documents

3.  Compliance with contract provisions

4.  Provide timely and adequate feedback

5.  Adhere to applicable laws and regulations

As Advertised

As per the Public Procurement & Asset Disposal Act 2015 and supporting legislation

4.         

Road Planning and Development

1. Public Participation via formal channels

2. Cooperation

3. Feedback

Meeting Tax Obligations

Strategic Planning

5 Years

Annual Planning

6 Months to Year End

Road Design

6 Months

Monitoring & Evaluation

Bi-Annually

5.         

Construction of Roads

1. Public Participation via formal channels

2. Cooperation

3. Feedback

Meeting Tax Obligations

New Roads Construction

As per Contract

Emergency Works

60 Days

Public Notice for Road Works

3 Working Days

6.         

Maintenance of Roads

1. Public Participation via formal channels

2. Cooperation

3. Feedback

Meeting Tax Obligations

Annual Road Work Plan

6 Months to Year End

Rehabilitation of Roads

As per Contract

Routine Maintenance

Annual

Approval of Roadside Development

30 Working Days

7.         

Payment for Goods and Services

Timely availing of relevant documents such as;

·    Bank Details as per KeRRA Form (BD 1)

·    Local Service/Purchase Order

·    Invoices

·    Delivery Notes

·    Duly signed payment certificates

·    Measurement Records

None

Road Works

As per the Contract

Consultancy Services

As per the Contract

Goods and Other Services

Within 30 days

8.         

Recruitment

1.  Letter of Application

2.  Requirements in response to Advertisement

None

3 Months

9.         

Industrial Attachment

1.  Relevant letter from training institution

2.  Letter of Application

3.  Curriculum Vitae

4.  Indemnity Insurance Cover

None

3 Months

10.      

Access to Information

1.  Honesty and Integrity

2.  Pay prescribed charges

3.  Use of appropriate channels including:

·    Physical visits

·    Telephone

·    Letter or email

·    Suggestion boxes

As prescribed in the Access Information Act,  2016

Physical visit

10 Minutes

Letters

21 working days

e-mail

3 working days

Field  Inspection

10 working days

Exigent  Information Requests

48 hours

 (Extendible once to a maximum 14 days)

 

We are committed to Courtesy and Excellence in service delivery. Any non-conforming staff member, service or good should be reported to:

 

OUR PHYSICAL LOCATION:

Kenya Rural Roads Authority,

Barabara Plaza Block B,

Airport South Road, 

P.O Box 48151 – 00100

NAIROBI, Kenya

Visit www.kerra.go.ke to locate our 47 Regional Offices

THE COMMISSION ON ADMINISTRATIVE JUSTICE (CAJ):

P. O. Box 20414-00200,Nairobi, Kenya.

Tel: +254 (20)2270000/2303000/263765/8030666

Email: This email address is being protected from spambots. You need JavaScript enabled to view it.

Website: www.ombudsman.go.ke

Twitter: @kenyasombudsman Facebook: Ombudsman Kenya          

OUR CONTACTS:

P. O. Box 48151-00100 Nairobi, Kenya.

Tel: +254 (20)7807600/7807601/7807602/7807603/7807604/7807605 OR +254 724735568

Email: This email address is being protected from spambots. You need JavaScript enabled to view it.

Website: www.kerra.go.ke

OR

The Relevant Regional Office as indicated on our website.

             

European Union - EU

The Government of Kenya (GoK); with support from the European Union (EU) is currently undertaking via the Kenya Rural Roads Authority an upgrade of about 100km of  rural roads in the Eastern Region of Kenya. The projects are being carried out under five lots packaged as five works contracts.

The project is jointly funded by GoK (31%) and the European Union (69%) through the 10th European Development Fund (EDF) Rural Roads Component in Kenya.

The particulars of the projects are as follows:

Progress Statement on EU/GoK R2000 Project

 DESCRIPTION  LOCATION  ROAD NAME  COST
 Lot 1  Embu  Kyeni-Kathanjure-Karurumo road  231 million
 Lot 2  Tharaka Nithi  Chuka-Kaanwa-Kareni road  537 million
 Lot 3  Meru  Ndurumo-Kathirune-Giaki & Giaki-Birikene-Miamponi roads  499 million
 Lot 4  Machakos  Kivandini-Kango & Kango-Kikalia-Kali roads  301 million
 Lot 5  Makueni Katuaa-Kee-Nunguni road  362 million

Progress Statement on EU/GoK R2000 Projects

Expired Tenders

FAFI,LAGDERA,IJARA AUGUST 2021

 KENYA RURAL ROADS AUTHORITY                                                    

                                               TENDER NOTICE:

                               PUBLIC PARTICIPATION FUND- F/Y 2020/21:

                                   ............DOWNLOAD ADVERT HERE......                        

                                                                                2ND AUGUST 2021.                                                                                                                              

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 network in Kenya.

The Authority hereby invites bids from Pre-qualified contractors for Maintenance of the following road in Garissa Region for the Financial Year 2020-2021 to be funded under Public Participation for Roadworks as indicated below:

 

S/No

  

ITT NO:

 

ROAD NAME & CODE:

 

PREFERANCE &

RESERVATIONS

 

BUDGET

(Kshs.)

 

NCA CATEGORY

CLOSING DATE &

      TIME:

   1.

KeRRA/011/GSA/39/75/

2020-21.

Taleh Farm – Elmi Farm (UC-26) Road.

         OPEN

 

6,500,000.00

6, 7 & 8

 

    18/8/2021.

    10.00 AM

   2.

KeRRA/011/GSA/39/76/

2020-21.

Holwathag Farm– Jamhuri Farm (UC-27)  Road.

         OPEN

         

 

5,000,000.00

6, 7 & 8

 

    18/8/2021.

    10.00 AM

   3.

KeRRA/011/GSA/39/77/

2020-21.

Masalani –Ijara (C 256) Road.

         OPEN

 

10,000,000.00

6, 7 & 8

 

    18/8/2021.

    10.00 AM

   4.

KeRRA/011/GSA/39/78/

2020-21.

Bura– Galmagalla

(C252)  Road.

         OPEN

 

10,000,000.00

6, 7 & 8

 

    18/8/2021.

    10.00 AM

   5.

KeRRA/011/GSA/39/79/

2020-21.

Modogashe – Ilan Gurufa Road.

         OPEN

 

8,000,000.00

6, 7 & 8

 

    18/8/2021.

    10.00 AM

   6

KeRRA/011/GSA/39/80/

2020-21.

Eldere – Tokojo- Benane Road.

         OPEN

 

8,000,000.00

6, 7 & 8

 

    18/8/2021.

    10.00 AM

   7.

KeRRA/011/GSA/39/81/

2020-21.

Hagar Jarer – Benane Road.

      YOUTH

 

6,500,000.00

6, 7 & 8

 

    18/8/2021.

    10.00 AM

   8.

KeRRA/011/GSA/39/82/

2020-21.

JN A3Abdilugey – Shell Gulled Road.

         WOMEN

 

8,000,000.00

6, 7 & 8

 

    18/8/2021.

    10.00 AM

   9.

KeRRA/011/GSA/39/83/

2020-21.

Modika – Diiso Road.

         YOUTH

 

5,500,000.00

6, 7 & 8

 

    18/8/2021.

    10.00 AM

   10.

KeRRA/011/GSA/39/84/

2020-21.

Alikune – Dertu Road.

         OPEN

 

10,000,000.00

6, 7 & 8

 

    18/8/2021.

    10.00 AM

   11.

KeRRA/011/GSA/39/85/

2020-21.

Hagar jarer– Libahlo Road.

         OPEN

 

5,000,000.00

6, 7 & 8

 

    18/8/2021.

    10.00 AM

 

Interested firms may download complete tender documents with detailed specifications from KeRRA Website: www.kerra.go.ke.

Any bid that doesn’t meet the Condition/Requirement Description shall not be subjected to any further evaluation; these requirements alongside the Technical and Financial requirements are contained in the tender documents.

Following the declared COVID-19 Pandemic and Government directives, bidders are advised to make their own arrangements to visit the site before quoting, confirm their attendance and acknowledge the roads they have tendered.

Bidders must ensure that their completed tender documents are enclosed in plain sealed envelope marked with Tender Number, Road Name and Constituency to be deposited in the relevant Tender Box situated at Kenya Rural Roads Authority Garissa Regional Office-Garissa Town or addressed to:

The Regional Director,

Kenya Rural Roads Authority,

Box 1391-70100,

GARISSA.

 

The Authority will strictly adhere to Government guidelines on management of COVID-19 on banning public gathering- bidders who choose to attend bid opening function are required to send ONLY one representative.

Canvassing and/or any form of corrupt malpractice intended to influence the outcome of the whole or part of the process will lead to automatic disqualification irrespective of the procurement stage.

Tenders that shall not fulfill all the above conditions will automatically be disqualified.

Tenders submitted after the closing date and time shall be disqualified and returned to bidder un-opened.

Bids to be received on or before the date/s provided and opening will take place immediately thereafter.

The Authority reserves the right to reject any tender without giving reason for rejection and does not bind itself to accept the lowest or any tender. 

Information relating to the examination, evaluation of applications and Recommendations for the successful candidate shall not be disclosed to applicants or any other persons not officially concerned with such process until approval to the successful applicant has been announced.

All interested bidders are required to continually check Kenya Rural Roads Authority website: //This email address is being protected from spambots. You need JavaScript enabled to view it.">This email address is being protected from spambots. You need JavaScript enabled to view it. for any tender addendum or clarifications that may arise before submission date.

Mohamed Bare.

Ag. SENIOR SUPPLY CHAIN MANAGEMENT OFFICER,

FOR: REGIONAL DIRECTOR.

FAQs

1. When was KeRRA formed?

KeRRA is a State Parastatal under the Ministry of Transport and Infrastructure established through the Kenya Roads Act 2007.

2. What are the functions of the Authority?

KeRRA is responsible for the management, development, rehabilitation and maintenance of rural roads, classified as D, E and others.

3. How are Roads Categorized?

Road classification in Kenya takes into account the function the road serves i.e.

  1. If the Road serves as a link between centres of international importance, crossing international boundaries or terminating at international ports (Class A roads-International Trunk Roads)
  2. If the road links nationally important centres, principal towns or urban centres (Class B roads-National Trunk Roads)
  3. A road that links provincially important centres to each other or to higher class roads are Class C roads or Primary Roads
  4. If a road links locally important centres to each other or to a more important centre, or to a higher class road it is a class D Road (Secondary Road)
  5. Any road link to a minor centre, market or local center is a Class E Road(Minor Road)

In addition there are other Classes of road as per usage (Special Roads) i.e;

  1. Forest Roads Class F Roads
  2. Roads serving Schools, Hospitals and Government Institutions Class G roads
  3. Roads leading to Coffee(Kahawa) growing areas Class K Roads
  4. Roads accessing settlement schemes Class L Roads
  5. National Park Roads Class P Roads
  6. Roads Accessing Rural areas Class R
  7. Roads Accessing Sugar growing areas Class S
  8. Roads accessing tea growing places Class T Roads
  9. Unclassified Rural Roads including those leading to areas with mineral deposits Class U Roads
  10. Roads Accessing Wheat growing areas Class W Roads

4. How is Road Construction Prioritized?

The Finance Act 2009 set up Constituency Roads Committees in each constituency in Kenya which, under the assistance of each Member of Parliament, advices KeRRA on the formulation of an annual roads programme and the roads to be included in it. These committees thus prioritize projects within their jurisdiction and which are hence implemented under the supervision of KeRRA.

5. Where can I find KeRRA offices?

KeRRA has 47 Regional Offices spread in each of the 47 counties as stipulated in the current constitution. Each office is headed by a regional manager who represents the Director General in each County.

How are RMLF allocations awarded?

The Kenya Roads Board Act of 1999 (amended by the Kenya Roads Act of 2007) defines the criteria for the allocation of the Roads Maintenance Levy Fund as follows:

  • 40% of the fund is dedicated to International and National Trunk Roads, managed by the Kenya National Highways Authority
  • 32% of the fund is allocated Rural Roads through the Kenya Rural Roads Authority
  • 15% of the fund is allocated Urban Roads, managed by the Kenya Urban Roads Authority.
  • 10% of the fund to be administered by the Minister for Roads
  • 2% of the Fund allocated to the Kenya Roads Board
  • 1% of the funds is allocated the Kenya Wildlife Services for maintenance of roads within national parks and game reserves

What is CRC and what role do they play in the construction of roads?

The Constituency Roads Committees were set up under the Finance Act 2009 as a committee responsible for advising KeRRA on the formulation of the annual work programmes by selecting the roads to be included in the programme in each constituency annually

What is RMLF?

The Roads Maintenance Levy Fund was set up by the Roads Maintenance Levy Act of 1993 to finance the maintenance of roads in Kenya. This fund is managed by the Kenya Roads Board which was established through the Kenya Roads Board Act of 1999

Where can I find KeRRA offices?

KeRRA has 47 Regional Offices spread in each of the 47 counties as stipulated in the current constitution. Each office is headed by a regional manager who represents the Director General in each County. The location of our Regional Offices is available on our website www.kerra.go.ke or through inquiries to the head office through contacts provided below.

Where does KeRRA get its funding?

KeRRA is a Government institution funded through three main sources:-

  • Exchequer Funds from the Government of Kenya for development of roads
  • Fuel levy Fund for maintenance of roads
  • Development Partners funding

Which other state corporations are in the roads sub-sector under the Ministry of Transport and Infrastructure?

There are four (4) state corporations currently dealing with road construction and management namely;

  • Kenya Roads Board
  • Kenya Rural Roads Authority
  • Kenya National Highways Authority, and
  • Kenya Urban Roads Authority

Feedback Form

After downloading the document below, please fill it, scan and then email it to: This email address is being protected from spambots. You need JavaScript enabled to view it.

Feedback Form Click to Download

FY 2022-2023/24 SAVINGS 10% AND GOK FUNDS FOR ROUTINE & SPOT MAINTENANCE OF ROAD IN KISII REGION

KENYA RURAL ROADS AUTHORITY

TENDER NOTICE

 

Date: 22nd MAY 2024.

FY 2022-2023/24  SAVINGS 10% AND GOK FUNDS FOR ROUTINE & SPOT MAINTENANCE OF ROAD IN KISII REGION.

The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility for the management, development, rehabilitation and maintenance of roads under Class C, D, E and others.

Kenya Rural Roads Authority (Kisii Region) invites bids from Registered Contractors for projects to be funded through the Fuel Maintenance Levy Fund (RMLF)  in the Kisii Region for Routine maintenance of the following roads.

Interested Bidders MUST be registered with the National Construction Authority (NCA) road works categories as indicated below;

DOWNLOAD ADVERT HERE

 S.N

    Tender No.

Road Name & Code

Preference & Reservation

1

KeRRA /08/24/KSI/39/SM/2-46-2022/2023-251

Mogenda-Nyamagena-Mabariri-Eberege  (G65489)

Citizen

2

KeRRA /08/24/KSI/39/SM/2-46-2022/2023-258

Nyamaiya-Mogenda-Kiziwani-Geteni (G65487)

Citizen

3

KeRRA /08/24/KSI/39/SM/2-46-2022/2023-262

Marongo-Kiogosi Pry Sch (Orencho-Nyakembene) (G65606)

Citizen

4

KeRRA /08/24/KSI/39/NM/2-46-2022/2023-253

Omoyo-Raitigo-Ekona

Women

5

KeRRA /08/24/KSI/39/BB/2-46-2022/2023-264

Samba-Kebabe (E6235)

PWD

6

KeRRA /08/24/KSI/39/BOB/2-46-2022/2023-249

Itumbe-Iyabe-Omoko-Motonto (R31)

Citizen

7

KeRRA /08/24/KSI/39/NC/2-46-2022/2023-263

Kisii Access to regional Office (UK-45-131)

Youth

8

KeRRA /08/24/KSI/39/BON/2-46-2023/2024-153

Kiamori-Ekerore (G64992)

Women

9

KeRRA /08/24/KSI/39/NC/2-46-2023/2024-143

Kimenyiga-Nyabisabo (C891)

Youth

QUALIFICATION FOR TENDERING

Mandatory Requirements

The following MUST be submitted together with the bid;

  1. Copy of Certified Certificate of Incorporation
  2. Current Certificate of Registration with National Construction Authority in the Category NCA (8 and above roadworks Category) together with a valid NCA practicing license for the same.
  3. Copy of Valid Tax Compliance Certificate
  4. Be Registered as a contractor in Kisii Region for open tenders OR Valid AGPO certificate for special Group Category (Youth/Women/PWD)
  5. Current Certified CR12 Certificate (dated within 6 Months before date of opening) from the Registrar of Companies. This should be provided with Identification Documents of Directors and all individuals listed on the CR12. (ID or Passport). For Corporate Directors, CR12 or its equivalent for the corporate directors, Identification Documents for the corporate Director and its directors MUST be provided.
  6. Valid Certified Current Single Business permit.
  7. Tender Security (NOT APPLICABLE) in the amount specified in the tender Data Sheet. The Format to be as issued with this Tender and valid for the period specified under ITT 19. Alteration of the format shall lead to disqualification
  8. Duly filled Tender Securing Declaration Form shall be in the format issued in this Tender and validly executed in accordance with ITT 19. Alteration of the format shall lead to disqualification
  • Dully, Filled, Signed and Stamped Confidential Business Questionnaire
  1. Duly filled-in and Signed Form of Tender in the Company’s Letter Head Pursuant to ITT 12
  2. Dully filled, Signed and Stamped Bills of Quantities Pursuant to ITT 14
  3. Submit a written power of attorney authorizing the signatory of the bid to commit the Bidder Executed by a Commissioner for Oaths, in accordance with ITT 20.3.
  4. All pages of the Tender Document MUST be Chronologically Serialized (this should be sequential in the format of 1,2,3,4,5…….) from the first page to the last page. Pursuant to ITT 12.1

Other Requirements

As specified in the respective tender document, submit the following;

 

  1. Attach proof of similar previous experience (attach award letters and completion certificates)
  1. Audited Accounts for the last 3 consecutive years
  1. Provide proof of bank account in bidder’s name (Must be within 6 months prior to tender opening date)
  1. Attach proof of equipment holding/hire in the format provided.
  1. Provide evidence on qualification and experience of key site management and technical personnel proposed for the contract.
  1. Declaration of Current ongoing Works
  2. Declare conflicts of interest in accordance with ITT 3.3; provide a sworn-in affidavit executed by a Commissioner for Oaths specific to this tender.
  3. Dully filled, Signed and stamped (With Company Seal/ Rubber Stamp) ALL Tendering Forms and Schedules, given under Section V of the tender document.
  4. Pre-Tender Site Visit Certificate duly endorsed by the Authorized KeRRA Representative (Not applicable)
  5. If Tender is a Joint Venture, should meet the requirements as given Pursuant to ITT3.5.
  6. Provide a Work Methodology relevant to the proposed works.
  7. Bidders to demonstrate that Goods, equipment and services to be supplied under the contract to have their origin in any country that is not determined ineligible under ITT 4.1
  8. Bidders must not have been declared ineligible by the PPRA as described in ITT 3.7
  9. ELIGIBILITY:
  1. To enhance equity, bidders shall bid, but can only be awarded a Maximum of one (1) Tender, in the region
  2. Any form of canvassing will lead to disqualification
  3. Bidders to comply with Section 157 of the Public Procurement and Asset Disposal Act 2015 (PPADA, 2015) on participation of candidates in preference and reservations.

Note

The Bidders to ensure that their rates in the Bills of Quantities are within the known prevailing market rates for road works pursuant to section 70(6) (b) of PPADA, 2015 read together with Regulations 43 (4) of the Public Procurement and Asset Disposal Regulations, 2020.

 All certifications of documents shall be original and executed by a commissioner of oaths or Notaries Public

 

Tender documents may be downloaded free of charge from our website www.kerra.go.ke Kenya Rural Roads Authority from 22nd May 2024.

 Pre-Tender Site Visit Certificate duly endorsed by the Authorized KeRRA Representative (NOT APPLICABLE)

A Completed tender document in plain sealed envelopes indicating tender No. and bearing no indication of the tenderer should be addressed to: -

   KISII REGION

Kenya Rural Roads Authority,

P.O. Box 1084-40200,

KISII.

 

Regional Email address:  This email address is being protected from spambots. You need JavaScript enabled to view it.

REGIONAL DIRECTOR

KISII REGION

KENYA RURAL ROADS AUTHORITY

 

Completed tenders must be delivered to the address above so as to be received on or before   Thursday 6th June, 2024 at 10:00 AM. Bids submitted after this prescribed time shall be rejected.

The opening of bids will be on Thursday 6th June, 2024 , at 10:00 AM at the Regional Director’s Office in the presence of the Bidder’s representatives who choose to witness the opening.

           

  1. Opening of the bids will take place immediately thereafter in the presence of the tenderers or their representatives who choose to attend.
  2. Bids not received at the submission venue by the closing date and time will not be accepted for opening and will be rejected and returned unopened.
  3. Errors in the pricing of the Bills of Quantities will not be corrected. Bidders with such errors will be disqualified.
  4. Bidders with ongoing projects in the region need not to apply.
  5. Bidders are advised to regularly visit the KeRRA website for any information/addendums on the above tender.

The Authority reserves the right to accept or reject any tender and is not bound to accept the lowest of any tender.

  

Eng. W. O. Nyariki

REGIONAL DIRECTOR

G.O.K FOR FY 2019/20 NYAMIRA REGION

 DOWNLOAD ADVERT HERE

                                                                                             

 

 

KENYA RURAL ROADS AUTHORITY

 NYAMIRA REGION

P.O BOX 27-40500 NYAMIRA

 

7TH MAY, 2020

TENDER NOTICE

ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF VARIOUS ROADS UNDER G.O.K FOR  FY  2019/20

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 KeRRA-Nyamira Region hereby invites bids from eligible Construction Companies to bid for Routine Maintenance and Spot Improvement Works on various roads in the constituencies listed below to be financed by the G.O.K Development   and 10% CS Allocation for the FY 2019-2020

 

No

TENDER NO.

ROAD NAME

ELIGIBILITY

 

1

KeRRA/11/NMR/39/GoK /2-47-060-19|20

Rangenyo - Nkora Road

NCA 7 and above

All

DOWNLOAD

2

KeRRA/11/NMR/39/GoK /2-47-058-19|20

Nyamira - Mabundu

NCA 7 and above

All

DOWNLOAD

3

KeRRA/11/NMR/39/GoK /2-47-059-19|20

Sironga - Makairo

NCA 7 and above

All

DOWNLOAD

4

KeRRA/11/NMR/39/GoK /2-47-056-19|20

Magombo - Esani - Gesima

NCA 7 and above

Women Category

DOWNLOAD

5

KeRRA/11/NMR/39/GoK /2-47-055-19|20

Kemera - Ikobe - Sengera

NCA 7 and above

Youths Category

DOWNLOAD

6

KeRRA/11/NMR/39/GoK /2-47-057-19|20

Machururiati - Mochenwa

NCA 7 and above

PWD Category

DOWNLOAD

7

KeRRA/11/NMR/39/GoK /2-47-061-19|20

Tinga - Nyabioto

NCA 8 and above

Women Category

DOWNLOAD

8

KeRRA/11/NMR/39/GoK /2-47-062-19|20

Tombe - Miriri - Gekano

NCA 8 and above

PWD Category

DOWNLOAD

9

KeRRA/11/NMR/39/GoK /2-47-063-19|20

Tombe - Iseeta - Getaaro

NCA 8 and above

Women Category

DOWNLOAD

10

KeRRA/11/NMR/39/GoK /2-47-064-19|20

Chabera - Nyamusi - Kinga

NCA 8 and above

Youths Category

DOWNLOAD

11

KeRRA/11/NMR/39/GoK /2-47-065-19|20

Moturmesi - Kerongo - Sengera - Itongo Box Culvert

NCA 8 and above

Youths Category

DOWNLOAD

12

KeRRA/11/NMR/39/GoK /2-47-066-19|20

Birongo - Itongo - Kerongo - Moturmesi

NCA 8 and above

PWDs Category

DOWNLOAD

13

KeRRA/11/NMR/39/10%CS /2-47-067-19|20

Birongo - Rigwezo Road

NCA 8 and above

Women Category

DOWNLOAD

14

KeRRA/11/NMR/39/10%CS /2-47-068-19|20

Miruka - Nyaigesa Pri Road

NCA 8 and above

Youths Category

DOWNLOAD

PWD shall show proof of disability by registration with National Council of Persons with Disability.

Following the declared Covid-19 pandemic and subsequent presidential directive bidders are advised to make their own arrangements to (adhering to this directive any other subsequent directives) to visit the sites before quoting.

Tender documents detailing additional requirements, specification and scope of works should be obtained from KeRRA WEBSITE; www.kerra.go.ke  for free as from close of business  Monday 11th May 2020 Completed duly serialized tender documents in Wax sealed plain envelopes marked with Tender reference and road name description, without bidder’s identity, should be deposited in the Tender Box (Specified for respective tenders) located in the Regional Office at the Public Works Building or be addressed and sent to;

 

The Deputy Director,

Kenya Rural Roads Authority-Nyamira Region,

P.O. Box 27-40500,

NYAMIRA

 

So as to be received on or before Thursday 21st May,  2020 at 9:00 AM. Bids submitted after this prescribed time shall be rejected.

 

DEPUTY DIRECTOR,

KENYA RURAL ROADS AUTHORITY, NYAMIRA REGION

 

 

GARISA REGION 10% RMLF FY 2022-2023 RE-TENDER

KENYA RURAL ROADS AUTHORITY

RE-TENDER NOTICE:

10% CONSTITUENCY ROADS FUND (CRF) FOR THE FINANCIAL YEAR 2022-2023:

26TH APRIL 2023

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 network in Kenya.

The Authority hereby invites bids from registered contractors for Maintenance of the following roads in Garissa Region for the Financial Year 2022-2023 to be funded under 10% Constituency Roads Fund (CRF) as Indicated Below:

DOWNLOAD TENDER NOTICE

                                                                                          FAFI CONSTITUENCY

1.

KeRRA/08/

GSA/39/052/

2022-23.

 

Nanighi -Bura(C-251) Road

PWD

6 or 7 or 8.

09/05/2023.

10.00 AM

 

  S/No.

 

                                                MANDATORY REQUIREMENTS:

  1.

Form of tender MUST be done on the tenderer’s letterhead clearly showing the Tenderer's complete name and business address.

  2.

Certified Certificate copy of Incorporation.

  3.

Certified Copies of KRA-PIN and VAT Registration Certificates.

  4.

Copy of Valid Tax Compliance Certificate-To be verified on KRA-TCC Checker.

  5.

Valid National Construction Authority (NCA) Certificates and annual contractors practicing license in the category of (6) or (7) or (8).

 6.

All pages of the bid document MUST be serialized (this should be sequentially in the format of 1,2,3,4,5……) from the first page to the last page.

 7.

Certified valid single business permit issued within the last one year-12 months.

 8.

Proof of bank account and bank statement in the name of the bidding firm for the last Three months.

 9.

Authority to seek reference from the contractor’s bank.

10.

Letter from the bank showing signatory/ies to the bidding firm’s account.

11.

Certified Current (dated within 12 Months before date of opening) CR12 Certificate from the Registrar of Companies.

12.

Certified copy/ies of National Identity cards/Passports for company director/s.

13.

Written Power of Attorney authorizing the signatory of the bid to commit the bidder witnessed by a commissioner of oaths.

14.

Current sworn -in Affidavit to proof all litigation history for the last 3 months.

15.

Brief work methodology relevant to the specific works.

16.

Pre- Tender site Visit Certificate MUST be duly endorsed by the Authorized KeRRA Staff.

17.

Bidders for citizen/open tenders MUST be registered contractors in Garissa region.

    

 

                                               OTHER REQUIREMENTS:

(a)

Two major items of construction equipment owned or leased by the bidder, attach certified copies of log books or active lease agreements.

(b)

General construction and specific work experience-Notification of awards and completion certificates should be attached. Due diligence will be done to authenticate the documents.

(c)

Professional and technical personnel-Provide CVs and academic certificates.

(d).

Turnover and liquid assets supported by audited accounts for the previous three years.

(e).

Prices quoted MUST remain valid for a period of One hundred and eighty (180) days from the date of bid opening.

(f).

Properly and dully filled, signed and stamped Bill of Quantities (BOQ), errors in the pricing of bill of quantities will not be corrected.

 

                          ADDITIONAL REQUIREMENT FOR SPECIAL GROUP BIDDERS:

(g).

Provide Registration Certificate with the relevant government body on Access to Government Procurement

Opportunities-AGPO in either of the following Categories-Youth/Women or Persons Living with Disability-PWD. Note: Verification to be done online from AGPO-website.

Tender documents detailing additional information, specifications and scope of works should be obtained free of charge by interested bidders from the Authority’s website: www.kerra.go.ke. from Wednesday, 3rd May 2023 and bidders are advised to continually check regional office notice board and website for any tender addenda or clarifications that may arise before submission date.

 

N/B: A Tenderer (either individually or as a JV member) shall not participate in more than one Tender in this notice.

Bidders must ensure that their completed tender documents are enclosed in plain sealed envelope marked with Tender Number, Road Name and Constituency to be deposited in the relevant Tender Box situated at Kenya Rural Roads Authority Garissa Regional Office-Garissa Town or addressed to:

Regional Director,

Kenya Rural Roads Authority, P. O. Box 1391-70100,

GARISSA.

Email: This email address is being protected from spambots. You need JavaScript enabled to view it.

 

Canvassing and/or any form of corrupt malpractice intended to influence the outcome of the whole or part of the process will lead to disqualification irrespective of the procurement stage.

Any bid that doesn’t fulfill all conditions/requirements described above alongside the Technical, Financial and other requirements contained in the tender documents shall not be subjected to any further evaluation and will automatically be disqualified.

Bids to be received on or before the date/s and time provided and opening will take place immediately thereafter, tenders submitted after the closing date and time shall be disqualified and returned to bidder un-opened.

 

Information relating to the examination, evaluation of applications and recommendations for the successful bidder shall not be disclosed to applicants or any other persons not officially concerned with such process until approval to the successful applicant has been announced.

Patrick K. Ringera.

REGIONAL DIRECTOR,

GARISSA REGION:

GARISA REGION 22% RMLF FY 2022-2023 ADDENDUM 1
GARISA REGION 22% RMLF FY 2022-2023 RE-TENDER

KENYA RURAL ROADS AUTHORITY

RE-TENDER NOTICE:

22% CONSTITUENCY ROADS FUND (CRF) FOR THE FINANCIAL YEAR 2022-2023:

2ND FEBRUARY 2023

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 network in Kenya.

The Authority hereby invites bids from registered contractors for Maintenance of the following roads in Garissa Region for the Financial Year 2022-2023 to be funded under 22% Constituency Roads Fund (CRF) as Indicated Below:

DOWNLOAD TENDER NOTICE HERE

 

FAFI CONSTITUENCY:

S/No

TENDER NO:

ROAD NAME & CODE:

ELIGIBILITY

NCA CATEGORY

CLOSING DATE

& TIME:

1.

KeRRA/08/

GSA/39/036/

2022-23.

 

Diiso-Hagarbul(UCL-15) Road

          PWD

6 or 7 or 8.

15/02/2023.

10.00 AM

 

                                                                                            IJARA CONSTITUENCY:

4.

KeRRA/08/

GSA/39/038/

2022-23.

 

Alijire-Hewani (C-255) Road

         OPEN

6 or 7 or 8.

15/02/2023.

10.00 AM

5.

KeRRA/08/

GSA/39/040/

2022-23.

 

Masalani-Garsweine(G-1066) Road

        OPEN

6 or 7 or 8.

15/02/2023.

10.00 AM

6.

KeRRA/08/

GSA/39/041/

2022-23.

 

Masalani-Haji Mohamed(G-5074) Road

WOMEN

6 or 7 or 8.

15/02/2023.

10.00 AM

7.

KeRRA/08/

GSA/39/042/

2022-23.

 

Haji Mohamed-BoltwamaG-5074) Road

YOUTH

6 or 7 or 8.

15/02/2023.

10.00 AM

 

  S/No.

 

                                                MANDATORY REQUIREMENTS:

  1.

Form of tender MUST be done on the tenderer’s letterhead clearly showing the Tenderer's complete name and business address.

  2.

Certified Certificate copy of Incorporation.

  3.

Certified Copies of KRA-PIN and VAT Registration Certificates.

  4.

Copy of Valid Tax Compliance Certificate-To be verified on KRA-TCC Checker.

  5.

Valid National Construction Authority (NCA) Certificates and annual contractors practicing license in the category of (6) or (7) or (8).

 6.

All pages of the bid document MUST be serialized (this should be sequentially in the format of 1,2,3,4,5……) from the first page to the last page.

 7.

Certified valid single business permit issued within the last one year-12 months.

 8.

Proof of bank account and bank statement in the name of the bidding firm for the last Three months.

 9.

Authority to seek reference from the contractor’s bank.

10.

Letter from the bank showing signatory/ies to the bidding firm’s account.

       11.

Certified Current (dated within 12 Months before date of opening) CR12 Certificate from the Registrar of Companies.

     12.

Certified copy/ies of National Identity cards/Passports for company director/s.

     13.

Written Power of Attorney authorizing the signatory of the bid to commit the bidder witnessed by a commissioner of oaths.

     14.

Current sworn -in Affidavit to proof all litigation history for the last 3 months.

     15.

Brief work methodology relevant to the specific works.

     16.

Pre- Tender site Visit Certificate MUST be duly endorsed by the Authorized KeRRA Staff.

     17.

Bidders for citizen/open tenders MUST be registered contractors in Garissa region.

    

 

                                               OTHER REQUIREMENTS:

(a)

Two major items of construction equipment owned or leased by the bidder, attach certified copies of log books or active lease agreements.

(b)

General construction and specific work experience-Notification of awards and completion certificates should be attached. Due diligence will be done to authenticate the documents.

(c)

Professional and technical personnel-Provide CVs and academic certificates.

(d).

Turnover and liquid assets supported by audited accounts for the previous three years.

     (e).

Prices quoted MUST remain valid for a period of One hundred and eighty (180) days from the date of bid opening.

      (f).

Properly and dully filled, signed and stamped Bill of Quantities (BOQ), errors in the pricing of bill of quantities will not be corrected.

 

                          ADDITIONAL REQUIREMENT FOR SPECIAL GROUP BIDDERS:

(g).

Provide Registration Certificate with the relevant government body on Access to Government Procurement

Opportunities-AGPO in either of the following Categories-Youth/Women or Persons Living with Disability-PWD. Note: Verification to be done online from AGPO-website.

Tender documents detailing additional information, specifications and scope of works should be obtained free of charge by interested bidders from the Authority’s website: www.kerra.go.ke. from Monday, 6th February 2023 and bidders are advised to continually check regional office notice board and website for any tender addenda or clarifications that may arise before submission date.

N/B: A Tenderer (either individually or as a JV member) shall not participate in more than one Tender in this notice.

Bidders must ensure that their completed tender documents are enclosed in plain sealed envelope marked with Tender Number, Road Name and Constituency to be deposited in the relevant Tender Box situated at Kenya Rural Roads Authority Garissa Regional Office-Garissa Town or addressed to:

Regional Director,

Kenya Rural Roads Authority, P.O. Box 1391-70100,

GARISSA.

Email: This email address is being protected from spambots. You need JavaScript enabled to view it.

 

Canvassing and/or any form of corrupt malpractice intended to influence the outcome of the whole or part of the process will lead to disqualification irrespective of the procurement stage.

Any bid that doesn’t fulfill all conditions/requirements described above alongside the Technical, Financial and other requirements contained in the tender documents shall not be subjected to any further evaluation and will automatically be disqualified.

Bids to be received on or before the date/s and time provided and opening will take place immediately thereafter, tenders submitted after the closing date and time shall be disqualified and returned to bidder un-opened.

 

Information relating to the examination, evaluation of applications and recommendations for the successful bidder shall not be disclosed to applicants or any other persons not officially concerned with such process until approval to the successful applicant has been announced.

Patrick K. Ringera.

REGIONAL DIRECTOR,

GARISSA REGION:

GARISSA OCTOBER 2020

                      KENYA RURAL ROADS AUTHORITY

                                             GARISSA REGION

  Tel: 046-210 2208                                                                             Deputy Director’s Office,

  Email: This email address is being protected from spambots. You need JavaScript enabled to view it.                                                                 P.o. Box 1391-70100,   

clip_image001.gif 

Website: www.kerra.go.ke                                                              Garissa, Kenya.

                                                         INVITATION TO TENDER:

CABINET SECRETARY ALLOCATION (FINANCIAL YEAR 2020-2021) ROADWORKS:

 

                                                               6th OCTOBER 2020.                                                                                                                              

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 network in Kenya.

The Authority hereby invites bids from Pre-qualified contractors for Maintenance of the following road in GARISSA REGION for the FINANCIAL YEAR 2020-2021 to be funded through CABINET SECRETARY (ROADWORKS) ALLOCATION as indicated below:

 

                                                         TOWNSHIP CONSTITUENCY:

S/No

TENDER NO:

ROAD NAME & CODE:

ELIGABILIGTY

BUDGET

(Kshs.)

NCA CATEGORY

CLOSING DATE &

      TIME:

   1.

 

KeRRA/011/GSA/39/001 /2020-21.

SHELL GULEID-DIISO

(C-291)  ROAD

    RESERVED

 

7,000,000.00

7 & ABOVE

 

23/10/2020.

10.00 AM

   2.

 

KeRRA/011/GSA/39/003 /2020-21.

KORA-KORA JN D586

(G-5051)  ROAD

    RESERVED

 

8,000,000.00

7 & ABOVE

 

23/10/2020.

10.00 AM

 

                                                            DADAAB CONSTITUENCY:

   4.

 

KeRRA/011/GSA/39/002/2019-20.

DERTU-ALIKUNE

(UF-5002) ROAD.

OPEN.

6,000,000.00

7 & ABOVE

 

23/10/2020.

10.00 AM

  5.

 

KeRRA/011/GSA/39/009/2019-20.

JN A10-WAJIR

(E-5003) ROAD.

OPEN.

5,700,000.00

7 & ABOVE

 

23/10/2020.

10.00 AM

 

                                                              IJARA CONSTITUENCY:

   5.

 

KeRRA/011/GSA/39/004/2019-20.

KOTILE-WEMA

(C-255) ROAD.

OPEN.

8,000,000.00

7 & ABOVE

 

23/10/2020.

10.00 AM

   6.

 

KeRRA/011/GSA/39/005 /2019-20.

MASALANI-BURA (D-1066) ROAD.

RESERVED.

8,300,000.00

7 & ABOVE

 

23/10/2020.

10.00 AM

   7.

 

KeRRA/011/GSA/39/006 /2019-20.

DUBADUBESA-RUQA

(C-256) ROAD

OPEN.

8,500,000.00

7 & ABOVE

 

23/10/2020.

10.00 AM

   8.

 

KeRRA/011/GSA/39/007 /2019-20.

MASALANI-HAJI MOHAMED (G-5074) ROAD.

RESERVED.

8,000,000.00

7 & ABOVE

 

23/10/2020.

10.00 AM

   9.

 

KeRRA/011/GSA/39/008 /2019-20.

HARA-KORISA (C-255) ROAD.

OPEN.

9,000,000.00

7 & ABOVE

 

23/10/2020.

10.00 AM

 

                                                           BALAMBALA CONSTITUENCY:

10.

 

KeRRA/011/GSA/39/011 /2020-21.

SANKURI-JN A13(F-5002)  ROAD

          OPEN.

 

9,925,000.00

7 & ABOVE

 

23/10/2020.

10.00 AM

  11.

 

KeRRA/011/GSA/39/012 /2019-20.

OHIO-HADLEY

(UCL-10) ROAD

RESERVED.

9,900,000.00

7 & ABOVE

 

23/10/2020.

10.00 AM

 12.

 

KeRRA/011/GSA/39/013/2019-20.

SAKA-JN D586

(C-251) ROAD.

OPEN.

9,980,000.00

7 & ABOVE

 

23/10/2020.

10.00 AM

 13.

 

KeRRA/011/GSA/39/014/2019-20.

BALAMBALA-OHIO

(C-251) ROAD.

OPEN.

9,882,000.00

7 & ABOVE

 

23/10/2020.

10.00 AM

 

                                                           LAGDERA CONSTITUENCY:

 14.

 

KeRRA/011/GSA/39/010/2019-20.

JILANGO-BARAKI

(UCL-12) ROAD.

RESERVED.

5,900,000.00

7 & ABOVE

23/10/2020.

10.00 AM

 

Interested firms may download complete tender documents with detailed specifications from KeRRA Website: www.kerra.go.ke.

 

S/No

REQUIREMENT IN TENDER DOCUMENT:

1

Serialization of all pages of bid document.

2

Certified Certificate of Incorporation (COI). 

3

Certified Registration with relevant NCA 7 & above and current practicing license.

4

Prequalification for Open Tender/Citizen.

5

Copy of Valid Tax Compliance Certificate.

6

Certified Copy of PIN/VAT Registration.

7

Copy of National Identity Cards (ID)’s or Valid Passport of all directors of the company.

8

Dully signed and stamped Tender document on pages required.

9

Dully signed Pre – Tender site visit certificate.

10

Appropriately filled and signed Form of Tender by authorized agent.

11

Duly signed and stamped priced Bill of Quantities on each page by authorized agent.

12

Dully filled Tender Business Questionnaire.

13

Anti-Corruption pledge (Declaration Form).

 

ADDITIONAL FOR SPECIAL GROUP (YOUTH, WOMEN & PERSONS WITH DISABILITY-PWD)

14

Registration Certificate with respective group.

15

Dully filled Tender Securing Declaration Form.

 

 TECHNICAL EVALUATION:

16

Financial Performance:

Current ONE (1) year Bank Statement-Must be attached.

17

General Construction Experience:

Proof of having undertaken works of a similar nature in the last two (2) years-Attach certificate/s of completion.

18

Key personnel/Site Staff:

Schedule of Key Personnel the Contractor would engage on site, together with their current CVs and Testimonials.

19

Plants & equipment Holdings:

Fill the schedule of the Major Plant and Equipment to be used on the contract/s.

Any bid that doesn’t meet the MANDATORY REQUIREMENTS shall not be subjected to any further evaluation; these requirements alongside the Technical Requirements are contained in the tender documents.

There will be a pre-tender site visit as per the date and time stipulated below and all interested bidders shall Convene at KeRRA Regional Office, Garissa Town.

Bidders must ensure that their completed tender documents are enclosed in plain sealed envelope marked with Tender Number, Road Name and Constituency to be deposited in the relevant Tender Box situated at Kenya Rural Roads Authority Garissa Regional Office, GARISSA TOWN or addressed to:

The Deputy Director,

Kenya Rural Roads Authority,Po Box 1391-70100,

GARISSA.

N/B:

Following the declared COVID-19 Pandemic and subsequent presidential directives, bidders are advised to make their own arrangements (adhering to this directive and any other subsequent directives) to visit the site before quoting.

 No bidder shall be awarded MORE THAN TWO Contracts in ONE FINANCIAL YEAR:

Canvassing and/or any form of corrupt malpractice intended to influence the outcome of the whole or part of the process will lead to automatic disqualification irrespective of the procurement stage.

Tenders that shall not fulfill all the above conditions will automatically be disqualified.

Tenders submitted after the closing date and time shall be disqualified and returned to bidder un-opened.

Bids to be received on or before the date/s provided and opening will take place immediately thereafter.

Bidders or their representatives wishing to witness the opening may attend.

The Authority reserves the right to reject any tender without giving reason for rejection and does not bind itself to accept the lowest or any tender.

Information relating to the examination, evaluation of applications and Recommendations for the successful candidate shall not be disclosed to applicants or any other persons not officially concerned with such process until approval to the successful applicant has been announced.

ABDI Y. ALI.

SENIOR SUPPLY CHAIN MANAGEMENT OFFICER,

FOR: DEPUTY DIRECTOR (ROADS). 

                                                   Connecting Devolved Kenya.

GARISSA REGION

KENYA RURAL ROADS AUTHORITY

          

INVITATION TO TENDER FOR IMPROVEMENT ROAD WORKS UNDER DEVELOPMENT BUDGET

KeRRA/ITT/GSA/11/39/03/2017-18                                                  23 March, 2018

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 tenders on behalf of the Ministry of Roads from contractors whom have been pre-qualified as contractors - constituencies under work category B (Bridge) and C (Grading and gravelling). The works will be funded through RMLF (10%)budget allocation for the financial year 2017/18 spot improvement Road sections located within the Garissa county as mentioned below.

DETAILS OF TENDERS

Tender NO

Road No.

Road Name

Activity

Budget

Provision

KSHS

Opening Date

Remarks

Download

 

 

 

KeRRA/GSA/11/39/026/17/18

 

D568

 

Bulla Iftin –kora kora Section Road

Improvement

5M

18/04/2018at 11.00am

Open

 

Document

Notice

 

KeRRA/11/39/027/17/18

E 803

Hagar Jarer-Danyare  Section Road

Improvement

5M

18/04/2018at 11.00am

Open

 

Document

Notice

 

KeRRA/GSA/11/39/028/17/18

 

UD 5003

Garbatula-Hagar Jarer Section Road

Improvement

5M

18/04/2018at 11.00am

Reserve

 

Document

Notice

 

KeRRA/GSA/11/39/029/17/18

 

 

Alango-Borehole-Dertu Road

Improvement

5M

18/04/2018at 11.00am

Reserved

 

Document

Notice

 

KeRRA/GSA/11/39/030/17/18

 

 

 

Masabubu-Shell Gulied Road

Improvement

5M

18/04/2018at 11.00am

Open

 

Document

Notice

 

KeRRA/GSA/11/39/031/17/18

 

 

Korisa-Wema Road

Improvement

5M

 

18/04/2018at 11.00am

Reserved

 

Document

Notice

GARISSA REGION

KENYA RURAL ROADS AUTHORITY

                                                       

                                                               TENDER NOTICE:

                  10% CONSTITUENCY ROADS FUND-CRF (FINANCIAL YEAR 2021-2022):                                                         

..........DOWNLOAD ADVERT HERE......                                                            

                                                                                                                                                                      15TH OCTOBER 2021.                                                                                                                              

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 network in Kenya.

The Authority hereby invites bids from Pre-qualified contractors for Maintenance of the following road in Garissa Region for the Financial Year 2021-2022 to be funded under 10% Constituency Roads Fund-CRF as indicated below:

 

 

                                                       TOWNSHIP CONSTITUENCY:

 

S/No

TENDER NO:

ROAD NAME & CODE:

ELIGIBILITY

BUDGET

(Kshs.)

NCA CATEGORY

CLOSING DATE &

      TIME:

 

1.

KeRRA/011/GSA/39/029/

2021-22.

BULLA IFTIN -WARABLE

(C-251)  ROAD

           OPEN

               

5,000,412.00

 

7 & ABOVE

01/112021.

10.00 AM

 
 2.

 

KeRRA/011/GSA/39/035/

2021-22

 

BULLA IFTIN -WARABLE

(C-251)  ROAD

 WOMEN  

6,508,365.62

 7 & ABOVE

 

 

 

                                                           BALAMBALA CONSTITUENCY:

   3

KeRRA/011/GSA/39/030/

2021-22.

BALAMBALA-SAKA (C251)  ROAD.

        

       YOUTH

               

5,000,412.00

 

7 & ABOVE

01/112021.

10.00 AM

 

 4

 

KeRRA/011/GSA/39/036/

2021-22
 BALAMBALA-SAKA (C251)  ROAD.           OPEN  

6,508,365.62

 7 & ABOVE

 

 

 

                                                                 IJARA CONSTITUENCY:

   5

KeRRA/011/GSA/39/034/

2021-22.

MASALANI - RUQA (C256)  ROAD

       

           OPEN

               

5,000,412.00

 

7 & ABOVE

01/112021.

10.00 AM

 

 6

 

KeRRA/011/GSA/39/040/

2021-22
 MASALANI - RUQA (C256)  ROAD           OPEN  

6,508,365.62

 7 & ABOVE

 

 

 

                                                           LAGDERA CONSTITUENCY:

 7

KeRRA/011/GSA/39/031/

2021-22.

GARBATULLA- BENANE

(C294) ROAD

        WOMEN
        

               

5,000,412.00

 

7 & ABOVE

01/112021.

10.00 AM

 

 8

 

KeRRA/011/GSA/39/037/

2021-22
 

GARBATULLA- BENANE

(C294) ROAD

          OPEN  

6,508,365.62

 7 & ABOVE

 

 

 

                                                           DADAAB CONSTITUENCY:

 9

KeRRA/011/GSA/39/032/

2021-22.

JN A3 – CB WAJIR (C 292)  ROAD

         OPEN

               

5,000,412.00

 

7 & ABOVE

01/112021.

10.00 AM

 

 10

 

KeRRA/011/GSA/39/038/

2021-22
 JN A3 – CB WAJIR (C 292)  ROAD  PWD  

6,508,365.62

 7 & ABOVE

 

 

                                                                       

                                                                       FAFI CONSTITUENCY:

 11

KeRRA/011/GSA/39/033/

2021-22.

WARABLE – NANIGHI

(C 251)  ROAD

        OPEN

               

5,000,412.00

 

7 & ABOVE

01/112021.

10.00 AM

 

 12

 

KeRRA/011/GSA/39/039/

2021-22
 

WARABLE – NANIGHI

(C 251)  ROAD

          OPEN  

6,508,365.62

 7 & ABOVE

 

 

Interested firms may download complete tender documents with detailed specifications from KeRRA Website: www.kerra.go.ke.

GARISSA REGION

TENDER NOTICE:

                  CABINET SECRETARY ALLOCATION (FINANCIAL YEAR 2021-2022):                                                         

...........DOWNLOAD ADVERT HERE...........                                                            

                                                           21ST OCTOBER 2021.                                                                                                                              

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 network in Kenya.

The Authority hereby invites bids from Registered contractors for Maintenance of the following road in Garissa Region for the Financial Year 2021-2022 to be funded under CABINET SECRETARY ALLOCATION & Funds as indicated below:

 

                                                             BALAMBALA CONSTITUENCY:

                                                       CABINET SECRETARY ALLOCATION

4.

KeRRA/011/GSA/39/042/

2021-22.

HAGAR JARER -DANYERE (C294)  ROAD.

      YOUTH

               

9,654,216.00

 

7 & ABOVE

 

05/11/2021.

10.00 AM

 

5.

KeRRA/011/GSA/39/043/

2021-22.

BALAMBALA-OHIO (C251)  ROAD.

        OPEN

               

9,954,656.00

 

7 & ABOVE

 

05/11/2021.

10.00 AM

 

Interested firms may download complete tender documents with detailed specifications from KeRRA Website: www.kerra.go.ke.

GARISSA REGION

KENYA RURAL ROADS AUTHORITY

                                                     

                                                             TENDER NOTICE:

                           AIA- SPOT IMPROVEMENT (FINANCIAL YEAR 2021-2022):                                                        

                                                          

                                                                                                                                                                                             

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 network in Kenya.

The Authority hereby invites bids from Registered contractors for Maintenance of the following road in Garissa Region for the Financial Year 2021-2022 to be funded Under AIA-Spot Improvement-2021/2022 Financial Year as Indicated Below:

S/No

TENDER NO:

ROAD NAME & CODE:

ELIGIBILITY

NCA CATEGORY

CLOSING DATE &

     TIME:

1.

KeRRA/08/GSA/39/112/

2021-22.

KASHA -OHIO

(UCL-9) ROAD

WOMEN

6 or 7 or 8.

08/08/2022.

10.00 AM

2.

KeRRA/08/GSA/39/113/

2021-22.

SHIMBIR – ABDISAMIT

(UCL-14) ROAD

OPEN

6 or 7 or 8.

08/08/2022.

10.00 AM

3.

KeRRA/08/GSA/39/114/

2021-22.

JNC 981(AFWEIN) – SHANTA ABAK

(UCL-13) ROAD

OPEN

6 or 7 or 8.

08/08/2022.

10.00 AM

4.

KeRRA/08/GSA/39/115/

2021-22.

C-251(KUNO) – OHIO

(UK07-34) ROAD

OPEN

6 or 7 or 8.

08/08/2022.

10.00 AM

Interested firms may download complete tender documents with detailed specifications from KeRRA Website: www.kerra.go.ke.

KENYA RURAL ROADS AUTHORITY

                                                     

                                                             TENDER NOTICE:

               CABINET SECRETARY ALLOCATION (FINANCIAL YEAR 2021-2022):                                                        

                                                          

                                                                 15TH AUGUST 2022.                                                                                                                            

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 network in Kenya.

The Authority hereby invites bids from Registered contractors for Maintenance of the following road in Garissa Region for the Financial Year 2021-2022 to be funded Under Cabinet Secretary Allocation-2021/2022 Financial Year as Indicated Below:

 

                                                                          LAGDERA CONSTITUENCY:

                    

S/No

TENDER NO:

ROAD NAME & CODE:

ELIGIBILITY

BUDGET

(Kshs.)

NCA CATEGORY

CLOSING DATE &

     TIME:

1.

KeRRA/08/GSA/39/107/

2021-22.

GEYLAB-RIG DAM

(UCL-12) ROAD

OPEN

 

9,840,000.00

 

6 or 7 or 8.

29/08/2022.

10.00 AM

2.

KeRRA/08/GSA/39/108/

2021-22.

MALMIN- BARAKI

(F-5003) ROAD

OPEN

 

   9,900,000.00

6 or 7 or 8.

29/08/2022.

10.00 AM

 

                                                                                 DADAAB CONSTITUENCY:

3.

KeRRA/08/GSA/39/109/

2021-22.

SARETHO- BOREHOLE

(UK07-34) ROAD

WOMEN

 

     9,850,000.00

6 or 7 or 8.

29/08/2022.

10.00 AM

 

                                                                              FAFI CONSTITUENCY:

 

5.

KeRRA/08/GSA/39/110/

2021-22.

DIISO-HAGARBUL

(UCL-15) ROAD

OPEN

 

     9,990,000.00

6 or 7 or 8.

29/08/2022.

10.00 AM

3.

KeRRA/08/GSA/39/111/

2021-22.

FAFI TOWN-WELMARER

(C-291) ROAD

YOUTH

 

     9,880,000.00

 

6 or 7 or 8.

29/08/2022.

10.00 AM

Interested firms may download complete tender documents with detailed specifications from KeRRA Website: www.kerra.go.ke.

GARISSA REGION - 22% RMLF RE-ADVERT

KENYA RURAL ROADS AUTHORITY

   GARISSA REGION

  Tel: 046-210 2208                                                                                                                                    Regional Director’s Office,

  Email: This email address is being protected from spambots. You need JavaScript enabled to view it.                                                                                                                         P.o. Box 1391-70100,   

clip_image001.gif                                                                           Website: www.kerra.go.ke                                                              Garissa, Kenya.

                                                             RE-ADVERTISEMENT:

                                                             INVITATION TO TENDER:

22% CONSTITUENCY ROADS FUND(CRF) ALLOCATION-F/Y 2020/21 ROADWORKS:

                                      DOWNLOAD ADVERT HERE

                                                          30th MARCH 2021.                                                                                                                             

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 network in Kenya.

The Authority hereby invites bids from Pre-qualified contractors for Maintenance of the following road in Garissa Region for the Financial Year 2020-2021 to be funded under the 22% CRF fund as indicated below:

 

 

 

S/No

 

 

 

TENDER NO:

 

 

 

ROAD NAME & CODE:

 

 

 

  ELIGIBILITY

 

 

 

BUDGET

(Kshs.)

 

 

 

NCA CATEGORY

 

 

 

    CLOSING DATE & TIME:

 

                                                                  DADAAB CONSTITUENCY:

   1.

KeRRA/011/GSA/39/38/

2020-21.

Hamey-NB Somalia Road.


           PWD

      

 

2,239,496.02

7 & ABOVE

 

    22/4/2021.

    10.00 AM

 

                                                                       IJARA CONSTITUENCY

2.

KeRRA/011/GSA/39/28/

2020-21.

Masalani – Hara

(C-255) Road.

          OPEN

 

4,269,264.00

7 & ABOVE

 

    22/4/2021.

    10.00 AM

 

                                                                BALAMBALA CONSTITUENCY:

3.

KeRRA/011/GSA/39/042/

2020-21.

Balambala–Saka

(C-251) Road.

          OPEN

 

5,517,19204

7 & ABOVE

 

    22/4/2021.

    10.00 AM

4.

KeRRA/011/GSA/39/047/

2020-21.

Hadley–Ohia

(UCL-10) Road.

          OPEN

 

1,439,328.02

7 & ABOVE

 

    22/4/2021.

    10.00 AM

 

 



 

                                                                   LAGDERA CONSTITUENCY:

5.

KeRRA/011/GSA/39/022/

2020-21.

Jilango – Geylab

(UCL-12) Road.

         OPEN

 

4,263,000.03

7 & ABOVE

 

    22/4/2021.

    10.00 AM

 

 

                                                                FAFI CONSTITUENCY:

6.

KeRRA/011/GSA/39/034/

2020-21.

Diiso – Hagarbul

(UCL-15) Road.

     WOMEN

 

2,599,328.02

7 & ABOVE

 

    22/4/2021.

    10.00 AM

7.

KeRRA/011/GSA/39/035/

2020-21.

Diiso – Fafi Town

(C-291) Road.

      YOUTH

 

2,263,160.03

7 & ABOVE

 

    22/4/2021.

    10.00 AM

 

Interested firms may download complete tender documents with detailed specifications from KeRRA Website: www.kerra.go.ke.

S/No

REQUIREMENT IN TENDER DOCUMENT:

1

Serialization of all pages of bid document.

2

Certified Certificate of Incorporation (COI). 

3

Certified Registration with relevant NCA 7 & above and current practicing license.

4

Prequalification for Open Tender/Citizen.

5

Copy of Valid Tax Compliance Certificate.

6

Certified Copy of PIN/VAT Registration.

7

Copy of National Identity Cards (ID)’s or Valid Passport of all directors of the company.

8

Dully signed and stamped Tender document on pages required.

9

Dully signed Pre – Tender site visit certificate.

10

Appropriately filled and signed Form of Tender by authorized agent.

11

Duly signed and stamped priced Bill of Quantities on each page by authorized agent.

12

Dully filled Tender Business Questionnaire.

13

Anti-Corruption pledge (Declaration Form).

 

ADDITIONAL FOR SPECIAL GROUP (YOUTH, WOMEN & PERSONS WITH DISABILITY-PWD)

14

Registration Certificate with respective group.

15

Dully filled Tender Securing Declaration Form.

 

 TECHNICAL EVALUATION:

16

Financial Performance:

Current ONE (1) year Bank Statement.

17

General Construction Experience:

Proof of having undertaken works of a similar nature in the last two (2) years-Attach certificate/s of completion.

18

Key personnel/Site Staff:

Schedule of Key Personnel the Contractor would engage on site, together with their current CVs and Testimonials.

19

Plants & equipment Holdings:

Fill the schedule of the Major Plant and Equipment to be used on the contract/s.

Any bid that doesn’t meet the Mandatory Requirements shall not be subjected to any further evaluation; these requirements alongside the Technical Requirements are contained in the tender documents.

Following the declared COVID-19 Pandemic and subsequent presidential directives, bidders are advised to make their own arrangements (adhering to this directive and any other subsequent) to visit the site before quoting, confirm their attendance and acknowledge the roads they have tendered.

 

Bidders must ensure that their completed tender documents are enclosed in plain sealed envelope marked with Tender Number, Road Name and Constituency to be deposited in the relevant Tender Box situated at Kenya Rural Roads Authority Garissa Regional Office, Garissa Town or addressed to:

The Regional Director,

Kenya Rural Roads Authority,

  1. o Box 1391-70100,

GARISSA.

 

Garissa Region - GOK 2019

                  KENYA RURAL ROADS AUTHORITY

           

INVITATION TO TENDER FOR IMPROVEMENT ROAD WORKS UNDER DEVELOPMENT BUDGET

 KeRRA/ITT/GSA/11/39/08/2018-19                                                  16th AUGUST, 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 hereby invites tenders on behalf of the Ministry of Roads from contractors whom have been pre-qualified as contractors - constituencies under work category B (Bridge) and C (Grading and gravelling). The works will be funded under appropriation in aid allocation for the financial year 2018/19 spot improvement Road sections located within the Garissa County as mentioned below.

 DETAILS OF TENDERS

Tender NO

Road No.

Road Name

Activity

Budget

Provision

KSHS

Opening /Closing Date

Remarks

 

 

KeRRA/GSA/11/39/045/18/19

 

C251

 

Saka-Sankuri Section Road

 Improvement

4.0M

30/08/2019 at 11.00am

Reserved

 

 

KeRRA/11/39/046/18/19

Ug411658

Benane-Tokojo--Eldere  Section  Road

Improvement

4.0M

30/08/2019 at 11.00am

Open 

 

               

 

MANDATORY REQUIREMENT.

The eligible bidders shall meet all the following requirements:-

  • Certified copy of certificate of incorporation
  • Certified copy of valid tax compliance certificate
  • Certified copies of pin & vat certificate
  • Certified copy of Valid Nca 7 and above Certificate
  • Must fill and sign accurately the form of tender.
  • Must fill confidential business questionnaire.
  • Must correctly price the bill of quantity.
  • Must commit himself/herself to anti-corruption pledge.
  • The tenderers must serialized or number all pages of the bids documents as requirements.
  • Mandatory pre-bid site visit-The bidders are required to make their own arrangement by contacting the Constituency Road Officer during working hours in order to familiarize and examine the scope of works to be done before submitting the bid document. .

ADDITIONAL TECHNICAL REQUIREMENT – Proof of-

  • Previous/past experience of similar work done ( attach evidence)
  • Historical non –performance
  • Litigation history
  • Good financial status and credit line facilities

The bid document can be obtained from the procurement office based at Garissa regional headquarter during normal business hours upon payment of a non-refundable fee of Ksh. 1,000/= (One Thousand Shillings only) per contract, in form of bankers cheque  or  KCB  -A/C NO;114343196 -  payable to the Kenya Rural Roads Authority.

Should tenderers be in doubt about the meaning or clarification of any item, figures for any reason, whatsoever, he/she must inform the Procurement office, so that the appropriate action may be decided before the deadline for the submission of the bid documents.

The bid must be submitted in enclosed plain sealed envelope clearly marked Original  

The bidders shall seal the original and copy of the bid in a separate envelope well marked, then seal them in outer separate envelope with the contract number properly indicated and addressed to the Regional Manager, Garissa Region, P.O Box 1391-70100, Garissa and deposited in the tender box  placed  along our office- corridor at  Garissa  office , so as to be received on  or before the closing date  on Friday  30th  AUGUST 2019  at 11.00am  as indicated above  respectively

 The opening of the bid documents will take place soonest after closing time and this process will be open to all bidders or agents who choose to attend, to witness the opening session.

The Authority reserves the right to accept or reject any bid either the lowest or in part or whole bid and for whatsoever will not be bound to give reasons for its rejection or decision.

 Abdi  Y. Ali.

 Senior Supplies Chain Officer

(For: Regional Manager/Garissa Region )

 

 

 

 

 

 

KENYA RURAL ROADS AUTHORITY

          

INVITATION TO TENDER FOR IMPROVEMENT ROAD WORKS UNDER DEVELOPMENT BUDGET

KeRRA/ITT/GSA/11/39/06 /2018-2019                           11th March, 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 hereby invites tenders on behalf of the Ministry of Roads from contractors whom have been pre-qualified as contractors - constituencies under work category B (Bridge) and C (Grading and gravelling). The works will be funded through GOK budget allocation for the financial year 2018/19 spot improvement Road sections located within the Garissa County as mentioned below.

DETAILS OF TENDERS

Tender NO

Road No.

Road Name

Activity

Budget

Provision

KSHS

Opening Date

Remarks

 

KeRRA/GSA/11/39/034/18/19

 

C251

 

Saka-Hirby Section Road

Improvement

5.5M

21/03/2018 at 11.00am

Open

KeRRA/GSA/11/39/035/18/19

 

U_CL11

Danyare-Libalo Section Road

Improvement

5.5M

21/03/2018 at 11.00am

Reserve

KeRRA/GSA/11/39/036/18/19

 

U_E5003

JN C81-Shanta Abak Section Road

Improvement

5.5M

21/03/2018 at 11.00am

Open

 

MANDATORY REQUIREMENT.

The eligible bidders shall meet all the following requirements:-

  • Certified copy of certificate of incorporation
  • Certified copy of valid tax compliance certificate
  • Certified copies of pin & vat certificate
  • Certified copy of Valid Nca 7 and above Certificate
  • Must fill and sign accurately the form of tender.
  • Must fill confidential business questionnaire..
  • Must correctly price the bill of quantity.
  • Must commit himself/herself to anti-corruption pledge.
  • Must submit the original and a copy of the bill of quantities.

ADDITIONAL TECHNICAL REQUIREMENT – Proof of-

  • Previous/past experience of similar work done ( attach evidence)
  • Historical non –performance
  • Litigation history
  • Good financial status and credit line facilities

The bid document can be obtained from the procurement office based at Garissa regional headquarter during normal business hours upon payment of a non refundable fee of Ksh. 1,000/= (One Thousand Shillings only) per contract, in form of bankers cheque or KCB -A/C NO;114343196 - payable to the Kenya Rural Roads Authority or KeRRA Website

Should tenderers be in doubt about the meaning or clarification of any item, figures for any reason, whatsoever, he/she must inform the Procurement office, so that the appropriate action may be decided before the deadline for the submission of the bid documents.

The bid must be submitted in enclosed plain sealed envelope clearly marked Original

The bidders shall seal the original and copy of the bid in a separate envelope well marked, then seal them in outer separate envelope with the contract number properly indicated and addressed to the Regional Manager, Garissa Region, P.O Box 1391-70100, Garissa and deposited in the tender box placed along our office- corridor at Garissa office , so as to be received on or before the closing date on   21st March 2019 at 11.00am as indicated above respectively

The opening of the bid documents will take place soonest after closing time and this process will be open to all bidders or agents who choose to attend, to witness the opening session.

The Authority reserves the right to accept or reject any bid either the lowest or in part or whole bid and for whatsoever will not be bound to give reasons for its rejection or decision.

Abdi Y. Ali.

Procurement Officer

(For: Regional Manager/Garissa Region)

 

 

 

 

 

 

ADDENDUM-001/18/19   Please Download Here

 

TENDER NOTICE - Please Download here!

  1. Township Constituency

Tender No

Road Code

Road Name

Document

Budget Provision

Closing/Opening

Remarks

KeRRA/Gsa/011/39/001/2018/19

C251

Adheley-Bula Power Road

Download here!

2,981,678

0801/2019

Open

KeRRA/Gsa/011/39/002/2018/19

C251

Warable-Bula Game Road

Download here!

5,780,556

08/01/2019

Disable

KeRRA/Gsa/011/39/003/2018/19

C251

Bula Aftin- Bula Power Section

Download here!

4,452,117

08/01/2019

open

KeRRA/Gsa/011/39/005/2018/19

G5051

Kora kora-JN D586 Road

Download here!

3,377,056

08/01/2019

youth

KeRRA/Gsa/011/39/006/2018/19

C251

JN A3-DIISO

Download here!

4,664,592

08/01/2019

Open

2.Balambala Constituency

Tender No

Road Code

Road Name

Document

Budget Provision

Closing/Opening Date

Remarks

KeRRA/Gsa/011/39/006/2018/19

C251

Balambala-Adheley section

Download here!

14,798,236

08/01/2019

open

KeRRA/Gsa/011/39/008/2018/19

C294

Hagar Jarer-Danyare

Download here!

  4,826,992

08/01/2019

Disable

KeRRA/Gsa/011/39/007/2018/19

E861

Ohia-Balambala Road

Download here!

  1,935,529

08/01/2019

youth

 

3.LagderaConstituency

Tender No

Road Code

Road Name

Document

Budget Provision

Closing opening Date

Remarks

KeRRA/Gsa/011/39/009/2018/19

C294

JNC81-Garbatula

Download here!

12,660,240

08/01/2019

open

KeRRA/Gsa/011/39/010/2018/19

U-CL2

Eldere-Malmin

Download here!

4,502,832

08/01/2019

youth

KeRRA/Gsa/011/39/011/2018/19

UG411658

Benane-Tokojo-Eldere

Download here!

4,092,967

08/01/2019

Woman

 

  1. Dadaab Constituency

Tender No

 

Road Code

Road Name

Document

Budget Provision

Closing opening Date

Remarks

KeRRA/Gsa/011/39/012/2018/19

C291

Welmerer-Kiwanja-Hampy Road

Download here!

3,446,592

09/01/2019

open

KeRRA/Gsa/011/39/013/2018/19

C292

Jn A3-CB Wajir

Download here!

7,893,684

09/01/2019

open

KeRRA/Gsa/011/39/014/2018/19

G5032

Dadaab-Khokar Road

Download here!

7,913,056

09/01/2019

woman

KeRRA/Gsa/011/39/015/2018/19

G5036

Hamey-Nb Somalia Road

Download here!

2,002,763

09/01/2019

Disable

  1. Fafi Constituency

Tender No

Road Code

Road Name

                    

Document

Budget Provision

Closing/Opening Date

Remarks

KeRRA/Gsa/011/39/016/2018/19

C251

Nanigh-Nguyo Road

Download here!

3,984,611

09/01/2019

open

KeRRA/Gsa/011/39/017/2018/19

C251

Nguyo—Bura East  Road

Download here!

3,458,888

09/01/2019

woman

KeRRA/Gsa/011/39/018/2018/19

C251

Warable-Nanigh Road

Download here!

4,364,906

09/01/2019

youth

KeRRA/Gsa/011/39/019/2018/19

C252

Sangailu -Galmagala Road

Download here!

3,996,664

09/01/2019

Open

KeRRA/Gsa/011/39/020/2018/19

C291

Diiso-Fafi Road

Download here!

5,450,932

09/01/2019

Open

  1. Ijara Constituency

Tender No

Road Code

Road Name

                    

Document

Budget Provision

Closing/Opening Date

Remarks

KeRRA/Gsa/011/39/021/2018/19

C255

 Hara-Hewani Road

Download here!

2,944,961

09/01/2019

open

KeRRA/Gsa/011/39/022/2018/19

C255

Kotile-Wema Road

Download here!

3,976,016

09/01/2019

open

KeRRA/Gsa/011/39/023/2018/19

C255

Masalani-Hara

Road

Download here!

8,796,280

09/01/2019

women

KeRRA/Gsa/011/39/024/2018/19

C256

Mbonj-Ruqa Road

Download here!

5,538,768

09/01/2019

open

GARISSA REGION 10% TENDERS JULY 2019

                                                                                   

                  KENYA RURAL ROADS AUTHORITY         

INVITATION TO TENDER FOR IMPROVEMENT ROAD WORKS UNDER DEVELOPMENT BUDGET

DOWNLOAD THE TENDERS HERE

 

 KeRRA/ITT/GSA/11/39/07/2018-19                                           15th July, 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 hereby invites tenders on behalf of the Ministry of Roads from contractors whom have been pre-qualified as contractors  -  constituencies  under work category B (Bridge) and  C (Grading and gravelling). The works will be funded through  RMLF under 10%  budget allocation for the financial year 2018/19  spot improvement  Road sections  located within the Garissa county as mentioned below.

 DETAILS OF TENDERS

Tender NO

Road No.

Road Name

Activity

Budget

Provision

KSHS

Pre-Site Visit Date

Opening /Closing Date

Remarks

 

 

KeRRA/GSA/11/39/037/18/19

 

C291

 

JN3(Modika)-Diiso Section Road

 Improvement

4.5M

22/07/2019 at 11.00am

31/07/2019 at 11.00am

Open

 

 

KeRRA/11/39/038/18/19

C251

 

Bula Game-Warable Section Road

Improvement

4.5M

22/07/2019 at 11.00am 

31/07/2019 at 11.00am

Reserve 

 

 

KeRRA/GSA/11/39/039/18/19

 

C294

Hagar Jarer-Danyare Section Road

 Improvement

4.5M

22/07/2019 at 11.00am

31/07/2019 at 11.00am

Open

 

KeRRA/GSA/11/39/040/17/18

 

C292

Garbatula-Hagar JarerSection Road

Improvement

4.5M

22/07/2019 at 11.00am

31/07/2019 at 11.00am

 Reserve

 

 

KeRRA/GSA/11/39/041/17/18

 

C251

JN A3(Dadaab)-CB Wajir Section Road

Improvement

4.5M

23/07/2019 at 11.00am

31/07/2019 at 11.00am

Open

 

KeRRA/GSA/11/39/042/18/19

 

C256

Warable-Nanigh Section Road

Improvement

4.5M

23/07/2019 at 11.00am

231/07/2019 at 11.00am

Reserve

 

KeRRA/GSA/11/39/043/18/19

 

C256

Mbonjin-Ruqa Road section

Improvement

4.5M

23/07/2019 at 11.00am

31/07/2019 at 11.00am

Open

 

KeRRA/GSA/11/39/044/18/19

 

G5051

Kora kora-JN D568

Improvement

4.5M

23/07/2019 at 11.00am

31/07/2019 at 11.00am

Open

                 

MANDATORY REQUIREMENT.

The eligible bidders shall meet all the following requirements:-

  • Certified copy of certificate of incorporation
  • Certified copy of valid tax compliance certificate
  • Certified copies of pin & vat certificate
  • Certified copy of Valid Nca 7 and above Certificate
  • Must fill and sign accurately the form of tender.
  • Must fill confidential business questionnaire..
  • Must correctly price the bill of quantity.
  • Must Commit himself/herself to anti-corruption pledge.
  • The tenderers must serialized or number all pages of bids documents submitted.
  • Mandatory pre-bid site visit-The bidders are required to make their own arrangement by contacting the constituency Road Officer during working hours in order to familiarize and examine the scope of works to be done before submitting the bid document. .

ADDITIONAL TECHNICAL REQUIREMENT – Proof of-

  • Previous/past experience of similar work done ( attach evidence)
  • Historical non –performance
  • Litigation history
  • Good financial status and credit line facilities

The bid document can be obtained from the procurement office based at Garissa regional headquarter during normal business hours upon payment of a non refundable fee of Ksh. 1,000/= (One Thousand Shillings only) per contract, in form of bankers cheque  or  KCB  -A/C NO;114343196 -  payable to the Kenya Rural Roads Authority.

Should tenderers be in doubt about the meaning or clarification of any item, figures for any reason, whatsoever, he/she must inform the Procurement office, so that the appropriate action may be decided before the deadline for the submission of the bid documents.

The bid must be submitted in enclosed plain sealed envelope clearly marked Original  

The bidders shall seal the original and copy of the bid in a separate envelope well marked, then seal them in outer separate envelope with the contract number properly indicated and addressed to the Regional Manager, Garissa Region, P.O Box 1391-70100, Garissa and deposited in the tender box  placed  along our office- corridor at  Garissa  office , so as to be received on  or before the closing date  on Wedned day  31st  July 2019  at 11.00am  as indicated above  respectively

 The opening of the bid documents will take place soonest after closing time and this process will be open to all bidders or agents who choose to attend, to witness the opening session.

The Authority reserves the right to accept or reject any bid either the lowest or in part or whole bid and for whatsoever will not be bound to give reasons for its rejection or decision.

 Abdi  Y. Ali.

 Senior Supplies Chain Officer

(For: Deputy Director/Garissa Region )

 

 

 

 

 

 

 

 

 

 

INVITATION TO TENDER FOR IMPROVEMENT ROAD WORKS UNDER 10% RMLF BUDGET

 KeRRA/ITT/GSA/11/39/04/2018-19                                                   6th MAY, 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 hereby invites tenders on behalf of the Ministry of Roads from contractors whom have been pre-qualified as contractors - constituencies under work category B (Bridge) and C (Grading and gravelling). The works will be funded through RMLF under 10% RMLF budget allocation for the financial year 2018/19 spot improvement of Road sections located within the Garissa County as mentioned below.

Download tender Notice here

 DETAILS OF TENDERS

Tender NO

Road No.

Road Name

Activity

Budget

Provision

KSHS

Opening /Closing Date

Remarks

Tender Docuent Download
 

 

KeRRA/GSA/11/39/025/18/19

 

C251

 

Bula Game-Warable Section Road

 Improvement

5.5M

21/05/2019 at 11.00am

Open

 

Download
 

KeRRA/11/39/026/18/19

C254

Hagar Jarer-Danyare   Section  Road

Improvement

5.5M

21/05/2019 at 11.00am

Reserve 

 

Download
 

KeRRA/GSA/11/39/027/18/19

 

C294

Hagar Jarer-Garbatula Section Road

 Improvement

5.5M

21/05/2019 at 11.00am

Open

Download
 

KeRRA/GSA/11/39/028/17/18

 

C292

JNC81-CB Wajir Section Road

Improvement

5.5M

21/05/2019 at 11.00am

 Reserve

 

Download
 

KeRRA/GSA/11/39/029/17/18

 

C251

Warable-Bura Section Road

Improvement

5.5M

21/05/2019 at 11.00am

Open

Download
 

KeRRA/GSA/11/39/030/18/19

 

C256

Mbonji-Ruqa Section Road

Improvement

5.5M

21/05/2019 at 11.00am

Reserve

Download
                 

 

MANDATORY REQUIREMENT.

The eligible bidders shall meet all the following requirements:-

  • Certified copy of certificate of incorporation
  • Certified copy of valid tax compliance certificate
  • Certified copies of pin & vat certificate
  • Certified copy of Valid Nca 7 and above  Certificate
  • Must fill and sign accurately the form of tender.
  • Must fill confidential business questionnaire..
  • Must correctly price the bill of quantity.
  • Must Commit himself/herself to anti-corruption pledge.
  • Mandatory pre-bid site visit-The bidders are required to make their own arrangement by contacting the constituency Road Officer during working hours in order to familiarize and examine the scope of works to be done before submiting the bid document.  .

ADDITIONAL TECHNICAL REQUIREMENT – Proof of-

  • Previous/past experience of similar work done ( attach  evidence)
  • Historical non –performance
  • Litigation history
  • Good financial status and credit line facilities

The bid document can be obtained from the procurement office based at Garissa regional headquarter during normal business hours upon payment of a non refundable fee of Ksh. 1,000/= (One Thousand Shillings only) per contract, in form of bankers cheque  or  KCB  -A/C NO;114343196 -  payable to the Kenya Rural Roads Authority.

Should tenderers be in doubt about the meaning or clarification of any item, figures for any reason, whatsoever, he/she must inform the Procurement office, so that the appropriate action may be decided before the deadline for the submission of the bid documents.

The bid must be submitted in enclosed plain sealed envelope clearly marked Original  

The bidders shall seal the original and copy of the bid in a separate envelope well marked, then seal them in outer separate envelope with the contract number properly indicated and addressed to the Regional Manager, Garissa Region, P.O Box 1391-70100, Garissa and deposited in the tender box  placed  along our office- corridor at  Garissa  office , so as to be received on  or before the closing date  on Tuesday  21st  May 2019  at 11.00am  as indicated above  respectively

 The opening of the bid documents will take place soonest after closing time and this process will be open to all bidders or agents who choose to attend, to witness the opening session.

The Authority reserves the right to accept or reject any bid either the lowest or in part or whole bid and for whatsoever will not be bound to give reasons for its rejection or decision.

 Abdi  Y. Ali.

 Senior Supplies Chain Officer

(For: Regional Manager/Garissa Region )

GARISSA REGION 10%CS & 10% RMLF NOVEMBER 2023

KENYA RURAL ROADS AUTHORITY

   TENDER NOTICE:

10% RMLF(REGULAR) & 10% CS ALLOCATION 2023-2024 SAVINGS FOR

THE FINANCIAL YEAR 2023-2024:

                                                                                                       15TH NOVEMBER 2023.                                                                                                                              

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 network in Kenya.

 

The Authority hereby invites bids from registered (restricted tender) contractors and open to special category-(AGPO) bidders for the following roads in Garissa Region for the Financial Year 2023-2024 to be funded under 10% RMLF(Regular) and CS Allocations-2023-24 Savings as indicated below:

 

                                                    10% RMLF (REGULAR) FAFI CONSTITUENCY

S/No

TENDER NO:

ROAD NAME & CODE:

ELIGIBILITY

NCA CATEGORY

CLOSING

DATE & TIME:

01.

KeRRA/08/

GSA/39/063/

2023-24.

Diiso-Fafi town

(C-291) Road.

 WOMEN

6 or 7 or 8.

28/11/2023.

10.00 AM

                                                                          

                                                   10% RMLF (REGULAR) IJARA CONSTITUENCY

02.

KeRRA/08/

GSA/39/064/

2023-24.

Masalani-Haji Mohamed (G-5074) Road.

RESTRICTED TENDER

6 or 7 or 8.

28/11/2023.

10.00 AM

                                                                          

                                                 10% RMLF (REGULAR) BALAMBALA CONSTITUENCY

03.

KeRRA/08/

GSA/39/065/

2023-24.

Muday- Jumfath

(UCL-22) Road.

RESTRICTED TENDER

6 or 7 or 8.

28/11/2023.

10.00 AM

 

                                                   10% CS ALLOCATION: FAFI CONSTITUENCY

04.

KeRRA/08/

GSA/39/062/

2023-24.

Diiso-Fafi town

(C-291) Road.

RESTRICTED TENDER

6 or 7 or 8.

28/11/2023.

10.00 AM

 

 

  S/No.

 

                                                MANDATORY REQUIREMENTS:

 1.

Form of tender MUST be done on the tenderer’s letterhead clearly showing the Tenderer's complete name and business address.

 2.

Certified Certificate copy of Incorporation.

 3.

Certified Copies of KRA-PIN and VAT Registration Certificates.

 4.

Copy of Valid Tax Compliance Certificate-To be verified on KRA-TCC Checker.

 5.

Valid National Construction Authority (NCA) Certificates and annual contractors practicing license in the category of (6) or (7) or (8).

 6.

All pages of the bid document MUST be serialized (this should be sequentially in the format of 1,2,3,4,5……) from the first page to the last page.

 7.

Certified valid single business permit issued within the last one year-12 months.

 8.

Proof of bank account and bank statement in the name of the bidding firm for the last Three months.

 9.

Authority to seek reference from the contractor’s bank.

10.

Letter from the bank showing signatory/ies to the bidding firm’s account.

     11.

Certified Current (dated within 12 Months before date of opening) CR12 Certificate from the Registrar of Companies.

12.

Certified copy/ies of National Identity cards/Passports for company director/s.

        13.

Written Power of Attorney authorizing the signatory of the bid to commit the bidder witnessed by a commissioner of oaths.

14.

Current sworn -in Affidavit to proof all litigation history for the last 3 months.

15.

Brief work methodology relevant to the specific works.

16.

Bidders for citizen/open tenders MUST be registered contractors in Garissa region.

    

 

                                               OTHER REQUIREMENTS:

     (a)

Two major items of construction equipment owned or leased by the bidder, attach certified copies of log books or active lease agreements.

     (b)

General construction and specific work experience-Notification of awards and completion certificates should be attached. Due diligence will be done to authenticate the documents.

     (c)

Professional and technical personnel-Provide CVs and academic certificates.

     (d).

Turnover and liquid assets supported by audited accounts for the previous three years.

     (e).

Prices quoted MUST remain valid for a period of One hundred and eighty (180) days from the date of bid opening.

     (f).

Properly and dully filled, signed and stamped Bill of Quantities (BOQ), errors in the pricing of bill of quantities will not be corrected.

     (g)

All bids of value above Kes. Five (5) million under restricted (Registered) tender shall be required to submit tender/bid Security of two (2%) percent of the budget estimate.

(h)

Pre- Tender site Visit Certificate MUST be duly endorsed by the Authorized KeRRA Staff.

 

                          ADDITIONAL REQUIREMENT FOR SPECIAL GROUP BIDDERS:

     (i).

Provide Registration Certificate with the relevant government body on Access to Government Procurement

Opportunities-AGPO in either of the following Categories-Youth/Women or Persons Living with Disability-PWD. Note: Verification shall be done online from AGPO-website.

Interested bidders may download complete tender documents free of charge from the Authority’s website: www.kerra.go.ke. from Monday, 20th November, 2023 and bidders should continually check regional office notice board and website for any tender addendums or clarifications that may arise before submission date.

Bidders must ensure that their completed tender documents are enclosed in plain sealed envelope marked with Tender Number, Road Name and Constituency to be deposited in the relevant Tender Box situated at Kenya Rural Roads Authority Garissa Regional Office-Garissa Town or addressed to:

Regional Director,

Kenya Rural Roads Authority,

  1. o Box 1391-70100,

GARISSA.

Email: This email address is being protected from spambots. You need JavaScript enabled to view it.

Telephone: +254 743 207672/02022403007.

 

Canvassing and/or any form of corrupt malpractice intended to influence the outcome of the whole or part of the process will lead to disqualification irrespective of the procurement stage.

Any bid that doesn’t fulfill all conditions/requirements described above alongside the Technical, Financial and other requirements contained in the tender documents shall not be subjected to any further evaluation and will automatically be disqualified.

Bids to be received on or before the date/s and time provided and opening will take place immediately thereafter, tenders submitted after the closing date and time shall be disqualified and returned to bidder un-opened.

 

Information relating to the examination, evaluation of applications and recommendations for the successful bidder shall not be disclosed to applicants or any other persons not officially concerned with such process until approval to the successful applicant has been announced.

Patrick K. Ringera.

REGIONAL DIRECTOR,

GARISSA REGION: 

Garissa Region 10%CS JULY TENDERS

10% CABINET SECRETARY (CS) ALLOCATION- FINANCIAL YEAR 2021/2022:

24TH JULY 2023.

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 network in Kenya.

 

The Authority hereby invites bids from registered (restricted tender) contractors and open to special category-(AGPO) bidders for the following roads in Garissa Region for the Financial Year 2021-2022 to be funded under Routine Maintenance Levy Funds-10% Cabinet Secretary (CS) Allocation-(RMLF) as Indicated Below:

 

TOWNSHIP CONSTITUENCY:

S/No

TENDER NO:

ROAD NAME & CODE:

ELIGIBILITY

NCA CATEGORY

CLOSING DATE &

TIME:

1.

KeRRA/08/

GSA/39/076/

2022-23.

 

Bulla College – Gumarey

(UK07-29) Road.

WOMEN

 

5 or 6 or 7 or 8.

7/08/2023.

10.00 AM

2.

KeRRA/08/

GSA/39/083/

2022-23.

 

Korakora JN 568

(G-5051) Road     

OPEN

 

5 or 6 or 7 or 8.

7/08/2023.

10.00 AM

 

                                                                                   BALAMBALA CONSTITUENCY

3.

KeRRA/08/

GSA/39/078/

2022-23.

 

Block - Danyere

(G5001) Road      

OPEN

 

5 or 6 or 7 or 8.

7/08/2023.

10.00 AM

4.

KeRRA/08/

GSA/39/079/

2022-23.

 

Sankuri – Balige – Hagar

(C-291) Road       

YOUTH

 

5 or 6 or 7 or 8.

7/08/2023.

10.00 AM

   

                                                                                            IJARA CONSTITUENCY

5.

KeRRA/08/

GSA/39/077/

2022-23.

 

Dabar - Matan

(UCL-16) Road    

PWD

 

5 or 6 or 7 or 8.

7/08/2023.

10.00 AM

6.

KeRRA/08/

GSA/39/084/

2022-23.

 

Korisa - Alijire

(C-255) Road       

OPEN

 

5 or 6 or 7 or 8.

7/08/2023.

10.00 AM

7.

KeRRA/08/

GSA/39/085/

2022-23.

 

Alijire - Wema

(C-255) Road       

OPEN

 

5 or 6 or 7 or 8.

7/08/2023.

10.00 AM

8.

KeRRA/08/

GSA/39/086/

2022-23.

 

Masalani - Dubadubeisa

(C-256) Road       

OPEN

 

5 or 6 or 7 or 8.

7/08/2023.

10.00 AM

 

                                                                                        FAFI CONSTITUENCY

9.

KeRRA/08/

GSA/39/082/

2022-23.

 

Gubiis - Dekanja

(UCL-17) Road    

 

OPEN

 

5 or 6 or 7 or 8.

7/08/2023.

10.00 AM

                                                                                     DADAAB CONSTITUENCY

10.

KeRRA/08/

GSA/39/080/

2022-23.

 

Sabuli – CB Wajir

(C293) Road        

OPEN

 

5 or 6 or 7 or 8.

7/08/2023.

10.00 AM

11.

KeRRA/08/

GSA/39/081/

2022-23.

 

Kumahumato - Borehole

(G-5022) Road

OPEN

 

5 or 6 or 7 or 8.

7/08/2023.

10.00 AM

 


  S/No.

 

                                                                 MANDATORY REQUIREMENTS:

  1.

Form of tender MUST be done on the tenderer’s letterhead clearly showing the Tenderer's complete name and business address.

  2.

Certified Certificate copy of Incorporation.

  3.

Certified Copies of KRA-PIN and VAT Registration Certificates.

  4.

Copy of Valid Tax Compliance Certificate-To be verified on KRA-TCC Checker.

  5.

Valid National Construction Authority (NCA) Certificates and annual contractors practicing license in the category of (5) or (6) or (7) or (8)- To be verified on NCA website.

 6.

All pages of the bid document MUST be serialized (this should be sequentially in the format of 1,2,3,4,5……) from the first page to the last page.

 7.

Certified valid single business permit issued within the last one year-12 months.

 8.

Proof of bank account and bank statement in the name of the bidding firm for the last Three months.

 9.

Authority to seek reference from the contractor’s bank.

10.

Letter from the bank showing signatory/ies to the bidding firm’s account.

11.

Certified Current (dated within 12 Months before date of opening) CR12 Certificate from the Registrar of Companies.

12.

Certified copy/ies of National Identity cards/Passports for company director/s.

13.

Written Power of Attorney authorizing the signatory of the bid to commit the bidder witnessed by a commissioner of oaths.

14.

Current sworn -in Affidavit to proof all litigation history for the last 3 months.

15.

Brief work methodology relevant to the specific works.

16.

Pre- Tender site Visit Certificate MUST be duly endorsed by the Authorized KeRRA Staff.

17.

Bidders for citizen/open tenders MUST be registered contractors in Garissa region.

18.

Beneficial ownership disclosure.

    

 

                                               OTHER REQUIREMENTS:

(a)

Two major items of construction equipment owned or leased by the bidder, attach certified copies of log books or active lease agreements.

(b)

General construction and specific work experience-Notification of awards and completion certificates should be attached. Due diligence will be done to authenticate the documents.

(c)

Professional and technical personnel-Provide CVs and academic certificates.

(d).

Turnover and liquid assets supported by audited accounts for the previous three years.

(e).

Prices quoted MUST remain valid for a period of One hundred and eighty (180) days from the date of bid opening.

(f).

Properly and dully filled, signed and stamped Bill of Quantities (BOQ), errors in the pricing of bill of quantities will not be corrected.

 

                          ADDITIONAL REQUIREMENT FOR SPECIAL GROUP BIDDERS:

(g).

Provide Registration Certificate with the relevant government body on Access to Government Procurement

Opportunities-AGPO in either of the following Categories-Youth/Women or Persons Living with Disability-PWD.

Note: Verification to be done online from AGPO-website.

Tender documents detailing additional information, specifications and scope of works should be obtained free of charge by interested bidders from the Authority’s website: www.kerra.go.ke. from Friday, 28th July 2023 and bidders are advised to continually check regional office notice board and website for any tender addenda or clarifications that may arise before submission date.

N/B: A tenderer can ONLY bid for one tender in this tender notice.

Bidders must ensure that their completed tender documents are enclosed in plain sealed envelope marked with Tender Number, Road Name and Constituency to be deposited in the relevant Tender Box situated at Kenya Rural Roads Authority Garissa Regional Office-Garissa Town or addressed to:

Regional Director,

Kenya Rural Roads Authority,

P.O.Box 1391-70100,

GARISSA.

Email: This email address is being protected from spambots. You need JavaScript enabled to view it.

 

Canvassing and/or any form of corrupt malpractice intended to influence the outcome of the whole or part of the process will lead to disqualification irrespective of the procurement stage.

Any bid that doesn’t fulfill all conditions/requirements described above alongside the Technical, Financial and other requirements contained in the tender documents shall not be subjected to any further evaluation and will automatically be disqualified.

Bids to be received on or before the date/s and time provided and opening will take place immediately thereafter, tenders submitted after the closing date and time shall be disqualified and returned to bidder un-opened.

 

Information relating to the examination, evaluation of applications and recommendations for the successful bidder shall not be disclosed to applicants or any other persons not officially concerned with such process until approval to the successful applicant has been announced.

Patrick K. Ringera.

REGIONAL DIRECTOR,

GARISSA REGION:

GARISSA REGION 10%CS TENDERS JAN 2023

KENYA RURAL ROADS AUTHORITY

TENDER NOTICE:

10% CABINET SECRETARY (CS) ALLOCATION-RMLF:

10TH JANUARY 2023.

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 network in Kenya.

The Authority hereby invites bids from registered contractors for Maintenance of the following roads in Garissa Region for the Financial Year 2022-2023 to be funded under 10% Cabinet Secretary (CS) Allocation-(RMLF) as Indicated Below:

 

 

TOWNSHIP CONSTITUENCY:

S/No

TENDER NO:

ROAD NAME & CODE:

ELIGIBILITY

NCA CATEGORY

CLOSING DATE & TIME:

 

1.

KeRRA/08/ GSA/39/058/ 2022-23.

 

Garissa-Raya(C-251) Road.

 

WOMEN

 

6 or 7 or 8.

25/01/2023.

10.00 AM

 

BALAMBALA CONSTITUENCY

 

2.

KeRRA/08/ GSA/39/059/ 2022-23.

 

Balich-Fungich (G-5014) Road

 

OPEN

 

6 or 7 or 8.

25/01/2023.

10.00 AM

 

3.

KeRRA/08/ GSA/39/060/ 2022-23.

 

Shimbir _ Abdisamet(UCL-14) Road

 

OPEN

 

6 or 7 or 8.

25/01/2023.

10.00 AM

 

4.

KeRRA/08/ GSA/39/061/ 2022-23.

 

Jarajara _Block(G-5001) Road

 

YOUTH

 

6 or 7 or 8.

25/01/2023.

10.00 AM

 

5.

KeRRA/08/ GSA/39/062/ 2022-23.

 

Holwathag Farm _ Jamhuri Farm (UCL-27) Road

 

OPEN

 

6 or 7 or 8.

25/01/2023.

10.00 AM

 

FAFI CONSTITUENCY

 

6.

KeRRA/08/ GSA/39/057/ 2022-23.

 

Bura – Kabasalo (C-252) Road

 

OPEN

 

6 or 7 or 8.

25/01/2023.

10.00 AM

 

LAGDERA CONSTITUENCY

 

7.

KeRRA/08/ GSA/39/063/ 2022-23.

 

Malmin _ Baraki (F-5003) Road

 

OPEN

 

6 or 7 or 8.

25/01/2023.

10.00 AM

 

8.

KeRRA/08/ GSA/39/064/ 2022-23.

 

Elan _ Baraki (F-5005) Road

 

OPEN

 

6 or 7 or 8.

25/01/2023.

10.00 AM

 

9.

KeRRA/08/ GSA/39/065/ 2022-23.

 

Gurufa _ Elan (F-5005) Road

 

OPEN

 

6 or 7 or 8.

25/01/2023.

10.00 AM

 

10.

KeRRA/08/ GSA/39/066/ 2022-23.

 

Geylab – Rig dam (UCL-12) Road

 

WOMEN

 

6 or 7 or 8.

25/01/2023.

10.00 AM

 

 

11.

KeRRA/08/ GSA/39/067/ 2022-23.

 

Lol Dam – CB Wajir (E-5003) Road

 

OPEN

 

6 or 7 or 8.

25/01/2023.

10.00 AM

 

IJARA CONSTITUENCY

 

12.

KeRRA/08/ GSA/39/055/ 2022-23.

 

Masalani - Ruqa (C-256) Road

 

OPEN

 

6 or 7 or 8.

25/01/2023.

10.00 AM

 

13.

KeRRA/08/ GSA/39/056/ 2022-23.

 

Masalani - Wema (C-255) Road

 

PWD

 

6 or 7 or 8.

25/01/2023.

10.00 AM

 

 

 

S/No.

 

MANDATORY REQUIREMENTS:

1.

Form of tender MUST be done on the tenderer’s letterhead clearly showing the Tenderer's complete name and business address.

2.

Certified Certificate copy of Incorporation.

3.

Certified Copies of KRA-PIN and VAT Registration Certificates.

4.

Copy of Valid Tax Compliance Certificate-To be verified on KRA-TCC Checker.

5.

Valid National Construction Authority (NCA) Certificates and annual contractors practicing license in the category of (6) or (7) or (8).

6.

All pages of the bid document MUST be serialized (this should be sequentially in the format of 1,2,3,4,5……) from the first page to the last page.

7.

Certified valid single business permit issued within the last one year-12 months.

8.

Proof of bank account and bank statement in the name of the bidding firm for the last Three months.

9.

Authority to seek reference from the contractor’s bank.

10.

Letter from the bank showing signatory/ies to the bidding firm’s account.

11.

Certified Current (dated within 12 Months before date of opening) CR12 Certificate from the Registrar of Companies.

12.

Certified copy/ies of National Identity cards/Passports for company director/s.

13.

Written Power of Attorney authorizing the signatory of the bid to commit the bidder witnessed by a commissioner of oaths.

14.

Current sworn -in Affidavit to proof all litigation history for the last 3 months.

15.

Brief work methodology relevant to the specific works.

16.

Pre- Tender site Visit Certificate MUST be duly endorsed by the Authorized KeRRA Staff.

17.

Bidders for citizen/open tenders MUST be registered contractors in Garissa region.

 

 

OTHER REQUIREMENTS:

(a)

Two major items of construction equipment owned or leased by the bidder, attach certified copies of log books or active lease agreements.

(b)

General construction and specific work experience-Notification of awards and completion certificates should be attached. Due diligence will be done to authenticate the documents.

(c)

Professional and technical personnel-Provide CVs and academic certificates.

(d).

Turnover and liquid assets supported by audited accounts for the previous three years.

(e).

Prices quoted MUST remain valid for a period of One hundred and eighty (180) days from the date of bid opening.

(f).

Properly and dully filled, signed and stamped Bill of Quantities (BOQ), errors in the pricing of bill of quantities will not be corrected.

 

ADDITIONAL REQUIREMENT FOR SPECIAL GROUP BIDDERS:

(g).

Provide Registration Certificate with the relevant government body on Access to Government Procurement Opportunities-AGPO in either of the following Categories-Youth/Women or Persons Living with Disability-PWD. Note: Verification to be done online from AGPO-website.

 

Tender documents detailing additional information, specifications and scope of works should be obtained free of charge by interested bidders from the Authority’s website: www.kerra.go.ke. from Tuesday, 19th January 2023 and bidders are advised to continually check regional office notice board and website for any tender addenda or clarifications that may arise before submission date.

N/B: A tenderer can ONLY bid for one tender in this tender notice.

 

Bidders must ensure that their completed tender documents are enclosed in plain sealed envelope marked with Tender Number, Road Name and Constituency to be deposited in the relevant Tender Box situated at Kenya Rural Roads Authority Garissa Regional Office- Garissa Town or addressed to:

Regional Director,

Kenya Rural Roads Authority, P. o Box 1391-70100, GARISSA.

Email: This email address is being protected from spambots. You need JavaScript enabled to view it.

 

Canvassing and/or any form of corrupt malpractice intended to influence the outcome of the whole or part of the process will lead to disqualification irrespective of the procurement stage.

Any bid that doesn’t fulfill all conditions/requirements described above alongside the Technical, Financial and other requirements contained in the tender documents shall not be subjected to any further evaluation and will automatically be disqualified.

 

Bids to be received on or before the date/s and time provided and opening will take place immediately thereafter, tenders submitted after the closing date and time shall be disqualified and returned to bidder un-opened.

Information relating to the examination, evaluation of applications and recommendations for the successful bidder shall not be disclosed to applicants or any other persons not officially concerned with such process until approval to the successful applicant has been announced.

Patrick K. Ringera. REGIONAL DIRECTOR,

GARISSA REGION:                                                                                                                  

Connecting Devolved Kenya.

GARISSA REGION 22% CONSTITUENCY ROADS FUND (CRF) FOR FY 2022-2023

KENYA RURAL ROADS AUTHORITY

TENDER NOTICE:

22% CONSTITUENCY ROADS FUND (CRF) FOR THE FINANCIAL YEAR 2022-2023:

16TH JANUARY 2023.

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 network in Kenya.

The Authority hereby invites bids from registered contractors for Maintenance of the following roads in Garissa Region for the Financial Year 2022-2023 to be funded under 22% Constituency Roads Fund (CRF) as Indicated Below:

 

TOWNSHIP CONSTITUENCY:

S/No

TENDER NO:

ROAD NAME & CODE:

ELIGIBILITY

NCA CATEGORY

CLOSING DATE

& TIME:

1.

KeRRA/08/

GSA/39/001/

2022-23.

 

Bulla Iftin-Korakora(C-251) Road

PWD

6 or 7 or 8.

30/01/2023.

10.00 AM

2.

KeRRA/08/

GSA/39/002/

2022-23.

 

Korakora-Warable(C-251) Road

WOMEN

6 or 7 or 8.

30/01/2023.

10.00 AM

   3.

KeRRA/08/

GSA/39/003/

2022-23.

 

JN A3 (Hass)– Government Guest House

(C-251) Road

OPEN

6 or 7 or 8.

30/01/2023.

10.00 AM

4.

KeRRA/08/

GSA/39/004/

2022-23.

 

Government Guest House-Bulla Iftin (C251) Road

OPEN

6 or 7 or 8.

30/01/2023.

10.00 AM

5.

KeRRA/08/

GSA/39/005/

2022-23.

 

JN A3-Diiso(C-291) Road

OPEN

6 or 7 or 8.

30/01/2023.

10.00 AM

6.

KeRRA/08/

GSA/39/006/

2022-23.

 

JN A3(Modika)-Diiso(G-5003) Road

YOUTH

6 or 7 or 8.

30/01/2023.

10.00 AM

7.

KeRRA/08/

GSA/39/007/

2022-23.

 

Korakora-JN D568(G-5051) Road

 OPEN

6 or 7 or 8.

30/01/2023.

10.00 AM

 

  S/No.

 

                                                MANDATORY REQUIREMENTS:

  1.

Form of tender MUST be done on the tenderer’s letterhead clearly showing the Tenderer's complete name and business address.

  2.

Certified Certificate copy of Incorporation.

  3.

Certified Copies of KRA-PIN and VAT Registration Certificates.

  4.

Copy of Valid Tax Compliance Certificate-To be verified on KRA-TCC Checker.

  5.

Valid National Construction Authority (NCA) Certificates and annual contractors practicing license in the category of (6) or (7) or (8).

 6.

All pages of the bid document MUST be serialized (this should be sequentially in the format of 1,2,3,4,5……) from the first page to the last page.

 7.

Certified valid single business permit issued within the last one year-12 months.

 8.

Proof of bank account and bank statement in the name of the bidding firm for the last Three months.

 9.

Authority to seek reference from the contractor’s bank.

10.

Letter from the bank showing signatory/ies to the bidding firm’s account.

       11.

Certified Current (dated within 12 Months before date of opening) CR12 Certificate from the Registrar of Companies.

     12.

Certified copy/ies of National Identity cards/Passports for company director/s.

     13.

Written Power of Attorney authorizing the signatory of the bid to commit the bidder witnessed by a commissioner of oaths.

     14.

Current sworn -in Affidavit to proof all litigation history for the last 3 months.

     15.

Brief work methodology relevant to the specific works.

     16.

Pre- Tender site Visit Certificate MUST be duly endorsed by the Authorized KeRRA Staff.

     17.

Bidders for citizen/open tenders MUST be registered contractors in Garissa region.

    

 

                                               OTHER REQUIREMENTS:

(a)

Two major items of construction equipment owned or leased by the bidder, attach certified copies of log books or active lease agreements.

(b)

General construction and specific work experience-Notification of awards and completion certificates should be attached. Due diligence will be done to authenticate the documents.

(c)

Professional and technical personnel-Provide CVs and academic certificates.

(d).

Turnover and liquid assets supported by audited accounts for the previous three years.

     (e).

Prices quoted MUST remain valid for a period of One hundred and eighty (180) days from the date of bid opening.

      (f).

Properly and dully filled, signed and stamped Bill of Quantities (BOQ), errors in the pricing of bill of quantities will not be corrected.

 

                          ADDITIONAL REQUIREMENT FOR SPECIAL GROUP BIDDERS:

(g).

Provide Registration Certificate with the relevant government body on Access to Government Procurement

Opportunities-AGPO in either of the following Categories-Youth/Women or Persons Living with Disability-PWD. Note: Verification to be done online from AGPO-website.

Tender documents detailing additional information, specifications and scope of works should be obtained free of charge by interested bidders from the Authority’s website: www.kerra.go.ke. from Friday, 20th January 2023 and bidders are advised to continually check regional office notice board and website for any tender addenda or clarifications that may arise before submission date.

N/B: A tenderer can ONLY bid for one tender in this tender notice.

Bidders must ensure that their completed tender documents are enclosed in plain sealed envelope marked with Tender Number, Road Name and Constituency to be deposited in the relevant Tender Box situated at Kenya Rural Roads Authority Garissa Regional Office-Garissa Town or addressed to:

Regional Director,

Kenya Rural Roads Authority, P.O. Box 1391-70100, GARISSA

Email: This email address is being protected from spambots. You need JavaScript enabled to view it.

 

Canvassing and/or any form of corrupt malpractice intended to influence the outcome of the whole or part of the process will lead to disqualification irrespective of the procurement stage.

Any bid that doesn’t fulfill all conditions/requirements described above alongside the Technical, Financial and other requirements contained in the tender documents shall not be subjected to any further evaluation and will automatically be disqualified.

Bids to be received on or before the date/s and time provided and opening will take place immediately thereafter, tenders submitted after the closing date and time shall be disqualified and returned to bidder un-opened.

 

Information relating to the examination, evaluation of applications and recommendations for the successful bidder shall not be disclosed to applicants or any other persons not officially concerned with such process until approval to the successful applicant has been announced.

Patrick K. Ringera.

REGIONAL DIRECTOR,

GARISSA REGION:

GARISSA REGION 22% CONSTITUENCY ROADS FUND (CRF) FOR FY 2022-2023 - ADDENDUM NO. 2
GARISSA REGION 22% RMLF & 10% RMLF - FAFI CONSTITUENCY FOR FY 2023-2024 - RE-TENDER

KENYA RURAL ROADS AUTHORITY

GARISSA REGION

RE-TENDER NOTICE:

20TH FEBRUARY 2024.                                                                                                                             

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 network in Kenya.

 

The Authority hereby invites bids from registered (restricted tender) contractors and open to special category-(AGPO) bidders for the following roads in Garissa Region for the Financial Year 2023-2024 to be funded under Constituency Roads Funds (CRF)-22% & 10% RMLF-FAFI CONSTITUENCY as indicated below:

DOWNLOAD TENDER NOTICE 

 

 

                                                                                  FAFI CONSTITUENCY

                                                  22% ROUTINE MAINTENANCE LEVY FUND(RMLF)

S/No

TENDER NO:

ROAD NAME & CODE:

ELIGIBILITY

NCA CATEGORY

CLOSING

DATE & TIME:

01.

KeRRA/08/

GSA/39/029/

2023-24.

Warable-Nanighi-Bura (C-251) Road.

OPEN

6 or 7 or 8.

4/03/2024.

10.00 AM

02.

KeRRA/08/

GSA/39/030/

2023-24.

Bura- Galmagalla

(C-252) Road.

OPEN

6 or 7 or 8.

4/03/2024.

10.00 AM

03.

KeRRA/08/

GSA/39/031/

2023-24.

Galmagalla-Bullagolol

(C-252) Road.

OPEN

6 or 7 or 8.

4/03/2024.

10.00 AM

04.

KeRRA/08/

GSA/39/033/

2023-24.

Hagadera-Alinjugur

(G-5047) Road.

YOUTH

6 or 7 or 8.

4/03/2024.

10.00 AM

                                                                              

                                                                                   FAFI CONSTITUENCY

                                                  10 % (REGULAR) ROUTINE MAINTENANCE LEVY FUND:

01.

KeRRA/08/

GSA/39/056/

2023-24.

Kamuthe-Nanighi-Bura (C-251) Road.

OPEN

6 or 7 or 8.

4/03/2024.

10.00 AM

02.

KeRRA/08/

GSA/39/057/

2023-24.

Warable-Kamuthe

(C-251) Road.

       WOMEN

6 or 7 or 8.

4/03/2024.

10.00 AM

 

  S/No.

 

                                                MANDATORY REQUIREMENTS:

 1.

Form of tender MUST be done on the tenderer’s letterhead clearly showing the Tenderer's complete name and business address.

 2.

Certified Certificate copy of Incorporation.

 3.

Certified Copies of KRA-PIN and VAT Registration Certificates.

 4.

Copy of Valid Tax Compliance Certificate-To be verified on KRA-TCC Checker.

 5.

Valid National Construction Authority (NCA) Certificates and annual contractors practicing license in the category of (6) or (7) or (8).

 6.

All pages of the bid document MUST be serialized (this should be sequentially in the format of 1,2,3,4,5……) from the first page to the last page.

 7.

Certified valid single business permit issued within the last one year-12 months.

 8.

Proof of bank account and bank statement in the name of the bidding firm for the last Three months.

 9.

Authority to seek reference from the contractor’s bank.

10.

Letter from the bank showing signatory/ies to the bidding firm’s account.

     11.

Certified Current (dated within 12 Months before date of opening) CR12 Certificate from the Registrar of Companies.

12.

Certified copy/ies of National Identity cards/Passports for company director/s.

        13.

Written Power of Attorney authorizing the signatory of the bid to commit the bidder witnessed by a commissioner of oaths.

14.

Current sworn -in Affidavit to proof all litigation history for the last 3 months.

15.

Brief work methodology relevant to the specific works.

16.

Bidders for citizen/open tenders MUST be registered contractors in Garissa region.

    

 

                                               OTHER REQUIREMENTS:

     (a)

Two major items of construction equipment owned or leased by the bidder, attach certified copies of log books or active lease agreements.

     (b)

General construction and specific work experience-Notification of awards and completion certificates should be attached. Due diligence will be done to authenticate the documents.

     (c)

Professional and technical personnel-Provide CVs and academic certificates.

     (d).

Turnover and liquid assets supported by audited accounts for the previous three years.

     (e).

Prices quoted MUST remain valid for a period of One hundred and eighty (180) days from the date of bid opening.

     (f).

Properly and dully filled, signed and stamped Bill of Quantities (BOQ), errors in the pricing of bill of quantities will not be corrected.

     (g)

All bids of value above Kes. Five (5) million under restricted (Registered) tender shall be required to submit tender/bid Security of two (2%) percent of the budget estimate.

(h)

Pre- Tender site Visit Certificate MUST be duly endorsed by the Authorized KeRRA Staff.

 

                          ADDITIONAL REQUIREMENT FOR SPECIAL GROUP BIDDERS:

     (i).

Provide Registration Certificate with the relevant government body on Access to Government Procurement

Opportunities-AGPO in either of the following Categories-Youth/Women or Persons Living with Disability-PWD. Note: Verification shall be done online from AGPO-website.

Interested bidders may download complete tender documents free of charge from the Authority’s website: www.kerra.go.ke. from Monday, 26th February, 2024 and bidders should continually check regional office notice board and website for any tender addendums or clarifications that may arise before submission date.

Bidders must ensure that their completed tender documents are enclosed in plain sealed envelope marked with Tender Number, Road Name and Constituency to be deposited in the relevant Tender Box situated at Kenya Rural Roads Authority Garissa Regional Office-Garissa Town or addressed to:

Regional Director,

Kenya Rural Roads Authority, P.o Box 1391-70100,

GARISSA.

Email: This email address is being protected from spambots. You need JavaScript enabled to view it.

Telephone: +254 743 207672/02022403007.

 Canvassing and/or any form of corrupt malpractice intended to influence the outcome of the whole or part of the process will lead to disqualification irrespective of the procurement stage.

Any bid that doesn’t fulfill all conditions/requirements described above alongside the Technical, Financial and other requirements contained in the tender documents shall not be subjected to any further evaluation and will automatically be disqualified.

Bids to be received on or before the date/s and time provided and opening will take place immediately thereafter, tenders submitted after the closing date and time shall be disqualified and returned to bidder un-opened.

 

Information relating to the examination, evaluation of applications and recommendations for the successful bidder shall not be disclosed to applicants or any other persons not officially concerned with such process until approval to the successful applicant has been announced.

Patrick K. Ringera.

REGIONAL DIRECTOR,

GARISSA REGION:

GARISSA REGION 22% RMLF 2020-21

KENYA RURAL ROADS AUTHORITY

GARISSA REGION                                             -------------DOWNLOAD ADVERT COPY HERE....

  Tel: 046-210 2208                                                                             Deputy Director’s Office,

  Email: This email address is being protected from spambots. You need JavaScript enabled to view it.                                                                 P. o. Box 1391-70100,   

clip_image001.png  Website: www.kerra.go.ke                                                                                                                                      Garissa, Kenya.

                                                         INVITATION TO TENDER:

22% CONSTITUENCY ROADS FUND(CRF) ALLOCATION (FINANCIAL YEAR (2020-2021) ROADWORKS:

                                                             8th JANUARY, 2021.                                                                                                                             

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 network in Kenya.

The Authority hereby invites bids from Pre-qualified contractors for Maintenance of the following road in GARISSA REGION for the FINANCIAL YEAR 2020-2021 to be funded through 22% CRF ALLOCATION as indicated below:

 

 

                                                         TOWNSHIP CONSTITUENCY:

S/No

TENDER NO:

ROAD NAME & CODE:

ELIGIBILITY

BUDGET

(KES)

NCA CATEGORY

CLOSING

DATE &TIME:

1.

KeRRA/011/

GSA/39/015/2020-2021

Adheley - Bulla Power

(C251)

YOUTH

            3,582,315.01

 

7 & ABOVE

 

29/01/2021

10.00AM

2.

KeRRA/011/

GSA/39/016/2020-2021

Bulla Iftin - Waramble

(C-251)

OPEN

            3,859,732.96

 

7 & ABOVE

29/01/2021

10.00AM

3.

KeRRA/011/

GSA/39/017/2020-2021

Bulla Power - Bulla Iftin

(C-251)

OPEN

            6,030,932.80

 

7 & ABOVE

29/01/2021

10.00AM

4.

KeRRA/011/

GSA/39/018/2020-2021

Jn A3 - Diiso

(C291)

OPEN

            4,179,016.02

 

7 & ABOVE

29/01/2021

10.00AM

5.

KeRRA/011/

GSA/39/019/2020-2021

Korakora - Jn568

(G5051)

OPEN

            4,948,003.22

 

7 & ABOVE

29/01/2021

10.00AM

 

                                                            DADAAB CONSTITUENCY:

   1.

KeRRA/011/

GSA/39/036/2020-2021

Jn A3 - CB Wajir

(C292)

OPEN

            8,825,697.61

7 & ABOVE

29/01/2021

10.00AM

  2.

KeRRA/011/

GSA/39/037/2020-2021

Dadaab - Khokar

(G5036)

OPEN

            3,256,660.82

7 & ABOVE

29/01/2021

10.00AM

3.

KeRRA/011/

GSA/39/038/2020-2021

Hamay – NB Somalia

PWD

            2,239,496.02

7 & ABOVE

29/01/2021

10.00AM

4.

KeRRA/011/

GSA/39/039/2020-2021

Dertu – Alikune-CB Wajir

(F5002)

WOMEN

                2,232,804.02

7 & ABOVE

29/01/2021

10.00AM

5.

KeRRA/011/

GSA/39/040/2020-2021

Hargarbul - Kabobey

(U_CL15)

OPEN

    2,970,528.02

7 & ABOVE

29/01/2021

10.00AM

6.

KeRRA/011/

GSA/39/041/2020-2021

Abdi Sugow - NB Somalia

 (G50360)

OPEN

            3,016,928.02

7 & ABOVE

29/01/2021

10.00AM

 

                                                        IJARA CONSTITUENCY:

   1.

 

KeRRA/011/

GSA/39/026/2020-2021

Hara - Korisa

(C-255)

OPEN

            5,433,788.01

 

7 & ABOVE

01/02/2021

10.00AM

   2.

KeRRA/011/

GSA/39/027/2020-2021

Korisa -  Wema

(C-255)

YOUTH

            4,038,656.04

 

7 & ABOVE

01/02/2021

10.00AM

   3.

KeRRA/011/

GSA/39/028/2020-2021

Masalani - Hara

(C-255)

OPEN

            4,269.264.00

 

7 & ABOVE

01/02/2021

10.00AM

   4.

KeRRA/011/

GSA/39/029/2020-2021

Masalani - Dubadubeisa

(C-256)

OPEN

            4,827,456.04

 

7 & ABOVE

01/02/2021

10.00AM

   5.

KeRRA/011/

GSA/39/030/2020-2021

Dubadubeisa - Ruqa

(C-256)

OPEN

            4,030,835.32

 

7 & ABOVE

01/02/2021

10.00AM

 

                                                 BALAMBALA CONSTITUENCY:

1.

KeRRA/011/

GSA/39/042/2020-2021

Balambala-Saka

(C-251)

OPEN

            5,517,192.04

 

7 & ABOVE

01/02/2021

10.00AM

  2

KeRRA/011/

GSA/39/043/2020-2021

Ohiya – Balambala

(C-251)

WOMEN

            1,239,529.61

 

7 & ABOVE

01/02/2021

10.00AM

3

KeRRA/011/

GSA/39/044/2020-2021

Saka - Sankuri(C-251)

OPEN

            3,260,992.03

 

7 & ABOVE

01/02/2021

10.00AM

 4.

KeRRA/011/

GSA/39/045/2020-2021

Sankuri - Adheley(C-251)

YOUTH

            1,613,096.02

 

7 & ABOVE

01/02/2021

10.00AM

 5.

KeRRA/011/

GSA/39/046/2020-2021

Hagar Jarer - Danyere(C-294)

OPEN

            3,604,816.02

 

7 & ABOVE

01/02/2021

10.00AM

6

KeRRA/011/

GSA/39/047/2020-2021

Hadley - Ohia

(U_CL10)

PWD

            1,439,328.02

 

7 & ABOVE

01/02/2021

10.00AM

7

KeRRA/011/

GSA/39/048/2020-2021

Danyere - Libahlo

(U_CL11)

OPEN

            1,845,651.21

 

7 & ABOVE

01/02/2021

10.00AM

8

KeRRA/011/

GSA/39/049/2020-2021

Muday - Jumfath

(U_CL22)

YOUTH

            4,079,395.22

 

7 & ABOVE

01/02/2021

10.00AM

 

LAGDERA CONSTITUENCY:

 1.

 

KeRRA/011/

GSA/39/020/2020-2021

Garbatulla - Hagar Jarer

(C294)

     WOMEN

            1,671,328.02

 

7 & ABOVE

02/02/2021

10.00AM

2

KeRRA/011/

GSA/39/021/2020-2021

Modogashe - Gurufa

(F5005)

OPEN

            6,178,160.05

 

7 & ABOVE

02/02/2021

10.00AM

3

KeRRA/011/

GSA/39/022/2020-2021

Jilango - Geylab

(U_CL12)

OPEN

            4,263,000.03

 

7 & ABOVE

02/02/2021

10.00AM

4

KeRRA/011/

GSA/39/023/2020-2021

Sheik Hassan - DB Wajir

(U_E5003)

 OPEN

            3,977,640.00

 

7 & ABOVE

02/02/2021

10.00AM

5

KeRRA/011/

GSA/39/024/2020-2021

Banane -Tokojo - Eldere

(U_G411658)

PWD

            2,610,928.02

 

7 & ABOVE

02/02/2021

10.00AM

6

KeRRA/011/

GSA/39/025/2020-2021.

Afwein - Shanta Abak

(U_CL13)

       OPEN

            3,898,760.03

 

7 & ABOVE

02/02/2021

10.00AM

 

FAFI CONSTITUENCY:

1.

KeRRA/011/

GSA/39/031/2020-2021

Nanighi – Bura

(C-251)

OPEN

            5,337,856.04

 

7 & ABOVE

02/02/2021

10.00AM

2.

KeRRA/011/

GSA/39/032/2020-2021

Waramble – Nanighi(C-251)

OPEN

            5,825,520.05

 

7 & ABOVE

02/02/2021

10.00AM

3.

KeRRA/011/

GSA/39/033/2020-2021

Bura – Galmagalla-

(C-252)

OPEN

            6,574,880.05

 

7 & ABOVE

02/02/2021

10.00AM

4.

KeRRA/011/

GSA/39/034/2020-2021

Diiso – Hargarbul-

(UCL-15)

WOMEN

            2,599,328.02

 

7 & ABOVE

02/02/2021

10.00AM

5.

KeRRA/011/

GSA/39/035/2020-2021

Diiso - Fafi town-(C-291)

YOUTH

            2,263,160.03

 

7 & ABOVE

02/02/2021

10.00AM

 

Interested firms may download complete tender documents with detailed specifications from KeRRA Website: www.kerra.go.ke.

 

S/No

REQUIREMENT IN TENDER DOCUMENT:

1

Serialization of all pages of bid document.

2

Certified Certificate of Incorporation (COI). 

3

Certified Registration with relevant NCA 7 & above and current practicing license.

4

Prequalification for Open Tender/Citizen.

5

Copy of Valid Tax Compliance Certificate.

6

Certified Copy of PIN/VAT Registration.

7

Copy of National Identity Cards (ID)’s or Valid Passport of all directors of the company.

8

Dully signed and stamped Tender document on pages required.

9

Dully signed Pre – Tender site visit certificate.

10

Appropriately filled and signed Form of Tender by authorized agent.

11

Duly signed and stamped priced Bill of Quantities on each page by authorized agent.

12

Dully filled Tender Business Questionnaire.

13

Anti-Corruption pledge (Declaration Form).

 

ADDITIONAL FOR SPECIAL GROUP (YOUTH, WOMEN & PERSONS WITH DISABILITY-PWD)

14

Registration Certificate with respective category group.

15

Dully filled Tender Securing Declaration Form.

 

 TECHNICAL EVALUATION:

16

Financial Performance:

Current ONE (1) year Bank Statement-Must be attached.

17

General Construction Experience:

Proof of having undertaken works of a similar nature in the last two (2) years-Attach certificate/s of completion.

18

Key personnel/Site Staff:

Schedule of Key Personnel the Contractor would engage on site, together with their current CVs and Testimonials.

19

Plants & equipment Holdings:

Fill the schedule of the Major Plant and Equipment to be used on the contract/s.

Any bid that doesn’t meet the MANDATORY REQUIREMENTS shall not be subjected to any further evaluation; these requirements alongside the Technical Requirements are contained in the tender documents.

N/B:

Following the declared COVID-19 Pandemic and subsequent presidential directives, bidders are advised to make their own arrangements (adhering to this directive and any other subsequent directives) to visit the site before quoting.

Bidders must ensure their completed tender documents are enclosed in plain sealed envelope marked with Tender Number, Road Name and Constituency to be deposited in the relevant Tender Box situated at Kenya Rural Roads Authority Garissa Regional Office, GARISSA TOWN or addressed to:

The Deputy Director,

Kenya Rural Roads Authority

 Box 1391-70100,

GARISSA.

 

No bidder shall be awarded MORE THAN TWO Contracts in ONE FINANCIAL YEAR:

 Canvassing and/or any form of corrupt malpractice intended to influence the outcome of the whole or part of the process will lead to automatic disqualification irrespective of the procurement stage.

Tenders that shall not fulfill all the above conditions will automatically be disqualified.

Tenders submitted after the closing date and time shall be disqualified and returned to bidder un-opened.

Bids to be received on or before the date/s provided and opening will take place immediately thereafter.

Due to COVID-19 protocol, bidders or their representatives are NOT allowed to attend the tender opening function.

The Authority reserves the right to reject any tender without giving reason for rejection and does not bind itself to accept the lowest or any tender.

 Information relating to the examination, evaluation of applications and Recommendations for the successful candidate shall not be disclosed to applicants or any other persons not officially concerned with such process until approval to the successful applicant has been announced.

Mohamed Bare.

Ag. SENIOR SUPPLY CHAIN MANAGEMENT OFFICER.

FOR: DEPUTY DIRECTOR (ROADS). 

Garissa region 22% savings 2022/2023

KENYA RURAL ROADS AUTHORITY

TENDER NOTICE:

22% CONSTITUENCY ROADS FUND (CRF) SAVINGS-2022/2023 FINANCIAL YEAR:

4TH AUGUST 2023.

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 network in Kenya.

 

The Authority hereby invites bids from registered (restricted tender) contractors and open to special category-(AGPO) bidders for the following roads in Garissa Region to be funded under 22% Constituency Roads Fund (CRF)-Savings 2022-2023 Financial Year as Indicated Below:

 

TOWNSHIP CONSTITUENCY:

S/No

TENDER NO:

ROAD NAME & CODE:

ELIGIBILITY

NCA CATEGORY

CLOSING DATE &

TIME:

1.

KeRRA/08/

GSA/39/087/

2022-23.

 

JN A3-Diiso (C-294) Road.

OPEN

6 or 7 or 8.

17/08/2023.

10.00 AM

                                                                                   BALAMBALA CONSTITUENCY

2.

KeRRA/08/

GSA/39/088/

2022-23.

 

Saka-Sankuri (C-251) Road

OPEN

6 or 7 or 8.

17/08/2023.

10.00 AM

 

                                                                                         LAGDERA CONSTITUENCY

3.

KeRRA/08/

GSA/39/089/

2022-23.

 

Garbatulla-Benane (C-294) Road     

OPEN

6 or 7 or 8.

17/08/2023.

10.00 AM

   

                                                                                            IJARA CONSTITUENCY

4.

KeRRA/08/

GSA/39/092/

2022-23.

 

Dubadubeisa-Ruqa (C-256) Road     

YOUTH

6 or 7 or 8.

17/08/2023.

10.00 AM

 

                                                                                        FAFI CONSTITUENCY

5.

KeRRA/08/

GSA/39/091/

2022-23.

 

Warable-Nanighi (C-251) Road        

 

OPEN

6 or 7 or 8.

17/08/2023.

10.00 AM

                                                                                     DADAAB CONSTITUENCY

6.

KeRRA/08/

GSA/39/090/

2022-23.

 

Dertu-Alikune (F-5002) Road           

WOMEN

6 or 7 or 8.

17/08/2023.

10.00 AM

 

 

  S/No.

 

                                                                 MANDATORY REQUIREMENTS:

  1.

Form of tender MUST be done on the tenderer’s letterhead clearly showing the Tenderer's complete name and business address.

  2.

Certified Certificate copy of Incorporation.

  3.

Certified Copies of KRA-PIN and VAT Registration Certificates.

  4.

Copy of Valid Tax Compliance Certificate-To be verified on KRA-TCC Checker.

  5.

Valid National Construction Authority (NCA) Certificates and annual contractors practicing license in the category of (6) or (7) or (8).

 6.

All pages of the bid document MUST be serialized (this should be sequentially in the format of 1,2,3,4,5……) from the first page to the last page.

 7.

Certified valid single business permit issued within the last one year-12 months.

 8.

Proof of bank account and bank statement in the name of the bidding firm for the last Three months.

 9.

Authority to seek reference from the contractor’s bank.

10.

Letter from the bank showing signatory/ies to the bidding firm’s account.

11.

Certified Current (dated within 12 Months before date of opening) CR12 Certificate from the Registrar of Companies.

12.

Certified copy/ies of National Identity cards/Passports for company director/s.

13.

Written Power of Attorney authorizing the signatory of the bid to commit the bidder witnessed by a commissioner of oaths.

14.

Current sworn -in Affidavit to proof all litigation history for the last 3 months.

15.

Brief work methodology relevant to the specific works.

16.

Pre- Tender site Visit Certificate MUST be duly endorsed by the Authorized KeRRA Staff.

17.

Bidders for citizen/open tenders MUST be registered contractors in Garissa region.

18.

Beneficial ownership disclosure.

    

 

                                               OTHER REQUIREMENTS:

(a)

Two major items of construction equipment owned or leased by the bidder, attach certified copies of log books or active lease agreements.

(b)

General construction and specific work experience-Notification of awards and completion certificates should be attached. Due diligence will be done to authenticate the documents.

(c)

Professional and technical personnel-Provide CVs and academic certificates.

(d).

Turnover and liquid assets supported by audited accounts for the previous three years.

(e).

Prices quoted MUST remain valid for a period of One hundred and eighty (180) days from the date of bid opening.

(f).

Properly and dully filled, signed and stamped Bill of Quantities (BOQ), errors in the pricing of bill of quantities will not be corrected.

 

                          ADDITIONAL REQUIREMENT FOR SPECIAL GROUP BIDDERS:

(g).

Provide Registration Certificate with the relevant government body on Access to Government Procurement

Opportunities-AGPO in either of the following Categories-Youth/Women or Persons Living with Disability-PWD. Note: Verification to be done online from AGPO-website.

Tender documents detailing additional information, specifications and scope of works should be obtained free of charge by interested bidders from the Authority’s website: www.kerra.go.ke. from Monday, 7th August 2023 and bidders are advised to continually check regional office notice board and website for any tender addenda or clarifications that may arise before submission date.

N/B: A tenderer can ONLY bid for one tender in this tender notice.

Bidders must ensure that their completed tender documents are enclosed in plain sealed envelope marked with Tender Number, Road Name and Constituency to be deposited in the relevant Tender Box situated at Kenya Rural Roads Authority Garissa Regional Office-Garissa Town or addressed to:

Regional Director,

Kenya Rural Roads Authority,

P.o Box 1391-70100,

GARISSA.

Email: This email address is being protected from spambots. You need JavaScript enabled to view it.

 

 

 

 

 

 

 

 

 

 

 

 

 

 

Canvassing and/or any form of corrupt malpractice intended to influence the outcome of the whole or part of the process will lead to disqualification irrespective of the procurement stage.

Any bid that doesn’t fulfill all conditions/requirements described above alongside the Technical, Financial and other requirements contained in the tender documents shall not be subjected to any further evaluation and will automatically be disqualified.

Bids to be received on or before the date/s and time provided and opening will take place immediately thereafter, tenders submitted after the closing date and time shall be disqualified and returned to bidder un-opened.

 

Information relating to the examination, evaluation of applications and recommendations for the successful bidder shall not be disclosed to applicants or any other persons not officially concerned with such process until approval to the successful applicant has been announced.

Patrick K. Ringera.

REGIONAL DIRECTOR,

GARISSA REGION:

GARISSA REGION 22% SAVINGS OCTOBER

INVITATION TO TENDER FOR ROUTINE MAINTENANCE OF ROAD WORKS UNDER RMLF (SAVING 22%) BUDGET ALLOCATION-2018/19

                                                                                                                22nd OCT, 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 hereby invites tenders on behalf of the Ministry of Roads from contractors who have been pre-qualified as contractors - in the respective constituencies under various work categories. The works will be funded through RMLF (22%) allocation as mentioned herein below.

Download Tender Notice here

 DETAILS OF TENDERS

  1. Township Constituency

Tender No

Road Code

Road Name

Nature of Work

Budget Provision

Closing/Opening

Remarks

Download

KeRRA/Gsa/011/39/047/2018/19

C251

Warable-Bula Game Road

Routine Maintence

3,906,856

07/11/2019

Reserve

Tender Document
  1. Balambala Constituency

Tender No

Road Code

Road Name

Nature of Work

Budget Provision

Closing/Opening Date

Remarks

Download         

KeRRA/Gsa/011/39/048/2018/19

C251

Saka-Sankuri  section

Routine Maintence

3,773,851

07/11/2019

open

Tender Document
  1. Lagdera Constituency

Tender No

Road Code

Road Name

Nature of Work

Budget Provision

Closing opening Date

Remarks

Download

KeRRA/Gsa/011/39/049/2018/19

 

U-CL2

Eldere-Malmin

Routine Maintence

1,943,092

07/11/2019

Reserve

Tender Document
  1. Dadaab Constituency

Tender No

Road Code

Road Name

Nature of Work

Budget Provision

Closing opening Date

Remarks

Download

KeRRA/Gsa/011/39/050/2018/19

C292

Jn A3-CB Wajir

Routine Maintence

3,125,132

07/01/2019

Open

Tender Document
  1. Fafi Constituency

Tender No

Road Code

Road Name

Nature of Work

Budget Provision

Closing/Opening Date

Remarks

Download

KeRRA/Gsa/011/39/051/2018/19

C251

Warable-Nanigh Road

Routine Maintence

3,627,795

07/11/2019

Reserve

Tender Document
  1. Ijara Constituency

Tender No

Road Code

Road Name          

Nature of Work

Budget Provision

Closing/Opening Date

Remarks

Download

KeRRA/Gsa/011/39/052/2018/19

C256

Mbonji-Ruqa Road

Maintence Routine

1,953,428

07/11/2019

open

Tender Document

 

 

MANDATORY REQUIREMENT.

The eligible bidders shall meet all the following requirements:-

  • Certified copy of certificate of incorporation
  • Certified copy of valid tax compliance certificate
  • Certified copies of pin & vat certificate
  • Certified copy of Nca registration certificate
  • Must fill and sign accurately the form of tender.
  • Must fill confidential business questionnaire and sign appendix to form of tender appropriately.
  • Must correctly price the bill of quantity.
  • Must Commit himself/herself to anti-corruption pledge.
  • Must submit the original and a copy of the bill of quantities.

ADDITIONAL TECHNICAL REQUIREMENT – Proof of-

  • Previous/past experience of similar work done ( attach  evidence)
  • Historical non –performance
  • Litigation history
  • Good financial status and credit line facilities

The bid document can be obtained from the procurement office based at Garissa regional headquarter during normal business hours upon payment of a nonrefundable fee of Ksh. 1,000/= (One Thousand Shillings only) per contract, in form of bankers  cheque,  payable to the Kenya Rural Roads Authority.

Should tenderers be in doubt about the meaning or clarification of any item, figures for any reason, whatsoever, he/she must inform the Procurement office, so that the appropriate action may be decided before the deadline for the submission of the bid documents.

The bid must submit the tender in enclosed plain sealed envelope clearly marked Original copy and one copy.

The bidders shall seal the original and copy of the bid in a separate envelope well marked, then seal them in outer separate envelope with the contract number properly indicated and addressed to the Regional Manager, Garissa Region, P.O Box 1391-70100, Garissa and deposited in the tender box  placed  along our office- corridor at  Garissa  office , so as to be received on  or before the closing date  on  7TH  November   2019  at 11.00am  as indicated above  respectively

 The opening of the bid documents will take place soonest after closing time and this process will be open to all bidders or agents who choose to attend, to witness the opening session.

The Authority reserves the right to accept or reject any bid either the lowest or in part or whole bid and for whatsoever will not be bound to give reasons for its rejection or decision.

 

 

 Abdi  Y. Ali.

 SSCMO

(For: Regional Manager/Garissa Region )

GARISSA REGION FY22/23 TENDERS

TENDER NOTICE:

10% CONSTITUENCY ROADS FUND (CRF) FOR THE FINANCIAL YEAR 2022-2023:

27TH JANUARY 2023.

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 network in Kenya.

The Authority hereby invites bids from registered contractors for Maintenance of the following roads in Garissa Region for the Financial Year 2022-2023 to be funded under 10% Constituency Roads Fund (CRF) as Indicated Below:

 

TOWNSHIP CONSTITUENCY:

S/No

TENDER NO:

ROAD NAME & CODE:

ELIGIBILITY

NCA CATEGORY

CLOSING DATE &

TIME:

1.

KeRRA/08/

GSA/39/044/

2022-23.

 

Bulla Iftin-Warable(C-251) Road

OPEN

6 or 7 or 8.

10/02/2023.

10.00 AM

                                                                                      BALAMBALA CONSTITUENCY

2.

KeRRA/08/

GSA/39/046/

2022-23.

 

Balambala-Saka (C-251) Road             

OPEN

6 or 7 or 8.

10/02/2023.

10.00 AM

    

                                                                                       LAGDERA CONSTITUENCY

3.

KeRRA/08/

GSA/39/048/

2022-23.

 

Garbatulla-Benane(C-294) Road

YOUTH

6 or 7 or 8.

10/02/2023.

10.00 AM

 

                                                                                          DADAAB CONSTITUENCY

4.

KeRRA/08/

GSA/39/050/

2022-23.

 

JN A3-CB Wajir(C-292) Road

OPEN

6 or 7 or 8.

10/02/2023.

10.00 AM

                                                                                          FAFI CONSTITUENCY

5.

KeRRA/08/

GSA/39/052/

2022-23.

 

Nanighi -Bura(C-251) Road

PWD

6 or 7 or 8.

10/02/2023.

10.00 AM

                                                                          

                                                                                          IJARA CONSTITUENCY

6.

KeRRA/08/

GSA/39/054/

2022-23.

 

Dubadubeisa-Ruqa (C-256) Road

OPEN

6 or 7 or 8.

10/02/2023.

10.00 AM

 

  S/No.

 

                                                MANDATORY REQUIREMENTS:

  1.

Form of tender MUST be done on the tenderer’s letterhead clearly showing the Tenderer's complete name and business address.

  2.

Certified Certificate copy of Incorporation.

  3.

Certified Copies of KRA-PIN and VAT Registration Certificates.

  4.

Copy of Valid Tax Compliance Certificate-To be verified on KRA-TCC Checker.

  5.

Valid National Construction Authority (NCA) Certificates and annual contractors practicing license in the category of (6) or (7) or (8).

 6.

All pages of the bid document MUST be serialized (this should be sequentially in the format of 1,2,3,4,5……) from the first page to the last page.

 7.

Certified valid single business permit issued within the last one year-12 months.

 8.

Proof of bank account and bank statement in the name of the bidding firm for the last Three months.

 9.

Authority to seek reference from the contractor’s bank.

10.

Letter from the bank showing signatory/ies to the bidding firm’s account.

11.

Certified Current (dated within 12 Months before date of opening) CR12 Certificate from the Registrar of Companies.

12.

Certified copy/ies of National Identity cards/Passports for company director/s.

13.

Written Power of Attorney authorizing the signatory of the bid to commit the bidder witnessed by a commissioner of oaths.

14.

Current sworn -in Affidavit to proof all litigation history for the last 3 months.

15.

Brief work methodology relevant to the specific works.

16.

Pre- Tender site Visit Certificate MUST be duly endorsed by the Authorized KeRRA Staff.

17.

Bidders for citizen/open tenders MUST be registered contractors in Garissa region.

    

 

                                               OTHER REQUIREMENTS:

(a)

Two major items of construction equipment owned or leased by the bidder, attach certified copies of log books or active lease agreements.

(b)

General construction and specific work experience-Notification of awards and completion certificates should be attached. Due diligence will be done to authenticate the documents.

(c)

Professional and technical personnel-Provide CVs and academic certificates.

(d).

Turnover and liquid assets supported by audited accounts for the previous three years.

(e).

Prices quoted MUST remain valid for a period of One hundred and eighty (180) days from the date of bid opening.

(f).

Properly and dully filled, signed and stamped Bill of Quantities (BOQ), errors in the pricing of bill of quantities will not be corrected.

 

                          ADDITIONAL REQUIREMENT FOR SPECIAL GROUP BIDDERS:

(g).

Provide Registration Certificate with the relevant government body on Access to Government Procurement

Opportunities-AGPO in either of the following Categories-Youth/Women or Persons Living with Disability-PWD. Note: Verification to be done online from AGPO-website.

Tender documents detailing additional information, specifications and scope of works should be obtained free of charge by interested bidders from the Authority’s website: www.kerra.go.ke. from Friday, 3rd February 2023 and bidders are advised to continually check regional office notice board and website for any tender addenda or clarifications that may arise before submission date.

 

N/B: A Tenderer (either individually or as a JV member) shall not participate in more than one Tender in this notice.

Bidders must ensure that their completed tender documents are enclosed in plain sealed envelope marked with Tender Number, Road Name and Constituency to be deposited in the relevant Tender Box situated at Kenya Rural Roads Authority Garissa Regional Office-Garissa Town or addressed to:

Regional Director,

Kenya Rural Roads Authority,

  1. o Box 1391-70100,

GARISSA.

Email: This email address is being protected from spambots. You need JavaScript enabled to view it.

 

Canvassing and/or any form of corrupt malpractice intended to influence the outcome of the whole or part of the process will lead to disqualification irrespective of the procurement stage.

Any bid that doesn’t fulfill all conditions/requirements described above alongside the Technical, Financial and other requirements contained in the tender documents shall not be subjected to any further evaluation and will automatically be disqualified.

Bids to be received on or before the date/s and time provided and opening will take place immediately thereafter, tenders submitted after the closing date and time shall be disqualified and returned to bidder un-opened.

 

Information relating to the examination, evaluation of applications and recommendations for the successful bidder shall not be disclosed to applicants or any other persons not officially concerned with such process until approval to the successful applicant has been announced.

Patrick K. Ringera.

REGIONAL DIRECTOR,

GARISSA REGION:

GARISSA Region GOK TENDERS

                                                                 TENDER NOTICE:

                             GOK DEVELOPMENT FUND (FINANCIAL YEAR 2021-2022):                                                         

                                                           

                                                             1ST NOVEMBER 2021.                                                                                                                              

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 network in Kenya.

The Authority hereby invites bids from Registered contractors for Maintenance of the following road in Garissa Region for the Financial Year 2021-2022 to be funded under GOK DEVELOPMENT FUND as indicated below:

Download tender notice here

 

                                                       TOWNSHIP CONSTITUENCY:

                     

S/No

TENDER NO:

ROAD NAME & CODE:

ELIGIBILITY

BUDGET

(Kshs.)

NCA CATEGORY

CLOSING DATE &

      TIME:

 

2.

KeRRA/011/GSA/39/044/

2021-22.

GARISSA -RAYA

(C-251)  ROAD

OPEN

 

10,000,000.00

 

7 & ABOVE

16/11/2021.

10.00 AM

 

3.

KeRRA/011/GSA/39/045/

2021-22.

BULLA COLLEGE -GUMAREY

(UK07_29)  ROAD

WOMEN

 

10,000,000.00

 

7 & ABOVE

16/11/2021.

10.00 AM

 

Interested firms may download complete tender documents with detailed specifications from KeRRA Website: www.kerra.go.ke.

S/No

                            CONDITION/REQUIREMENT DESCRIPTION.

 

Properly and dully filled signed and stamped Form of Bid and Appendix to Form of Bid by the authorized person through the power of attorney with a bid validity One Hundred and Forty (140) Days, from the specified date of bid opening. On the tenderer’s letterhead clearly showing the Tenderer's complete name and business address.

The Form of Tender shall include the following Forms duly completed and signed by the Tenderer.

a)      Tenderer's Eligibility-Confidential Business Questionnaire.

b)      Certificate of Independent Tender Determination.

c)      Self-Declaration of the Tenderer.

2)       

Certificate of Incorporation/Compliance by Registrar of Companies.

3)       

Certified Current (dated within 12 Months before date of opening) Certified CR12 Certificate from the Registrar of Companies. This should be provided with Identification Documents of Directors and all individuals listed on the CR12. (ID or Passport). For Corporate Directors, CR12 or its equivalent for the corporate directors, Identification Documents for the corporate Director and its directors MUST be provided.

4)       

Valid certified Current Single Business permit.

5)       

Valid Tax Compliance Certificate.

6)       

Current Certificate of Registration with National Construction Authority in the Category (6) or (7) or (8) together with a valid NCA practicing license.

7)       

Submit a written power of attorney authorizing the signatory of the bid to commit the Bidder Witnessed by a Commissioner of Oaths.

8)       

Provide Proof of All pending litigation shall in total not represent more than thirty percent (30%)] of the Applicant's net worth and shall be treated as resolved against the Applicant. (Provide a sworn -In affidavit).

9)       

PPRA Eligibility (Not having been declared ineligible by the PPRA).

10)    

History of Non-Performing Contracts (Non-performance of a contract did not occur as a result of contractor default since 1st January [.2018....].

11)    

Suspension Based on Execution of Tender/Proposal Securing Declaration by the Procuring Entity (Not   under   suspension   based   on-execution   of   a   Tender / Proposal Securing Declaration).

12)    

Pending Litigation (Tender's financial position and prospective long-term profitability still sound according to criteria established in 3.1 and assuming that all pending litigation will NOT be resolved against the Tenderer)

13)    

Litigation History (No consistent history of court / arbitral award decisions against the Tenderer since 1st January [2018….]

14)    

Properly filled, signed and stamped (With Company Seal/ Rubber Stamp) schedules of supplementary information.

a)             

Properly and dully filled Self-declaration that the tenderer will not engage in any corrupt or fraudulent practice.

b)             

Properly and dully filled declaration and commitment to the code of ethics.

c)             

Properly and dully filled Priced Bills of Quantities.

15)    

Chronologically Serialize all the pages (this should be sequential in the format of 1, 2, 3, 4, 5 …….) from the first page to the last page.

16)    

Prequalification for Citizen/Open tenders.

 

ADDITIONAL FOR SPECIAL GROUP BIDDERS ONLY:

17)    

Provide Registration Certificate with the relevant government body on Access to Government Procurement Opportunities-AGPO in either of the following Categories-

Youth/Women Or Persons Living With Disability-PWD.

Any bid that doesn’t meet the condition/requirement descriptions shall not be subjected to any further evaluation; these requirements alongside the Technical and Financial requirements are contained in the tender documents.

Following the declared COVID-19 Pandemic and Government directives, bidders are advised to make their own arrangements to visit the site before quoting, confirm their attendance and acknowledge the roads they have tendered.

 

Bidders must ensure that their completed tender documents are enclosed in plain sealed envelope marked with Tender Number, Road Name and Constituency to be deposited in the relevant Tender Box situated at Kenya Rural Roads Authority Garissa Regional Office-Garissa Town or addressed to:

The Regional Director,

Kenya Rural Roads Authority

P.O. Box 1391-70100,

GARISSA.

Email: This email address is being protected from spambots. You need JavaScript enabled to view it.

 

The Authority will strictly adhere to Government guidelines on management of COVID-19 on banning public gathering- bidders who choose to attend bid opening function are required to send ONLY one representative.

Canvassing and/or any form of corrupt malpractice intended to influence the outcome of the whole or part of the process will lead to automatic disqualification irrespective of the procurement stage.

Tenders that shall not fulfill all the above conditions will automatically be disqualified.

Tenders submitted after the closing date and time shall be disqualified and returned to bidder un-opened.

Bids to be received on or before the date/s provided and opening will take place immediately thereafter.

The Authority reserves the right to reject any tender without giving reason for rejection and does not bind itself to accept the lowest or any tender.

 

Information relating to the examination, evaluation of applications and recommendations for the successful bidder shall not be disclosed to applicants or any other persons not officially concerned with such process until approval to the successful applicant has been announced.

All interested bidders are required to continually check Kenya Rural Roads Authority website: //This email address is being protected from spambots. You need JavaScript enabled to view it.">This email address is being protected from spambots. You need JavaScript enabled to view it. for any tender addendum or clarifications that may arise before submission date.

Mohamed Bare.

Ag. SENIOR SUPPLY CHAIN MANAGEMENT OFFICER,

FOR: REGIONAL DIRECTOR.

 

 

                                                      Connecting Devolved Kenya.

GARISSA REGION TENDER NOTICE 2023/24 FY

KENYA RURAL ROADS AUTHORITY

                                                                                                 TENDER NOTICE

                                                                       23RD JULY 2024                                                                                                                            

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 network in Kenya.

 

The Authority hereby invites bids from registered (restricted tender) contractors in Garissa Region and open to Special category-(AGPO) bidders for Spot Improvement & Routine Maintenance works for Financial Year-2023/2024 as indicated below:

Download tender notice advert here

 

   S/No

TENDER NO:

ROAD NAME & CODE:

ELIGIBILITY

NCA CATEGORY

CLOSING

DATE & TIME:

01.

KeRRA/08/

GSA/39/066/

2023-24.

Sabuli-CB Wajir(C-293) Road.

AGPO-YOUTH

6 or 7 or 8.

05/08/2024.

10.00 AM

02.

KeRRA/08/

GSA/39/067/

2023-24.

Kumahumato-Borehole

(G5022) Road.

AGPO-WOMEN

6 or 7 or 8.

05/08/2024.

10.00 AM

03.

KeRRA/08/

GSA/39/071/

2023-24.

Hamey-Hamajo-Makha (UK 07-39) Road.

OPEN

6 or 7 or 8.

05/08/2024.

10.00 AM

04.

KeRRA/08/

GSA/39/072/

2023-24.

Weldoni-Khokar

(G5032) Road.

OPEN

6 or 7 or 8.

05/08/2024.

10.00 AM

     05.

KeRRA/08/

GSA/39/069/

2023-24.

JN C-294 Libahlow-Dogob

(UK 07-30) Road.

OPEN

6 or 7 or 8.

05/08/2024.

10.00 AM

      06.

KeRRA/08/

GSA/39/070/

2023-24.

Muday-Jumfath

(UCL-22) Road.

OPEN

6 or 7 or 8.

05/08/2024.

10.00 AM

      07.

KeRRA/08/

GSA/39/068/

2023-24.

Gubiis-Dekanja

(UCL-17) Road.

AGPO-PWD

6 or 7 or 8.

05/08/2024.

10.00 AM

08.

KeRRA/08/

GSA/39/074/

2023-24.

Balambala-Saka-(C-251) Road.

OPEN

6 or 7 or 8.

05/08/2024.

10.00 AM

09.

KeRRA/08/

GSA/39/076/

2023-24.

Dertu-Alikune-Borehole

(F5002) Road.

OPEN

6 or 7 or 8.

05/08/2024.

10.00 AM

10.

KeRRA/08/

GSA/39/077/

2023-24.

Bura-Mansabubu-Garasweino (D1066) Road.

OPEN

6 or 7 or 8.

05/08/2024.

10.00 AM

11.

KeRRA/08/

GSA/39/073/

2023-24.

Korakora-JN 568

(G5051) Road.

OPEN

6 or 7 or 8.

05/08/2024.

10.00 AM

12.

KeRRA/08/

GSA/39/078/

2023-24.

JN C-255(Kotile)- Abalatiro

(UK 07-44) Road.

AGPO-YOUTH

6 or 7 or 8.

05/08/2024.

10.00 AM

     13.

KeRRA/08/

GSA/39/075/

2023-24.

Garbatulla-Benane

(C-294) Road.

OPEN

6 or 7 or 8.

05/08/2024.

10.00 AM

     14.

KeRRA/08/

GSA/39/080/

2023-24.

Balambala-Ohio

(C-251) Road.

AGPO-WOMEN

6 or 7 or 8.

05/08/2024.

10.00 AM

15.

KeRRA/08/

GSA/39/082/

2023-24.

Dadaab town-JN Alikune(F-5002) Road.

AGPO-PWD

6 or 7 or 8.

05/08/2024.

10.00 AM

      16.

KeRRA/08/

GSA/39/083/

2023-24.

Nanighi-Nguyo

(C-251) Road.

AGPO-YOUTH

6 or 7 or 8.

05/08/2024.

10.00 AM

  17.

KeRRA/08/

GSA/39/079/

2023-24.

Bulla Iftin-Warable (C-251) Road.

AGPO-WOMEN

6 or 7 or 8.

05/08/2024.

10.00 AM

  18.

KeRRA/08/

GSA/39/084/

2023-24.

Masalani-Haji Mohamed-Jalich

(G5074) Road.

AGPO-PWD

6 or 7 or 8.

05/08/2024.

10.00 AM

19.

KeRRA/08/

GSA/39/081/

2023-24.

Hagarjarer-Benane(C-294) Road.

OPEN

6 or 7 or 8.

05/08/2024.

10.00 AM

 

 

 

                                      CONDITIONS/REQUIREMENTS:

        a

To enhance equity bidders will ONLY be awarded a maximum of Two (2) Tenders either as a director or a company under this tender notice.

        b

Interested bidders are requested to familiarize themselves with the site before tendering and all bidder’s representatives MUST have an introduction letter from the company.

        c

Pre tender site visit certificate MUST be signed by an authorized officer within the first ten (10) days of this tender notice).

        d

Interested bidder MUST provide an Original and a copy of the bid document.

        e

All attachments MUST be certified by a commissioner for Oath.

        f

Cost estimate of the proposed works has been provided in the tender document.

Tender document detailing requirement shall be obtained from the KeRRA website and interested bidders may download complete tender document free of charge from the Authority’s website: www.kerra.go.ke/tenders. from Friday, 26th July, 2024 and bidders should continually check the  website and the regional office notice board for any tender addendum or clarifications that may arise before submission date.

Complete tender documents dully serialized in wax plain sealed envelope marked with Tender Reference number, Road name & Code to be sent to the address below or deposited in the Tender Box located at Kenya Rural Roads Authority Garissa Regional Office-Garissa Town:

Regional Director,

Kenya Rural Roads Authority,

P.O Box 1391-70100,

GARISSA.

Email: This email address is being protected from spambots. You need JavaScript enabled to view it.

Telephone: +254 115500786/02022403007.

 

Bids to be received on or before the date/and time provided and opening shall take place immediately thereafter in the presence of bidder’s representative who may wish to attend, however bidders may request for any information from the office during the working hours.

N/B: Tenders submitted after the closing date and time will be disqualified and returned to the bidder un-opened.

Patrick K. Ringera.

REGIONAL DIRECTOR,

GARISSA REGION:

GILGIL CONSTITUENCY, NAKURU REGION - 22% RMLF - FY 2020/21- TENDERS

KENYA RURAL ROADS AUTHORITY

NAKURU REGION

TENDER NOTICE

ADDENDUM NO.1

DOWNLOAD TENDER NOTICE HERE!

Date: 28th October 2020

GILGIL CONSTITUENCY FY 2020-2021  22%  FUNDS ROUTINE MAINTENANCE OF ROADS.

The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility for the management, development, rehabilitation and maintenance of roads under Class D, E & Others

Kenya Rural Roads Authority (Nakuru Region) invites bids from Pre-Qualified Contractors for the above project to be funded through Fuel Maintenance Levy Fund (RMLF)  in Nakuru Region  for projects indicated below;

 

Road Code

Section Name

Pakage Number

Estimated Cost With VAT

Group

Prequalification Category

DOWNLOAD

1

C489

Gitare - Gilgil

080/20/21

        3,743,889.74

Women

  DOCUMENT

2

C492

Langa Langa - Leleshua

081/20/21

        4,017,273.01

Open

C,D,E

DOCUMENT

3

C707

Junction A8 Marula – Kasarani (Bila Shaka Flowers)

082/20/21

        2,773,192.56

Youth

  DOCUMENT

4

C713

Elementaita - Jaika

083/20/21

        5,499,520.16

Open

C,D,E

DOCUMENT

5

C713

Kikopey - Elementaita

084/20/21

        2,022,120.65

PWD

  DOCUMENT

6

C717

Eburu - Ngema - Gilgil

085/20/21

        4,542,053.55

Open

C,D,E

DOCUMENT

QUALIFICATION FOR TENDERING

Tenderers shall include the following information and documents with their tenders, unless otherwise stated:

  • Pre-Tender Site visit is MANDATORY
  • Tender Security
  • Power of Attorney
  • Serialisation of all the pages in the bid
  • Certified CR12 & ID Copies
  • Properly and dully filled form of tender and tender questionnaire
  • Must be registered as a contractor in a specific work category.
  • Registration with National Construction Authority (NCA 1 to NCA 8) & Valid Licence at the date of tender submission
  • Special groups must be registered with Ministry of Finance (Treasury) under the access to the Government Procurement Opportunities (AGPO) from National Government
  • Certified Certificate of Incorporation
  • Certified PIN/VAT Registration Certificate
  • Certified Valid current Tax compliance certificate
  • Experience in works of a similar nature and size for the last one year, and clients who may be contacted for further information on these contracts;
  • Major items of construction equipment owned or Hired
  • Qualifications and experience of key site management and technical personnel proposed for the Contract;
  • Bank statements for the last two
  • Current litigation information – Sworn Affidavit
  • Business Permit/Trade Licence
  • Provide Balanced Priced Bills of Quantities

 

ELIGIBILITY:

(i) Those with any Pending works within the Region needs   not to apply

(ii) A company can only be awarded a maximum of one contract in the constituency

Tender documents may be downloaded free of charge from our website www.kerra.go.ke Kenya Rural Roads Authority from 28TH October 2020.

A mandatory Pretender site visit for all roads is open and on scheduled on the 3rd November 2020 from 9.00a.m. All to assemble at Gilgil CDF Office.

A Completed tender documents in plain sealed envelopes indicating tender No. and bearing no indication of the tenderer should be addressed to :-

THE DEPUTY DIRECTOR ROADS

KENYA RURAL ROADS AUTHORITY

P.O.BOX 17791-20100

NAKURU

 

be deposited at the Tender Box situated at KeRRA Regional Office, Nakuru on or before

 13th November 2020 at 10.00 a.m. at the KeRRA offices.

Due to Ministry of Health Regulations bidders will NOT be allowed to attend the tender opening.

           

Senior Supply Chain Officer

For: DEPUTY DIRECTOR ROADS-NAKURU

GOK & AIA Funds for FY 2021-2022 KISUMU REGION

KENYA RURAL ROADS AUTHORITY

           Tel: 020-200157                                                                                                                                                                                                                Regional Director

                                                                                                                                                                                                                                  Mamboleo Regional Office

           Email: This email address is being protected from spambots. You need JavaScript enabled to view it.                                                                                                                                                                           P.O. Box 1448-40100

           Website: www.kerra.go.ke                                                                                                                                        Kisumu, KENYA

                                                

 

                                                                                                                                                       14th September, 2022                

TENDER NOTICE

INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS 

DOWNLOAD ADVERT HERE 

The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.

Bids are invited from contractors who are pre-qualified for YR 2021-2023 in the respective Constituencies in KeRRA Kisumu Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under GOK & AIA Funds for FY 2021-2022.

 

 

     S/No.

ROAD NAME AND CONTRACT NO

Work

Category

Pre-tender site visit date

Contract Type

 

1.

C852: LIE LANGO – OMBEYI ROAD

KERRA/008/39/KSM/AIA/MUHORONI/2-48-21|22-111

N/A

Thursday, 22nd, September 2022

General

download

3.

G62365: RAPOGI - KINDU A ROAD

KERRA/008/39/KSM/AIA/SEME/2-48-21|22-113

C

Wednesday, 21st, September 2022

Persons with Disability

download

4.

G62425: ORENGO - OKIRO – AGWAYA ROAD

KERRA/008/39/KSM/AIA/SEME/2-48-21|22-114

N/A

Wednesday, 21st, September 2022

General

download

5.

E6124: AKADO-KOLENYO ROAD

KERRA/008/39/KSM/GOK /SEME/2-48-21|22-104

C

Wednesday, 21st, September 2022

General

download

6.

G62429: KOMBEWA- ASOL ROAD

KERRA/008/39/KSM/AIA/SEME/2-48-21|22-115

N/A

Wednesday, 21st, September 2022

Women

download

7.

P22: ALANGO- DISCIPLES OF MERCY-SHEKINA(P166)-ALANGO KAJULU

KERRA/008/39/KSM/GOK/KSM EAST/2-48-21|22-120

C

Thursday, 22nd, September 2022

General

download

8.

P328_KISUMU: NAIROBI H/WAY(GULF PETROL STATION)- BWANDA PRI. SCH-  C KOLWA

KERRA/008/39/KSM/GOK/KSM EAST/2-48-21|22-121

C

Thursday, 22nd, September 2022

General

download

9.

P166: UKWELI JNCT- ST. MONICA MISSION HOSPITAL ROAD

KERRA/008/39/KSM/AIA/KSM EAST/2-48-21|22-116

C

Thursday, 22nd, September 2022

General

download

10.

P121_KISUMU:RIAT - KANYAMEDHA ROAD

KERRA/008/39/KSM/GOK/KSM WEST/2-48-21|22-103

C

Wednesday, 21st, September 2022

Youth

download

15.

G62523: SIANDA MAEMBE- KODERO ROAD

KERRA/008/39/KSM/AIA/KSM WEST/2-48-21|22-119

N/A

Wednesday, 21st, September 2022

Women

download

 

INSTRUCTIONS TO TENDERES

 

  1. Bidders are advised to give the correct email addresses to ease communication regarding the tendering process.
  1. Bidders who are prequalified in respective work category and Constituencies may tender.
  1. The scope of works for various contracts are as stipulated in Tender Documents and in the pre-qualification work categories that have been outlined above.
  1. Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria are outlined in the Bid document.
  1. Bidders participating under Youth, Women or Persons with Disability Must attach certified copies of their registration certificates issued by National Treasury.
  1. Bidders are required to attach all Company MANDATORY requirements:
  2. Other qualification requirements are as outlined in the Tender Document.
  1. Bidders are requested to continually check the KeRRA website kerra.go.ke for any tender addenda or clarifications that may arise before submission date.
  1. All the Bidders are expected to converge at the KeRRA KISUMU Regional Office, Mamboleo for the Pre-tender site visit briefings on the material day as scheduled.

Interested eligible bidders will download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke from Friday 16th September, 2022.

Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:

                                      

Regional Director - Roads,

Kenya Rural Roads Authority,

P.O. Box 1448-40100

KISUMU

 All filled and sealed tenders MUST be submitted not later than 10.00 am on or before Wednesday 28th September, 2022. and deposited in the Tender Boxes of the respective constituencies located at the Kisumu Regional Office in Kisumu County, Mamboleo Office.

Due to Covid-19 Pandemic and MOH guidelines on social distancing, opening of the tenders will take place immediately thereafter at Kisumu Regional Office in the presence of a few selected bidders on first come first served basis.

  

NB: Canvassing by tenderers will lead to automatic disqualification.

 

Eng. K. A. Ochieng

Regional Director

KISUMU REGION

GOK ALLOCATION FY 2020-2021 BUNGOMA REGION

download advert here                                                                                                                                                    

           

WI/27   

                                                             

                               KENYA RURAL ROADS AUTHORITY

                                 UPPER WESTERN REGION

               

                                                                                                               INVITATION TO TENDER                                                                                  

      2 November,2020 

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 tenders from contractors prequalified in Upper Western Region (Bungoma Office) – Financial Year 2020-2021 for routine maintenance and Spot improvement works, funded vide GOK allocation on the road indicated below:

 

 

S/N

 

ROAD NAME & NO.

 

TENDER NO.

 

CONSTITUENCY

 

BUDGETARY ESTIMATE

 

RESERVATIONS

PRETENDER SITE VISIT DATE

OPENING DATE

 

1.       

JN C811 KHAOYA - RANJE - C41 KITINDA – NAMWACHA - WACHEKA

KeRRA/011/39/BGM/KDY/GOK/20/21 -001

 

 

 

KANDUYI

 

 

             

4,997,000.00

ALL

Due to the Covid 19 Pandemic, Bidders to make own arrangements to familiarize with the site for appropriate bidding.

17/11/2020 at 10.00am

download


   QUALIFICATION FOR TENDERING

 

Mandatory Requirements

   Eligible bidders MUST meet and submit the following with the bid:

  1. Certified copy of Certificate of Incorporation
  2. Certified copy of valid practicing license as a contractor (Roads & Civil Works NCA 6, 7 or 8) Only.
  3. Certified copy of VAT & PIN registration certificate
  4. Copy of Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
  5. Certified copy of CR 12 (Issued within the last 12 months from the tender opening date)
  6. Certified copies of National Identity Cards/Passports of Directors.
  7. Certified copy of Valid Single Business Permit
  8. Certified copies of Log books for ownership of Machines and Equipment. Those hiring Must provide certified copies of Lease Agreements and certified copies of Log books, valid not more than three months from the date of tender opening.
  9. Current Sworn Affidavit not more than 3 months from the tender opening date
  10. Proof of having opened a bank account in the contractor’s name
  11. Form of tender correctly filled, signed & stamped
  12. Confidential Business Questionnaire correctly filled, signed & stamped
  13. Bidders Must serialize sequentially all pages of their tender documents submitted.

 

 

 

 

NOTE:

  1. All certification of documents shall be original and executed by Commissioner for Oaths or Notaries Public.
  2. Certificates/ Licenses may be verified from or with the Issuing Authorities or Agencies

Other Requirements

As specified in the respective tender document covering the following:

  1. Similar previous experience where applicable
  2. Professional and Technical personnel
  3. Current work load
  4. Litigation History (Provide sworn Affidavit) – executed within 3 months of the tender opening date
  5. Eligibility:
  6. Pre-tender site visit shall be as indicated in the table above
  7. Any form of Canvassing will lead to disqualification

 

Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 04/11/2020. Duly completed tender documents in plain sealed envelopes marked with the respective tender number, project name should be addressed to:

                                          

                                          The Regional Deputy Director,

                                          KeRRA Upper Western Region

                                          P.O Box 1473-50200

                                          BUNGOMA

The same should be deposited in the tender box at the KeRRA Bungoma Office on or before the date of opening as indicated in the table above. Tenders will be opened immediately thereafter at the same venue in the presence of tenderers or their representatives who choose to attend. Late bids will not be accepted.

Eng. Jared Omondi

REGIONAL DEPUTY DIRECTOR

UPPER WESTERN REGION

GOK ALLOCATION FY 2021-2022 MIGORI REGION ADDENDUM 1

 

KENYA RURAL ROADS AUTHORITY

________Connecting Devolved Kenya__________

 

TENDER NOTICE: ADDENDUM NO.1

INVITATION TO TENDER GOK/DEVELOPMENT DATED 11th JANUARY, 2022

download addendum 1 here

The Region wishes to make changes to the invitation to tender dated 11th January, 2022 and the bid documents with regards to the contract number as follows:

  1. Road no. 34 Agenga – Lwala – Rabuor Access Road contract no. KeRRA/011/MIG/URI/GOK/39/21-22/128 has been changed to KeRRA/011/MIG/NTK/GOK/39/21-22/128 (download))

   

The sealed documents MUST be submitted to the address below or deposited in the Tender Box. The venue, time and the date remains the same as per the advert.

Bids not received at the submission venue by the closing time shall not be accepted for opening and shall be rejected and returned unopened.

 

Bidders may obtain further information from the Procurement office in Migori during normal working hours from 0900hrs to 1600hrs local time Monday to Friday.

Eng. Joash N. Michoma

REGIONAL DIRECTOR

KENYA RURAL ROADS AUTHORITY

P O BOX 164-40400

SUNA- MIGORI

Connecting Devolved Kenya

GOK DEVELOPEMENT FUNDING KISII REGION

                                                                                                                                                                     WI/24

KENYA RURAL ROADS AUTHORITY

Tel: 0790094945                                                                                    Regional Director

Fax:                                                                                                        Kisii Region

E-mail: This email address is being protected from spambots. You need JavaScript enabled to view it.                                                                  P.O. Box 1084-40200

Website: www.Kerra.go.ke                                                                    KISII

REF NO: KeRRA/15/KSI/11/ITT/VOL.3/029                                                                                  Date: 26th September, 2023

 

INVITATION TO TENDER

GOK DEVELOPEMENT FUNDING  

 

Kenya Rural Roads Authority (KeRRA) – Kisii Region invites bids from contractors in the stated Category for financial year 2022/2023 in the Region for the Procurement of below stated Roads funded by GoK Allocation Financial Year 2022-2023.

 

S/NO

 

PACKAGE

NO.

 

TENDER No.

 

TENDER NAME & CODE

 

CATEGORY

 

1

183

KeRRA/08/24/KSI/39/SM/2-46-2022/2023-183

Bosaga-Otiende-Moticho-Riagumo (G65585)

PWD

DOWNLOAD

2

192

KeRRA/08/24/KSI/39/SM/2-46-2022/2023-192

Etago - Nyatwoni – Nyangweta (G65491)

Prequalified

DOWNLOAD

3

194

KeRRA/08/24/KSI/39/BB/2-46-2022/2023-194

Etono - Matongo-Geteri (G65435)

Prequalified

DOWNLOAD

4

196

KeRRA/08/24/KSI/39/NC/2-46-2022/2023-196

Gesinga Bridge Backfill (C884)

PWD

DOWNLOAD

5

199

KeRRA/08/24/KSI/39/KCN/2-46-2022/2023-199

Itibo Boys-Gamba-Nyambororwa (G65877)

Youth

DOWNLOAD

6

202

KeRRA/08/24/KSI/39/SM/2-46-2022/2023-202

Mochengo-Gesonso-Nyakembene (G65599)

Prequalified

DOWNLOAD

7

204

KeRRA/08/24/KSI/39/SM/2-46-2022/2023-204

Monyenya-Riokeri-Riasobera (G65593)

Women

DOWNLOAD

8

205

KeRRA/08/24/KSI/39/BB/2-46-2022/2023-205

Ngare-Riobonyo (G65380)

Youth

DOWNLOAD

9

209

KeRRA/08/24/KSI/39/SM/2-46-2022/2023-209

Nyakorere-Keera-Moma (Uk-45-041)

Youth

DOWNLOAD

10

210

KeRRA/08/24/KSI/39/KCN/2-46-2022/2023-210

Nyamotaro-Kiomoncha-Nyahera (E6183)

Prequalified

DOWNLOAD

11

212

KeRRA/08/24/KSI/39/NC/2-46-2022/2023-212

Nyanturago-Omoyo (E1146)

PWD

DOWNLOAD

12

213

KeRRA/08/24/KSI/39/SM/2-46-2022/2023-213

Openda-Nyamasege A (G65511)

Youth

DOWNLOAD

13

215

KeRRA/08/24/KSI/39/SM/2-46-2022/2023-215

Orencho-Nyakembene-Kabonyo (G65606)

Prequalified

DOWNLOAD

14

219

KeRRA/08/24/KSI/39/SM/2-46-2022/2023-219

Riobai­-Sewerage-Kiorori Sda-Sae Pri.Sch. (G65612)

PWD

DOWNLOAD

15

225

KeRRA/08/24/KSI/39/SM/2-46-2022/2023-225

Riouma-Ebinyinyi-Nchoro-Nyangweta (G65593)

Women

DOWNLOAD

16

228

KeRRA/08/24/KSI/39/BC/2-46-2022/2023-228

Sani-Tunta (G65538)

PWD

DOWNLOAD

17

229

KeRRA/08/24/KSI/39/SM/2-46-2022/2023-229

Sawosawo-Kebobora-Kenyoro-Omogwa (G65587)

Prequalified

DOWNLOAD

18

230

KeRRA/08/24/KSI/39/KCN/2-46-2022/2023-230

Tambacha-Masakwe-Nyagonyi-Mbanda (G64875)

Women

DOWNLOAD

19

233

KeRRA/08/24/KSI/39/NM/2-46-2022/2023-233

Keroka-Birongo-Ibacho-Kiamokama (G65139)

Prequalified

DOWNLOAD

20

235

KeRRA/08/24/KSI/39/NM/2-46-2022/2023-235

Ekona-Emeangara(Ikorongo-Nyansankia) (G65147)

Prequalified

DOWNLOAD

QUALIFICATION FOR TENDERING

 

Mandatory requirements for tendering are;

  1. Certified copy of Certificate of Incorporation
  2. Certified copy of Registration with NCA (Categories 8 and above)
  3. Certified contractors Annual Practicing License.
  4. Certified copy of a Valid Tax Compliance Certificate
  5. Certified copy of a VAT and PIN Certificate
  6. Certified current trading license.
  7. Certified copy of recent CR12 (Issued within the last twelve months before opening date)
  8. Certified copies of National Identity Cards for the Directors listed
  9. Subsequent to presidential directive issued on the COVID-19 Pandemic there shall be no pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids
  10. Thresholds specified in the Tender Document covering the following;
  11. Similar previous experience.
  12. Equipment holding supported by relevant documentation.
  13. Audited accounts for the last three years initialized by both the Director and the Practicing auditor
  14. Proof of having a bank account for the last one year.
  15. Duly filled Confidential Business Questionnaire.
  16. Duly filled form of tender.
  17. Duly filled Bill of quantities.
  18. Well sequentially serialized pages by the bidder.

 

 

YOUTH WOMEN AND PEOPLE LIVING WITH DISABILITIES

 

  1. From the above mandatory requirements (a, b, c, d, e, f, g, and h) should be provided.
  2. Valid Certified copy of Youth Women and people living with disabilities Certificate for (YAGPO) from The National Treasury.
  3. Tenderers bidding for Persons with Disabilities Bids Must attach certified copies of IDS by NCPWD for the directors who are disabled.
  4. Thresholds specified in the tender Document covering the following.
  5. Equipment holding supported by relevant documentation.
  6. Proof of having a bank account for the last one year
  7. Duly filled Confidential Business Questionnaire.
  8. Duly Filled Form of Tender.
  9. Duly Filled Bills of Quantities.
  10. Well sequentially serialized pages by the bidder.

NOTE:

         

  1. All certifications of documents shall be original and executed by a commissioner of oaths or Notaries Public

 

  1. Bidders shall ensure that attachments provided are legible and information provided is correct and consistence to the best of their knowledge, Provision of incorrect and inconsistent information with an intention to win a tender will lead to automatic disqualification of the bid.

 

  1. All submitted Documents may be verified from the issuing agencies, KeRRA Reserves the right to verify all submitted documents

 

  1. The bidders to ensure that their rates in the bills of quantities are within the known prevailing market rates for road works pursuant to Section 70(6) (b) of PPADA, 2015 read together with Regulation 43(4) of the Public Procurement and Asset Disposal Regulations, 2020

 

  1. To enhance equity, Bidders may bid for more than one tender pursuant to this Tender Notice but can only be considered for award of one bid under this Tender Notice.

Duly filled Tender Document shall be submitted in sealed envelope (One Document per envelope) marked with Tender Number and Road Name and dropped in the right tender box for

each constituency Address to:

REGIONAL DIRECTOR

KENYA RURAL ROADS AUTHORITY

KISII REGION

P.O.BOX 1084 - 40200

KISII

And be deposited in the Tender Box on or before 4th October, 2023 at 10.00 A.M. Tenders will be opened immediately thereafter in the presence of those Tender’s representatives who choose to attend.

Eng. W. O. Nyariki

REGIONAL DIRECTOR

GoK DEVELOPMENT FUND FOR THE FINANCIAL YEAR 2017/18. KISII REGION

 

download advert here

download addendum here

 

 

 

KENYA RURAL ROADS AUTHORITY

KISII REGION

P O BOX 1084 KISII.

 

TENDER RE-ADERTISEMENT: ADDENDUM NO.1

DATE:19th September, 2019

ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF VARIOUS ROADS UNDER THE GoK DEVELOPMENT FUND FOR THE FINANCIAL YEAR 2017/18.

 

The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of Rural Roads.

KeRRA(Kisii Region) invites bids from eligible Construction Companies on behalf of Ministry of Transport, Infrastructure, Housing and Urban Development,State Department of Infrastructure to bid for Routine Maintenance and Spot Improvement Works on roads to be funded by the Government of Kenya through the GoK Development Fund .

S/No

ROAD CODE

ROAD NAME

SECTION NAME

RESERVATIONS

TENDER No.

 

1

URF5-Kisii

Gusii Highlights - Gekomu - Menyinkwa

Gusii Highlights - Gekomu - Menyinkwa

Women

KeRRA/011/KSI/39/90/2017-18

Download

2

C891

Kegati - Nyabisabo

Nyaguta - Nyabisabo

Youth

KeRRA/011/KSI/39/93/2017-18

Download

3

U_G65080

Kerongo Jnct - Riangabi Pri. School

Kerongo Jnct - Riangabi Pri. School

Prequalified

KeRRA/011/KSI/39/88/2017-18

Download

4

E1054A

Kisii University-Menyinkwa - Nyansancha

Nyakomisaro Junc - K8 & Menyinkwa - Nyansacha

Prequalified

KeRRA/011/KSI/39/91/2017-18

Download

5

U_G65081

Nyamagwa SDA - Riangabi Pri. School

Nyamagwa SDA - Riangabi Pri. School

Prequalified

KeRRA/011/KSI/39/94/2017-18

Download

6

U_G65083

Sokoro Jnct - Riangabi Pri. School

Sokoro Jnct - Riangabi Pri. School

Prequalified

KeRRA/011/KSI/39/89/2017-18

Download

 

MANDATORY Pre-bid site shall be held on 25th September, 2019 starting at 10:00am.  For the bidders that did not attend and are interested .Bidders shall assemble at the Regional Office and are advised to make their own transport arrangements for pre-tender site visits. No transport will be provided. Tenderers should ensure that a Site Visit Certificate is issued to them by the respective Constituency Roads Officer (CRO) at the end of each session.

 

Interested pre-qualified and eligible tenderers are requested to download full details of the advertisement and tender documents from the Authority’s Website www.kerra.go.ke with effect from 20th September, 2019 .Those not able to download may obtain complete tender Documents from the regional office at KeRRA Kisii as from 20th September, 2019 during normal working hours upon payment of a non-refundable fee of Ksh.1, 000 (One Thousand only) deposited directly to Kenya Commercial Bank (KCB) as indicated below;

Branch Name                        : - Moi Avenue, Nairobi

Account No.               : - 1114343196

Account Name           : -KeRRAA-1-A

Transacted by            :  R24..... (Firm name)

The Tenderer shall prepare one original copy of the Tender Documents as described in the Instructions to Tenderers.

The Completed sealed bids in separate envelopes clearly labelled for each Tender No. MUST be submitted to the address below or deposited in the tender box on or before 3rd October, 2019 at 10:00 am. Thereafter, opening of the bids will take place at the same venue starting from 10:30am.

 

 

Deputy Director (Kisii),

Kenya Rural Roads Authority,

P O Box 1084-00100,

KISII.

 

 

Deputy Director,

KISII REGION

KENYA RURAL ROADS AUTHORITY

 

GOK DEVELOPMENT FUNDING KISII REGION FY 2023/2024

KENYA RURAL ROADS AUTHORITY

Tel: 0790094945                                                                                    Regional Director

Fax:                                                                                                        Kisii Region

E-mail: This email address is being protected from spambots. You need JavaScript enabled to view it.                                                                  P.O. Box 1084-40200

Website: www.Kerra.go.ke                                                                    KISII

REF NO: KeRRA/15/KSI/11/ITT/VOL.3/028                                                                              Date: 24th October, 2023

 

INVITATION TO TENDER

GOK DEVELOPEMENT FUNDING  

 

Kenya Rural Roads Authority (KeRRA) – Kisii Region invites bids from contractors in the stated Category for financial year 2022/2023 in the Region for the Procurement of below stated Roads funded by GoK Allocation Financial Year 2022-2023.

 

 

PACKAGE

NO.

 

TENDER No.

 

TENDER NAME & CODE

 

CATEGORY

1

184

KeRRA/08/24/KSI/39/SM/2-46-2022/2023-184

Bwochwando Junc-Omogwa Primary-Divisional Headquarters (G65609)

Prequalified

2

185

KeRRA/08/24/KSI/39/KCN/2-46-2022/2023-185

Charachani-Omogumo-Bomburia (G69995)

Prequalified

3

186

KeRRA/08/24/KSI/39/SM/2-46-2022/2023-186

Eberege - Kebabe - Mogenda(Mogenda-Nyamagena Mabariri-Eberege) (G65489)

Women

4

187

KeRRA/08/24/KSI/39/KCS/2-46-2022/2023-187

 Ekayaba- Kianyabinge- Getare (P-26)

Prequalified

5

188

KeRRA/08/24/KSI/39/SM/2-46-2022/2023-188

Ekereseni - Bonyancha (G65649)

Prequalified

6

189

KeRRA/08/24/KSI/39/BB/2-46-2022/2023-189

Ekona Ya Ngare-Nyangusu-Rikura (G65344)

Prequalified

7

190

KeRRA/08/24/KSI/39/SM/2-46-2022/2023-190

Ekona-Riasuta-Forest (G65591)

Prequalified

8

191

KeRRA/08/24/KSI/39/BOB/2-46-2022/2023-191

Emenwa-Matierio-Borangi (G65404)

Youth

9

193

KeRRA/08/24/KSI/39/BOB/2-46-2022/2023-193

Etangi-Itumbe (G65476)

PWD

10

195

KeRRA/08/24/KSI/39/BOB/2-46-2022/2023-195

Etora Mkt-Itibo-Buyonge (G65546)

Prequalified

11

197

KeRRA/08/24/KSI/39/BC/2-46-2022/2023-197

Getumbe – Riamo – Mugambi (G65507)

Prequalified

12

198

KeRRA/08/24/KSI/39/KCN/2-46-2022/2023-198

Eronge-Chimo-Moyale(Irianyi-Nyabikondo) (G64943)

Prequalified

13

200

KeRRA/08/24/KSI/39/SM/2-46-2022/2023-200

Kiabigoria Sec.School-Milimani Tea (G65618)

Prequalified

14

201

KeRRA/08/24/KSI/39/BB/2-46-2022/2023-201

Magena-Emesa (G65139)

Prequalified

15

203

KeRRA/08/24/KSI/39/BOB/2-46-2022/2023-203

Mogonga-Gionserio-Kebuko (E6263)

Prequalified

16

206

KeRRA/08/24/KSI/39/SM/2-46-2022/2023-206

Ruma-Nyakoni-Getiokio (Nyabera-Nyansembe-Moticho –Ebenezer ) (C866)

Prequalified

17

207

KeRRA/08/24/KSI/39/SM/2-46-2022/2023-207

Nyabigege Market-Nyamue-Tabaka (G65645)

Women

18

208

KeRRA/08/24/KSI/39/KCN/2-46-2022/2023-208

Nyakeyo-Omogumo-Kenyoro-Bomburia

Youth

19

211

KeRRA/08/24/KSI/39/BOB/2-46-2022/2023-211

Nyansongo Tbc-Rise Obuye Pri. (G65404)

Prequalified

20

214

KeRRA/08/24/KSI/39/SM/2-46-2022/2023-214

Openda-Nyamasege B (G65511)

Prequalified

21

215

KeRRA/08/24/KSI/39/SM/2-46-2022/2023-215

Orencho-Nyakembene-Kabonyo (G65606)

Prequalified

22

216

KeRRA/08/24/KSI/39/SM/2-46-2022/2023-216

Pumpin-Nyabine-Nyaroa (Uk-45-040)

Prequalified

23

217

KeRRA/08/24/KSI/39/KCS/2-46-2022/2023-217

Iranda-Kanunda(Riabaka-Nyamataro) (P-22 Kisii)

Women

24

218

KeRRA/08/24/KSI/39/NC/2-46-2022/2023-218

Riariga-Iberia (G65031)

Prequalified

25

220

KeRRA/08/24/KSI/39/BB/2-46-2022/2023-220

Riobonyo-Kona Ya Ngare (Uk-45-045)

Women

26

221

KeRRA/08/24/KSI/39/SM/2-46-2022/2023-221

Rionyiego-Getare-Nyabigege-Tabaka (E6252)

Prequalified

27

222

KeRRA/08/24/KSI/39/BOB/2-46-2022/2023-222

Rionyiego-Rogongo (G65392)

Prequalified

28

223

KeRRA/08/24/KSI/39/BOB/2-46-2022/2023-223

Nyamache - Majimazuri – Nyacheki (G65355)

Women

29

224

KeRRA/08/24/KSI/39/SM/2-46-2022/2023-224

Riosiri - Nyasore - Nyabigena-Nyandiwa (G65625)

Youth

30

226

KeRRA/08/24/KSI/39/BOB/2-46-2022/2023-226

Rise-Nyambunde (E1138)

Prequalified

31

227

KeRRA/08/24/KSI/39/BOB/2-46-2022/2023-227

Sameta Jct-Rise Mkt-Itumbe Mkt (E6163)

Women

32

231

KeRRA/08/24/KSI/39/KCN/2-46-2022/2023-231

Sensi Tbc-Omosasa-Keera-Nyabworoa (Uk-45-088)

Women

33

232

KeRRA/08/24/KSI/39/NM/2-46-2022/2023-232

Ekona-Riobonyo (E6235)

PWD

34

234

KeRRA/08/24/KSI/39/NM/2-46-2022/2023-234

Ekona-Bongonta-Mecheo(Ekona-Emeangara) (G65170)

Women

 

QUALIFICATION FOR TENDERING

 

Mandatory requirements for tendering are;

  1. Certified copy of Certificate of Incorporation
  2. Certified copy of Registration with NCA (Categories 8 and above)
  3. Certified contractors Annual Practicing License.
  4. Certified copy of a Valid Tax Compliance Certificate
  5. Certified copy of a VAT and PIN Certificate
  6. Certified current trading license.
  7. Certified copy of recent CR12 (Issued within the last twelve months before opening date)
  8. Certified copies of National Identity Cards for the Directors listed
  9. Subsequent to presidential directive issued on the COVID-19 Pandemic there shall be no pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids
  10. Thresholds specified in the Tender Document covering the following;
  11. Similar previous experience.
  12. Equipment holding supported by relevant documentation.
  13. Audited accounts for the last three years initialized by both the Director and the Practicing auditor
  14. Proof of having a bank account for the last one year.
  15. Duly filled Confidential Business Questionnaire.
  16. Duly filled form of tender.
  17. Duly filled Bill of quantities.
  18. Well sequentially serialized pages by the bidder.

 

YOUTH WOMEN AND PEOPLE LIVING WITH DISABILITIES

 

  1. From the above mandatory requirements (a, b, c, d, e, f, g, and h) should be provided.
  2. Valid Certified copy of Youth Women and people living with disabilities Certificate for (YAGPO) from The National Treasury.
  3. Tenderers bidding for Persons with Disabilities Bids Must attach certified copies of IDS by NCPWD for the directors who are disabled.
  4. Thresholds specified in the tender Document covering the following.
  5. Equipment holding supported by relevant documentation.
  6. Proof of having a bank account for the last one year
  7. Duly filled Confidential Business Questionnaire.
  8. Duly Filled Form of Tender.
  9. Duly Filled Bills of Quantities.
  10. Well sequentially serialized pages by the bidder.

NOTE:

         

  1. All certifications of documents shall be original and executed by a commissioner of oaths or Notaries Public

 

  1. Bidders shall ensure that attachments provided are legible and information provided is correct and consistence to the best of their knowledge, Provision of incorrect and inconsistent information with an intention to win a tender will lead to automatic disqualification of the bid.

 

  1. All submitted Documents may be verified from the issuing agencies, KeRRA Reserves the right to verify all submitted documents

 

  1. The bidders to ensure that their rates in the bills of quantities are within the known prevailing market rates for road works pursuant to Section 70(6) (b) of PPADA, 2015 read together with Regulation 43(4) of the Public Procurement and Asset Disposal Regulations, 2020

 

  1. To enhance equity, Bidders may bid for more than one tender pursuant to this Tender Notice but can only be considered for award of one bid under this Tender Notice.

Duly filled Tender Document shall be submitted in sealed envelope (One Document per envelope) marked with Tender Number and Road Name and dropped in the right tender box for

each constituency Address to:

REGIONAL DIRECTOR

KENYA RURAL ROADS AUTHORITY

KISII REGION

P.O.BOX 1084 - 40200

KISII

And be deposited in the Tender Box on or before 7th November, 2023 at 10.00 A.M. Tenders will be opened immediately thereafter in the presence of those Tender’s representatives who choose to attend.

 

Eng. W. O. Nyariki

REGIONAL DIRECTOR

GoK Funding FY 22/23 SIAYA REGION

 

 

KENYA RURAL ROADS AUTHORITY

                                    Tel: 0768 -112 048                                                                                                             Regional Director

Email: This email address is being protected from spambots. You need JavaScript enabled to view it.                                                                                                                                     Siaya - Region

                                                                                                                                                                                                                   P.O. Box 141-40600,                                                                                                                                                                                                                                            SIAYA.

 

                                                                                                                                                          11th August, 2023 

TENDER NOTICE

INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS

 

The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.

Bids are invited from contractors who are pre-qualified for (FY 2021- 2023) in the respective Constituencies in Siaya Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under GoK Funding FY 22/23.

DOWNLOAD ADVERT HERE

 

           S/No.

ROAD NAME AND CONTRACT No.

Work Category

pre-tender site visit date

Reservation

 

UGENYA CONSTITUENCY

001

D1852: ABOKE - UYUNDO - SEGA

KeRRA/008/SYA/UGENYA/039/GoK/2-49-22|23-2002

C

15-08-2023

 

Open

DOWNLOAD

002

E152: KANYUMBA - BAR OBER

KeRRA/008/SYA/UGENYA/039/GoK/2-49-22|23-2023

C

15-08-2023

 

Open

DOWNLOAD

003

E152J1: NZOIA RIVER - INUNGO (KANYUMBA - KADONGO)

KeRRA/008/SYA/UGENYA/039/GoK/2-49-22|23-2019

N/A

15-08-2023

 

Women

DOWNLOAD

004

F6062: SEGA - JERA - BAROBER

KeRRA/008/SYA/UGENYA/039/GoK/2-49-22|23-2008

C

15-08-2023

 

Open

DOWNLOAD

005

F6063: SIHAYI - UHURU - KODONGO (BAR NDEGE KADONGO)

KeRRA/008/SYA/UGENYA/039/GoK/2-49-22|23-2013

N/A

15-08-2023

 

Youth

DOWNLOAD

UGUNJA CONSTITUENCY

006

D1871: KISAMA - NGOP 3- MISENGNI

KeRRA/008/SYA/UGUNJA/039/GoK/2-49-22|23-2029

C

15-08-2023

 

Open

DOWNLOAD

007

G61999: LIGEGA - OMBWEDE

KeRRA/008/SYA/UGUNJA/039/GoK/2-49-22|23-2027

C

15-08-2023

 

Open

DOWNLOAD

008

D1773: MADUNGU - TINGARE (NGOP - KALIGARE -LUKONGO - KANYAFOFO)

KeRRA/008/SYA/UGUNJA/039/GoK/2-49-22|23-2028

C


15-08-2023

 

Open

DOWNLOAD

009

UR 30: OMBWEDE - WAKO (ULAWE SCH)

KeRRA/008/SYA/UGUNJA/039/GoK/2-49-22|23-2009

C

15-08-2023

 

Open

DOWNLOAD

010

D1871: RIVER NZOIA - SIGOMRE

KeRRA/008/SYA/UGUNJA/039/GoK/2-49-22|23-2030

N/A

15-08-2023

 

Youth

DOWNLOAD

011

C787: SIDINDI - RAMBO

KeRRA/008/SYA/UGUNJA/039/GoK/2-49-22|23-2016

C

15-08-2023

 

Open

DOWNLOAD

012

D259: SIDINDI - SIGOMRE

KeRRA/008/SYA/UGUNJA/039/GoK/2-49-22|23-2017

N/A

15-08-2023

 

Women

DOWNLOAD

013

E6110: SIKALAME - LUANDA

KeRRA/008/SYA/UGUNJA/039/GoK/2-49-22|23-2031

N/A

15-08-2023

 

PWD

DOWNLOAD

014

E6108: SOFIA - SIGOMRE (ASANGO - MBOSIYE)

KeRRA/008/SYA/UGUNJA/039/GoK/2-49-22|23-2015

C

15-08-2023

 

Open

DOWNLOAD

015

UR 33: SOFIA - ULOMA - SIGOMRE (SOFIA - GINGA KIRINDO RING)

KeRRA/008/SYA/UGUNJA/039/GoK/2-49-22|23-2018

N/A

15-08-2023

 

Women

DOWNLOAD

016

E142X: USINGINY - RAMBULA - SIGOMRE

KeRRA/008/SYA/UGUNJA/039/GoK/2-49-22|23-2026

C

15-08-2023

 

Open

DOWNLOAD

ALEGO USONGA CONSTITUENCY

017

UR72: KAMFUAS - SULWE ROAD

KeRRA/008/SYA/ALEGO USONGA/039/GoK/2-49-22|23-2001

C

16-08-2023

 

Open

DOWNLOAD

018

UR29: KAREMO - RANDAGO

KeRRA/008/SYA/ALEGO USONGA/039/GoK/2-49-22|23-2005

C


16-08-2023

 

Open

DOWNLOAD

019

C827: MAGOMBE - BORO ROAD (HAWINGA - USONGA SECTION)

KeRRA/008/SYA/ALEGO USONGA/039/GoK/2-49-22|23-2010

C

16-08-2023

 

Open

DOWNLOAD

020

D1870: MUGANE - NYAJUOK ROAD

KeRRA/008/SYA/ALEGO USONGA/039/GoK/2-49-22|23-2022

N/A

16-08-2023

 

Youth

DOWNLOAD

021

E6116: MUGANE - KARUMO ROAD

KeRRA/008/SYA/ALEGO USONGA/039/GoK/2-49-22|23-2024

C

16-08-2023

 

Open

DOWNLOAD

022

D1870: MUGANE - NYAJUOK ROAD

KeRRA/008/SYA/ALEGO USONGA/039/GoK/2-49-22|23-2022

C

16-08-2023

 

Open

DOWNLOAD

023

D1867: NDERE - SEGERE

KeRRA/008/SYA/ALEGO USONGA/039/GoK/2-49-22|23-2025

N/A

16-08-2023

 

Women

DOWNLOAD

INSTRUCTIONS TO TENDERES

 

  1. Bidders who are prequalified in respective Constituencies and work category may tender.
  1. 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.
  1. Pre tender site visits are Mandatory and will be as per the dates indicated in the schedule below;

S/No.

Constituency

pre-tender site visit date

Officer In-charge

Time

01

Ugenya

15-08-2023

Mr. Olal

10.00am

02

Ugunja

15-08-2023

Ms Oguba

10.00am

03

Alego Usonga

16-08-2023

Mr. Wambisa

10.00am

N/B:

 

  • Pretender site certificates signed by the Regional Director shall form part of the bid document
  • Each company representative shall represent only one company and not multiple companies

 

  1. Other qualification requirements are as outlined in the Tender Document and company statutory requirements
  1. Bidders are requested to continually check the KeRRA website www.kerra.go.ke and the Public Procurement Information Portal (PPIP) for any tender addenda or clarifications that may arise before submission date

Interested eligible bidders can download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke and the Public Procurement Information Portal (PPIP) form Tuesday 15th August, 2023.

Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:

                                      

Regional Director - Roads,

Kenya Rural Roads Authority,

P.O. Box 141- 40600

SIAYA

All filled and sealed tenders MUST be submitted not later than 10.00am on or before Friday 25th August, 2023 and deposited in the Tender Boxes of the respective constituencies located at the Siaya Regional Office in Siaya County

Opening of the tenders will take place immediately thereafter at Siaya Regional Office in the presence of bidders and/or their representatives.

NB: Canvassing by tenderers will lead to automatic disqualification.

Eng. K. A. Ochieng

Regional Director

SIAYA REGION

GOK FUNDS FOR FY 2019/2020 - TAITA TAVETA REGION

 

                           

TENDER NOTICE DOWNLOAD

INVITATION TO TENDER NOTICE

The Kenya Rural Roads Authority hereby invites sealed bids from KeRRA – Taita Taveta Region Interested Pre-Qualified Roadworks Contractors and AGPO Eligible Firms/Groups, for maintenance of roadworks in Taita Taveta Region; under GoK Development Funding contracts, in the Financial Year 2019/2020 for the under listed roadworks projects.

Tender No.

Project Name (Road No. And Name)

Tender Submission Dates and Time

Reservation (Eligible Group)

Constituency

Document

Download

075

Mwanguwi – Kidule Primary (Road C272)

September 8th, 2020

11.00 AM

Women

Wundanyi

Download

076

Kiwande – Mogho ACK (Road C272)

Open

Wundanyi

Download

077

Mogho – Kwa Wisdom (Road C272)

Open

Wundanyi

Download

078

Mkelenyi – Kwa Mnjama (Road C272)

Youth

Wundanyi

Download

079

Mbaria – Mwanjenyi (Road C272)

Open

Wundanyi

Download

080

Mghambonyi – Mogho (Road C272)

Open

Wundanyi

Download

081

Mghange – Mwaroko (Road E3082)

September 9th, 2020

11.00 AM

Open

Wundanyi

Download

082

Wundanyi – Wesu (Road D1100)

Youth

Wundanyi

Download

083

Mwambirwa – Ndii (Road C274)

Open

Voi

Download

084

Bura Mission – Mghange Dawida (Road F3019)

Women

Mwatate

Download

085

Cess – Rekeke – Mata (Road D1094)

Open

Taveta

Download

086

C104 Mwatate – Mwatunge (Road D1101)

PwD

Mwatate

Download

INSTRUCTIONS TO TENDERERS

  1. The Tenderer, at the Tenderer’s own responsibility and risk, is encouraged to visit and examine the Site of the Works and its surroundings, and obtain all information that may be necessary for preparing the tender and entering into a contract for construction of the Works.
  2. Bidders already awarded contracts within the last four months are ineligible to apply.

 

  1. Bidders are to attach copies of the mandatory requirements i.e.
  2. Certified copies of Certificate of incorporation,
  3. National Construction Authority registration certificate and practicing license category 6,7,8.
  4. PIN registration certificate with VAT registration obligations,
  5. Copy of valid tax compliance certificate as at September 8th, 2020 and other documents specified in the tender document.
  6. For the Tenders under special group the bidders must be registered under the public and disposal act (preference and reservations) regulations, 2013 and provide documents (certificates) from treasury to prove that they belong to any of the above category.
  7. In addition, the Binders shall provide all information and documents required by the Employer in bid document.

Interested contractors who meet the above criteria may obtain the tender documents from KeRRA website www.kerra.go.ke for free of charge from August 20th, 2020 Tenders sealed in separate envelopes to be addressed to: -

DEPUTY DIRECTOR

KENYA RURAL ROADS AUTHORITY,

P.O. BOX 131 – 80300

VOI, KENYA

 

 And deposited in the tender box at the reception, so as to be received not later than 11.00 A.M or before September, 8th & 9th, 2020. Tender opening will take place immediately after closing time in the presence of Bidders who wish to attend.

Eng. B. G. Abdille

DEPUTY DIRECTOR (Roads) / TAITA TAVETA

 

GOK Savings, 10% Savings & 10%CS Savings Funds KISUMU REGION

KENYA RURAL ROADS AUTHORITY

           Tel: 020-200157                                                                                                                                                                                                                Regional Director

                                                                                                                                                                                                                                  Mamboleo Regional Office

           Email: This email address is being protected from spambots. You need JavaScript enabled to view it.                                                                                                                                                                           P.O. Box 1448-40100

           Website: www.kerra.go.ke                                                                                                                                        Kisumu, KENYA

                                                 

 

                                                                                                                                                       14th September, 2022                

TENDER NOTICE

INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS 

 

The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.

Bids are invited from contractors who are pre-qualified for YR 2021-2023 in the respective Constituencies in KeRRA Kisumu Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under GOK Savings, 10% Savings & 10%CS Savings Funds.

 DOWNLOAD DVERT HERE

 

     S/No.

ROAD NAME AND CONTRACT NO

Work

Category

Pre-tender site visit date

Contract Type

 

1.

C756: JNC E1123 - KAPSEROCK (HARAMBEE- USUOUME) ROAD

KERRA/008/39/KSM/10% SAVINGS/NYAKACH/2-48-21|22-092

C

Thursday, 22nd, September 2022

General

download

2.

C853: KISUMU: CHIGA - DB NYANDO ROAD

KERRA/008/39/KSM/10% SAVINGS/KSM EAST/2-48-21|22-108

C

Thursday, 22nd, September 2022

General

download

3.

P63_Kisumu: ACCESS TO KILO(TAKO-KAPUOTHE) ROAD

KERRA/008/39/KSM/10% SAVINGS/KSM CENTRAL/2-48-21|22-132

N/A

Wednesday, 21st, September 2022

Persons with Disability

download

4.

P63_Kisumu: OMOLLO- AGAR ROAD

KERRA/008/39/KSM/CARRY OVER/KSM CENTRAL/2-48-21|22-130

C

Wednesday, 21st, September 2022

General

download

5.

P243: OGANGO - STAR HOSPITAL ROAD

KERRA/008/39/KSM/CARRY OVER/KSM CENTRAL/2-48-21|22-129

N/A

Wednesday, 21st, September 2022

Youth

download

6.

G62364: KONDIGO- RAMUYA ROAD

KERRA/008/39/KSM/AIASAVINGS/SEME/2-48-21|22-100

C

Wednesday, 21st, September 2022

General

download

7.

G62437: KIT MIKAYI - LUNGA PRI. SCH ROAD

KERRA/008/39/KSM/10% CS SAVINGS/SEME/2-48-21|22-124

N/A

Wednesday, 21st, September 2022

Women

download

8.

G62410: ALWALA- KIRINDO(MANYWANDA-KIRINDO) ROAD

KERRA/008/39/KSM/10% SAVINGS/SEME/2-48-21|22-094

C

Wednesday, 21st, September 2022

General

download

9.

UK42_001: OKORE JUNCTION- TIENGRE SCHOOL ROAD

KERRA/008/39/KSM/10% CS SAVINGS/KSM WEST/2-48-21|22-098

C

Wednesday, 21st, September 2022

General

download

10.

U_P117: KIBOSWA- BAR OGWAL ROAD

KERRA/008/39/KSM/10% SAVINGS/KSM WEST/2-48-21|22-102

C

Wednesday, 21st, September 2022

General

download

11.

UK42_006: ACCESS TO ARUDE PRIMARY SCHOOL ROAD

KERRA/008/39/KSM/10% CS SAVINGS/KSM WEST/2-48-21|22-099

N/A

Wednesday, 21st, September 2022

Persons with Disability

download

12.

P78: KODIAGA - OTONGLO - RESEARCH – MIGINGO ROAD

KERRA/008/39/KSM/GOKSAVINGS/KSM WEST/2-48-21|22-125

C

Wednesday, 21st, September 2022

General

download

13.

C676: MIWANI – OBUMBA ROAD

KERRA/008/39/KSM/10% SAVINGS/MUHORONI/2-48-21|22-106

N/A

Thursday, 22nd, September 2022

Women

download

14.

F6107: SDA-MENARA ROAD

KERRA/008/39/KSM/GOK SAVINGS/MUHORONI/2-48-21|22-128

C

Thursday, 22nd, September 2022

General

download

15.

G63215: BOYA- CATHOLIC CHURCH ROAD

KERRA/008/39/KSM/AIA SAVINGS/NYANDO/2-48-21|22-105

N/A

Thursday, 22nd, September 2022

Youth

download

16.

G62850: WITHUR – RIAT ROAD

KERRA/008/39/KSM/10% SAVINGS/NYANDO/2-48-21|22-131

C

Thursday, 22nd, September 2022

General

download

INSTRUCTIONS TO TENDERES

 

  1. Bidders are advised to give the correct email addresses to ease communication regarding the tendering process.
  1. Bidders who are prequalified in respective work category and Constituencies may tender.
  1. The scope of works for various contracts are as stipulated in Tender Documents and in the pre-qualification work categories that have been outlined above.
  1. Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria are outlined in the Bid document.
  1. Bidders participating under Youth, Women or Persons with Disability Must attach certified copies of their registration certificates issued by National Treasury.
  1. Bidders are required to attach all Company MANDATORY requirements:
  2. Other qualification requirements are as outlined in the Tender Document.
  1. Bidders are requested to continually check the KeRRA website kerra.go.ke for any tender addenda or clarifications that may arise before submission date.
  1. All the Bidders are expected to converge at the KeRRA KISUMU Regional Office, Mamboleo for the Pre-tender site visit briefings on the material day as scheduled.

Interested eligible bidders will download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke from Friday 16th September, 2022.

Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:

                                       

Regional Director - Roads,

Kenya Rural Roads Authority,

P.O. Box 1448-40100

KISUMU

 All filled and sealed tenders MUST be submitted not later than 10.00 am on or before Wednesday 28th September, 2022 and deposited in the Tender Boxes of the respective constituencies located at the Kisumu Regional Office in Kisumu County, Mamboleo Office.

Due to Covid-19 Pandemic and MOH guidelines on social distancing, opening of the tenders will take place immediately thereafter at Kisumu Regional Office in the presence of a few selected bidders on first come first served basis.

 

NB: Canvassing by tenderers will lead to automatic disqualification.

 

Eng. K. A. Ochieng

Regional Director

KISUMU REGION

GOK-DEVELOPMENT FUNDS & SAVINGS FY 2018/2019 MOMBASA REGION

           TENDER ADVERT

                                      INVITATION TO TENDER                  16th 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 hereby invites tenders from contractors Registered in the Region – Financial Year 2019-2021 for Routine Maintenance and Spot Improvement Works for tabulated roads below funded under GOK Development ,10% RMLF Funds.

S/No

TENDER NO

CATEGORY

CONSTITUENCY

RESERVATIONS

MANDATORY PRE -TENDER SITE VISIT DATE

OPENING DATE

 

TENDER DOCUMENT DOWNLOAD

1.

P828:Mwembelegeza-Lai Access Rd

 

KeRRA/011/MSA/39 /059/2018-2019

 

Kisauni

YOUTH

Thursday 24th October,2019(Starting at 9.00am from KeRRA, Mombasa Office)

30th/10/2019 at 10:00 am

 

DOWNLOAD

2.

P151_Mombasa:

Viteck Academy Access Rd

KeRRA/011/MSA/39 /060/2018-2019

Changamwe

ALL

Tuesday 22nd October,2019(Starting at 9.00am from KeRRA, Mombasa Office)

30th/10/2019 at 10:00 am

 

DOWNLOAD

3.

P606_Mombasa:Ba

mburi-Calvary Zion Rd

KeRRA/011/MSA/39 /061/2018-2019

Kisauni

PWD

Thursday 24th October,2019(Starting at 9.00am from KeRRA, Mombasa Office)

30th/10/2019 at 10:00 am

 

DOWNLOAD

4.

N280: TSS-Sakina Mosque Road

KeRRA/011/MSA/39 /062/2018-2019

Jomvu

ALL

Tuesday 22nd October,2019(Starting at 9.00am from KeRRA, Mombasa Office)

30th/10/2019 at 10:00 am

 

DOWNLOAD

5.

P288: Kwa

 

Chondo-Mabati Road

KeRRA/011/MSA/39 /063/2018-2019

Jomvu

ALL

Tuesday 22nd October,2019(Starting at 9.00am from KeRRA, Mombasa Office)

30th/10/2019 at 10:00 am

 

DOWNLOAD

6.

P447: Miritini

Estate St Elizabeth Academy

KeRRA/011/MSA/39 /064/2018-2019

Jomvu

WOMEN

Tuesday 22nd October,2019(Starting at 9.00am from KeRRA, Mombasa Office)

30th/10/2019 at 10:00 am

 

DOWNLOAD

7.

P394:Mnazi

Mmoja Access Road

KeRRA/011/MSA/39 /065/2018-2019

Jomvu

ALL

Tuesday 22nd October,2019(Starting at 9.00am from KeRRA, Mombasa Office)

30th/10/2019 at 10:00 am

 

DOWNLOAD

8.

P415:ACK-Kwa

Mwanzia Road

KeRRA/011/MSA/39 /066/2018-2019

Jomvu

ALL

Tuesday 22nd October,2019(Starting at 9.00am from KeRRA, Mombasa Office)

30th/10/2019 at 10:00 am

 

DOWNLOAD

9.

P296:Pipeline Road

KeRRA/011/MSA/39 /067/2018-2019

Jomvu

WOMEN

Tuesday 22nd October,2019(Starting at 9.00am from KeRRA, Mombasa Office)

30th/10/2019 at 10:00 am

 

DOWNLOAD

10.

P1352:Kongowea-Masandukuni Karama Road

KeRRA/011/MSA/39 /068/2018-2019

Nyali

ALL

Thursday 24th October,2019(Starting at 9.00am from KeRRA, Mombasa Office)

30th/10/2019 at 10:00 am

DOWNLOAD

11.

M110:Mvita Clinic Access Road

KeRRA/011/MSA/39 /069/2018-2019

Mvita

ALL

Wednesday 23rd October,2019(Starting at 9.00am from KeRRA, Mombasa Office)

30th/10/2019 at 10:00 am

DOWNLOAD

12.

L39:Kambi Kikuyu Leisure Road

KeRRA/011/MSA/39 /070/2018-2019

Nyali

ALL

Thursday 24th October,2019(Starting at 9.00am from KeRRA, Mombasa Office)

30th/10/2019 at 10:00 am

DOWNLOAD

13.

L40:Kwa Babu- Nyali NG CDF Office Nyali

KeRRA/011/MSA/39 /071/2018-2019

Nyali

ALL

Thursday 24th October,2019(Starting at 9.00am from KeRRA, Mombasa Office)

30th/10/2019 at 10:00 am

DOWNLOAD

14.

P1352:Kongowea Sokoni-Makaburini

KeRRA/011/MSA/39 /072/2018-2019

Nyali

ALL

Thursday 24th October,2019(Starting at 9.00am from KeRRA, Mombasa Office)

30th/10/2019 at 10:00 am

DOWNLOAD

15.

P910:Sunlight Mshomoroni Road

KeRRA/011/MSA/39 /073/2018-2019

Kisauni

YOUTH

Thursday 24th October,2019(Starting at 9.00am from KeRRA, Mombasa Office)

30th/10/2019 at 10:00 am

DOWNLOAD

16.

P851:Snake Valley-Pallani Hospital

KeRRA/011/MSA/39 /074/2018-2019

Kisauni

ALL

Thursday 24th October,2019(Starting at 9.00am from KeRRA, Mombasa Office)

30th/10/2019 at 10:00 am

DOWNLOAD

17.

P852:Junda -Safari Road

KeRRA/011/MSA/39 /075/2018-2019

Kisauni

ALL

Thursday 24th October,2019(Starting at 9.00am from KeRRA, Mombasa Office)

30th/10/2019 at 10:00 am

DOWNLOAD

18.

P774:Sakina Kijiweni

KeRRA/011/MSA/39 /076/2018-2019

Kisauni

ALL

Thursday 24th October,2019(Starting at 9.00am from KeRRA, Mombasa Office)

30th/10/2019 at 10:00 am

DOWNLOAD

 QUALIFICATION FOR TENDERING

Mandatory Requirements

Eligible bidders MUST meet and submit the following with the bid:

  1. Certified copy of Certificate of Incorporation/Registration
  1. Certified copy of valid practicing license as a contractor (Roads & Civil Works NCA 6, 7 & 8)
  2. Certified copy of PIN/VAT registration certificate
  1. Copy of Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
  2. Certified copy of CR 12 (Issued within the last 12 months)
  1. Certified copies of National Identity Cards/Passports of Directors.
  1. Certified copy of Valid Single Business Permit
  2. Certified copy of Valid Certificate of Registration for Access to Government Procurement Opportunities (AGPO), from the National Treasury (For Disadvantaged groups, Women, Youth and Persons With Disability)
  1. Contractors bidding for PWD tenders should attach Certified copies of their Identity Cards issued by the National Council for Persons with Disability.
  1. Certified copies of Log books for ownership of Machines and Equipment. Those hiring Must provide certified copies of Lease Agreements and certified copies of Log books, valid not more than three months before the date of tender opening.
  1. Current Sworn Affidavit not more than 3 months before the tender opening date
  2. Proof of having opened a bank account in the contractor’s name
  1. Form of tender correctly filled, signed & stamped
  2. Confidential Business Questionnaire correctly filled, signed & stamped
  1. Dully filled and signed anti-fraud and anticorruption form
  1. Dully filled and signed environment and social commitment form
  2. Bidders Must serialize sequentially all pages of their tender documents submitted – using serialization machine

NOTE:

  1. All certification of documents shall be original and executed by Commissioner for Oaths or Notaries Public.

 

  1. Certificates/ Licenses may be verified from or with the Issuing Authorities or Agencies

Other Requirements

As specified in the respective tender document covering the following:

  1. Similar previous experience where applicable (Not requirement to special groups)
  2. Professional and Technical personnel
  1. Current work load
  2. Litigation History (Provide sworn Affidavit) – executed within 3 months before the tender opening date
  1. Eligibility:
  1. Any form of Canvassing will lead to disqualification
  2. Mandatory pre-tender site visit shall take place as indicated in the table above
  1. Those already awarded two (2) tenders under (22% and 10%) allocations 2018-2019 need NOT apply.

Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from Wednesday 16th/10/2019. Duly completed tender documents in plain sealed envelopes marked with the respective tender number, project name should be addressed to:

Deputy Director,

KeRRA MOMBASA Region

Box 87447-80100

MOMBASA

The same should be deposited in the tender box at the KeRRA Regional Office, MOMBASA located along Shimanzi Road, Works Building, third floor on or before Wednesday 30th October, 2019 at 10.00am. Bids shall be opened immediately thereafter in the presence of bidders who choose to attend. Late bids will not be accepted.

Eng. Alex M. Machira

DEPUTY DIRECTOR (ROADS) COAST REGION

Goods and Services

HOMA BAY REGION

 

 
   

KENYA RURAL ROADS AUTHORITY

                                                                                                                                  Homa Bay Region Office

                                                                                                                                       P.O. Box 550,

                                                                                                                                       M,HOMA BAY, KENYA

Ref: HB/2018-19/002                                                                                                                                                                                                      2nd May, 2019  

                                                                      

                                     TENDER NOTICE

INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS

 

Bids are invited from contractors who are pre-qualified in the following Constituencies and in the respective work categories for the following Minor Road Works/Spot Improvement Works.

 

 

Road code

Road Name

Contract number

Const.

Work Category

Comments

 

1

R41

NYANGIELA - MAGUNGU

2-51-18/19-098

KASIPUL

B or C

YOUTH

download

2

UCL111

JN A1 NYAMENDE

2-51-18/19-100

KASIPUL

B or C

OPEN

download

3

UCL110

JN C18 OMBEK - KAROGO

2-51-18/19-099

KASIPUL

B or C

PWD

download

4

C867

NYAGWETHE - KISEGI

2-51-18/19-101

SUBA

B or C

OPEN

download

5

E113J2

LAKNYIERO-OTATI

2-51-18/19-102

SUBA

B or C

OPEN

download

6

UNCL032

JN C19 KAJANDIGA-KIPASI -OCHIENG ODERE PRI. SCH.

2-51-18/19-103

MBITA

B or C

OPEN

download

7

UNCL036

KOKEYO-NYATOTO

2-51-18/19-104

MBITA

B or C

OPEN

download

8

UCL112

LWANDA - NDARIA BRIDGE

2-51-18/19-105

NDHIWA

B or C

OPEN

download

9

UNCL062

NDHIWA - SIDEDE

2-51-18/19-106

NDHIWA

B or C

WOMEN

download

10

UNCL062

KODIERA-ONGENG

2-51-18/19-107

NDHIWA

B or C

YOUTH

download

11

UNCL045

MAGUJE BOX CULVERT

2-51-18/19-096

HBT

B or C

OPEN

download

12

UNCL046

RUGA-NYAMAURO-MAGUTI-ARUJO

2-51-18/19-097

HBT

B or C

OPEN

download

13

UNCL068

RANGWE-RABANGO

2-51-18/19-094

RANGWE

B or C

OPEN

download

14

UNCL068

RABANGO BOX CULVERT

2-51-18/19-095

RANGWE

B or C

OPEN

download

15

R46

BONGU - KAKELO

2-51-18/19-108

KAB

B or C

OPEN

download

16

UCL109

KADONGO-KOSELE

2-51-18/19-110

KAB

B or C

WOMEN

download

17

UNCL108

JN D221 CENTRE - KAROTA

2-51-18/19-109

KAB

B or C

OPEN

download

18

UNCL109

ONYEGE -KANYADHIANG

2-51-18/19-111

KARA

B or C

OPEN

download

19

E1034A

SAMBA - RAKWARO

2-51-18/19-112

KARA

B or C

OPEN

download

20

UCL107

JN E1027(KANDIENGE)-UHURU

2-51-18/19-113

KARA

B or C

YOUTH

download
         
         
  1. GENERAL SCOPE OF WORKS FOR TENDERS

The scope of works for various contracts is as stipulated in the pre-qualification work categories which have been identified above.

  1. QUALIFICATION FOR BIDDING

All bids must be accompanied by certified copies of the following;

            a). Certificate of  incorporation

            b). Proof of registration with the NCA 8 and above

c). VAT registration Certificate

d). PIN registration Certificate

e). Valid Tax compliance certificate

  1. f) Bank statements for past 6months or audited accounts for past 3 yrs
  2. g) Equipment holding and proof of ownership
  3. h) Similar work experience
  4. i) Professional and technical personnel
  5. j) Copy of receipt issued after purchase of tender document

NB: In addition to the above criteria, the under listed requirements shall apply to those bidding for works under the special target group of  YWD (women, youth and persons with disabilities), who necessarily may need not have been pre-qualified as Roadworks contractors of kerra  - Homabay Region.

  • Certified copy of certificate of registration in a target group issued by National Treasury
  • Certified copy of recent  CR 12 form – 12 months
  • Copy of National identiy cards (IDs) or valid passports for all Directors of the Company

Tender documents can be obtained at the Regional office, Homa Bay, upon payment of a non-refundable fee of KShs 1,000.00 (one thousand shillings only) per document in form of bankers cheque payable to Kenya Rural Roads Authority.Or downloaded from the kerra website(www.kerra.go.ke)

The pre-tender site visit will be conducted on 9th May, 2019 starting at 10.00 Am at KeRRA office,Oyugis for Kabondo,Karachuonyo&kasipul Constituency and at KeRRA office Mbita for Mbita and Suba Constituency and for Rangwe, Ndhiwa and Homabay Constituencies at Regional Office, Homa Bay.

 Tenders must be delivered in  the tender box  at the Regional Office, Homa Bay  on or before 21st  May,2019 at 10.00 Am.

Opening of the tenders will take place immediately thereafter in the presence of tenderers who wish to attend.

NB: Canvassing by tenderers will lead to automatic disqualification.

       Eng. J. M. KIMILU

       DEPUTY DIRECTOR

 

HOMA BAY REGION 10% by Cabinet Secretary, F/Y 2021/2022.

 

 

 

 

KENYA RURAL ROADS AUTHORITY

                                                                                                Homa Bay Region Office

                                                                                 P.O. Box 550-40300

                                                                                                             HOMA BAY, KENYA

                                                                                                                                       3rd October,2022         

TENDER  NOTICE

INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS

 

The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.

Bids are invited from contractors who are pre-qualified in the respective Constituencies in Homabay Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under  10% by Cabinet Secretary, F/Y 2021/2022.

download advert here

 

           S/No.

ROAD NAME AND TENDER NO.

Work Category

Constituency

Reservation

Pre Tender Site Visit

 

01

UNCL004 Seka  Dok – Soko Primary Road

KeRRA/HB/KARA/08/39/51/10%CS /21|22-255

C

KARACHUONYO

GENERAL

12/10/2022

download

02

UNCL077 Ndiru - Kodhock Road KeRRA/HB/RAN/08/39/51/10%CS /21|22-256

C

RANGWE

   YOUTH

12/10/2022

download

INSTRUCTIONS TO TENDERES

 

  1. Bidders who are prequalified in respective work category and Constituencies may tender.
  1. 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.
  1. Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria is outlined in the Bid document.
  1. Bidders participating under Youth, Women or Persons with Disability Must attach copies of their registration certificates issued by National Treasury.
  1. You MUST attach the following copies of MANDATORY requirements:
  • Certified copies (by commissioner of oaths) of Certificate of incorporation, Certificates of registration and principal place of business
  • Valid & Certified Registration certificate for Road Works from National Construction Authority (NCA) NCA 8 and above
  • Valid, Certified & Current Practicing License for Road Works from National Construction Authority (NCA)
  • Authority to seek bank reference from the tenderer’s bankers(Current/Original)
  • Valid Tax Compliance Certificate (To be verified from the KRA TCC Online Checker)
  • Dully filled and stamped form of tender
  • Dully filled confidential business questionnaire
  • Certified copies (by commissioner of oaths) of National Identification cards for the company directors for Youth, Women and People with Disability for those bidding for roads in that category
  • Certified copy of Recent/Current CR12 generated form(s) for the last 12 months indicating Directors, Nationality, shareholding
  • Provide litigation history and History of non-performance of contracts - sworn affidavits (within 3 months of tender opening) for the last three years
  • Certificates and CV’S of key personnel as per the evaluation criteria in the tender document
  • Provide proof of experience in similar works (in scope and amount above 8 Million) as per the evaluation criteria in the tender document
  • Bank statements in the name of the firm for the last three months from the date of tender advertisement for the General tenders and Proof of bank account in the name of the firm for reserved tenders
  • Three years audited account.
  • Bidders MUST serialize all the pages of their tender documents.
  • Cash Flow of 8million for the last 3 years
  • Bidders MUST provide all the information required as per the tender document/tender advert.
  • Average turn over (Sale/Revenue) 8million 3 years
  • Prices quoted must remain valid for One Hundred and Twenty (120 days) from the tender opening date.
  • Bidders who do not meet any of the above conditions will NOT be considered for award for any contract.
  1. Other qualification requirements are as outlined in the Tender Document.
  1. Bidders are requested to continually check the KeRRA website www.kerra.go.ke for any tender addenda or clarifications that may arise before submission date.

Interested eligible bidders will download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke from 6th October,2022

Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:

                                     

Regional Director - Roads,

Kenya Rural Roads Authority,

P.O. Box 550-40300

HOMABAY

All filled and sealed tenders MUST be submitted not later than 10.00 am on or before

18th October,2022 , Homabay Regional Office.

The opening of the tenders will take place immediately thereafter at Homabay Regional Office in the presence of contractors.

.

NB: Canvassing by tenderers will lead to automatic disqualification.

 

Eng. J. Kimilu

Regional Director

HOMABAY REGION

HOMA BAY REGION 10%RMLF Funding Source, F/Y 22/2023

 

 

 

 

 

KENYA RURAL ROADS AUTHORITY

                                                                                                            Homa Bay Region Office

                                                                                                                P.O. Box 550-40300

                                                                                                               HOMA BAY, KENYA

                                                                                                                                      23rd December,2022         

TENDER  NOTICE

INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS

 download advert here

The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.

Bids are invited from contractors who are pre-qualified in the respective Constituencies in Homabay Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under 10%RMLF Funding Source, F/Y 22/2023.

 

           S/No.

ROAD NAME AND TENDER NO.

Work Category

Constituency

Reservation

E.E

Kshs.

 

01

Oyugis -Samba KeRRA/HB/KAS/08/39/51/10%RMLF/22|23-079

C

KASIPUL

GENERAL

4,986,076.91

download

02

(SIMBIRI BOX CULVERT)

KeRRA/HB/KAS/08/39/51/10%RMLF/22|23-080

B

KASIPUL

GENERAL

6,504,316.85

download

03

Nyangiela - Magungu KeRRA/HB/KAS/08/39/51/10%RMLF/22|23-081

C

KASIPUL

PWD

4,803,947.82

download

04

Nyandiwa -Kawaindi- National oil

KeRRA/HB/KAS/08/39/51/10%RMLF/22|23-082

C

KASIPUL

WOMEN

3,069,650.00

download

05

R23:Msekwa -Sindo Manyala

KeRRA/HB/SUB/08/39/51/10%RMLF/22|23-083

C

SUBA

GENERAL

6,950,248.94

download

06

R23: Gera -Kombe KeRRA/HB/SUB/08/39/51/10%RMLF/22|23-084

C

SUBA

YOUTH

5,457,028.75

download

07

URA 29: (Ngeri-Miyyoyo Box Culvert)

KeRRA/HB/SUB/08/39/51/10%RMLF/22|23-085

B

SUBA

GENERAL

6,956,716.85

download

08

E120; RUSINGA RING ROAD KeRRA/HB/MBT/08/39/51/10%RMLF/22|23-086

B

MBT

WOMEN

6,956,716.85

download

09

Uncl037: RAMBI - GOD ARIYO – KIPASI

KeRRA/HB/MBT/08/39/51/10%RMLF/22|23-087

C

MBT

GENERAL

7,508,317.77

download

10

URP31:Kamsama -Rapora -God Joep

KeRRA/HB/MBT/08/39/51/10%RMLF/22|23-088

C

MBT

YOUTH

4,898,956.23

download

11

C871: Mirogi –Magina -Opapo KeRRA/HB/NDW/08/39/51/10%RMLF/22|23-089

C

NDHIWA

YOUTH

4,922,941.81

download

12

E110 :Konyango Rabour –Wachara -Riat KeRRA/HB/NDW/08/39/51/10%RMLF/22|23-090

C

NDHIWA

GENERAL

6,746,943.73

download

13

UNCL062: Ndhiwa – Geana – Kodumba KeRRA/HB/NDW/08/39/51/10%RMLF/22|23-091

C

NDHIWA

GENERAL

7,694,106.00

download

14

R7-H Nyalkinyi -Imbo KeRRA/HB/HBT/08/39/51/10%RMLF/22|23-092

C

HOMABAY TOWN

PWD

3,635,941.81

download

15

Uncl 157:Kaoko Box Culvert 1 KeRRA/HB/HBT/08/39/51/10%RMLF/22|23-093

B

HOMABAY TOWN

GENERAL

6,033,356.85

download

16

Uncl 157 Kaoko  Box Culvert 2 KeRRA/HB/HBT/08/39/51/10%RMLF/22|23-094

B

HOMABAY TOWN

GENERAL

     6,033,356.85

download

17

Uncl155: Wiamen –Kijawa -Riwanyakune KeRRA/HB/HBT/08/39/51/10%RMLF/22|23-095

C

HOMABAY TOWN

GENERAL

3,661,372.96

download

18

E212: Omoya - Ndiru KeRRA/HB/RAN/08/39/51/10%RMLF/22|23-096

C

RANGWE

GENERAL

4,189,050.00

download

19

Atili Oluso –Rabango -Rangwe KeRRA/HB/RAN/08/39/51/10%RMLF/22|23-097

C

RANGWE

GENERAL

3,975,466.74

download

20

Uncl069: Mbeka -Nyamache KeRRA/HB/RAN/08/39/51/10%RMLF/22|23-098

C

RANGWE

GENERAL

5,548,294.50

download

21

Uncl131:Onyege – Nyokal Namba KeRRA/HB/RAN/08/39/51/10%RMLF/22|23-099

C

RANGWE

PWD

5,651,180.24

download

22

G61241:Kogoya – Kochola Mkt KeRRA/HB/KAB/08/39/51/10%RMLF/22|23-100

C

KABONDO

GENERAL

7,014,453.28

download

23

U_G6979:Kolweny Prim –Alaro Sch (Box Culvert) KeRRA/HB/KAB/08/39/51/10%RMLF/22|23-101

B

KABONDO

GENERAL

6,968,316.85

download

24

U_G6990:Kogalo Pri- Kadir Pri _Orinag(Dikonia) KeRRA/HB/KAB/08/39/51/10%RMLF/22|23-102

C

KABONDO

YOUTH

5,381,221.03

download

25

R38;JN Ngeta Sch – Ngeta Dispensary KeRRA/HB/KARA/08/39/51/10%RMLF/22|23-103

C

KARACHUONYO

PWD

3,271,859.80

download

26

Uncl106:Jn C19 Kanyandhiang - Kosele KeRRA/HB/KARA/08/39/51/10%RMLF/22|23-104

C

KARACHUONYO

GENERAL

7,170,061.50

download

27

Uncl124 Ojijo –Otek -Adhiro KeRRA/HB/KARA/08/39/51/10%RMLF/22|23-105

C

KARACHUONYO

GENERAL

4,995,018.00

download

28

URP1 Homa Linne  KeRRA/HB/KARA/08/39/51/10%RMLF/22|23-106

C

KARACHUONYO

WOMEN

3,927,052.40

download

INSTRUCTIONS TO TENDERES

  1. Bidders who are prequalified in respective work category and Constituencies may tender.
  1. The scope of works for various contracts are as stipulated in Tender Documents and in the

          Contractors registered in work categories which have been outlined above.

  1. Bidders participating under Y, W&PWD need not be prequalified and their qualification

          criteria is outlined in the Bid document.

  1. Bidders participating under Youth, Women or Persons with Disability Must attach copies of

         their registration certificates issued by National Treasury.

  1. All MANDATORY requirements must be attached:
  1. Other qualification requirements are as outlined in the Tender Document.
  1. Bidders are requested to continually check the KeRRA website www.kerra.go.ke for any

         Tender addenda or clarifications that may arise before submission date.

  1. Pretender site visit is Mandatory and bidders are required to liaise with the respective Constituency Roads Officer to visit Site and thereafter collect duly Signed Pretender Site Certificate from the respective Constituency Roads Officer.

Interested eligible bidders will download the tender documents from the Kenya Rural Roads

Authority (KeRRA) website: www.kerra.go.ke from 29th  December,2022.

Duly filled Tender Documents in plain sealed envelopes marked with respective tender number,

Project Name and constituency should be addressed to:

Regional Director - Roads,

Kenya Rural Roads Authority,

P.O. Box 550-40300

HOMABAY

All filled and sealed tenders MUST be submitted not later than 10.00 am on or before 10th January,2023, Homabay Regional Office.

The opening of the tenders will take place immediately thereafter at Homabay Regional Office in the

presence of contractors.

.

NB: Canvassing by tenderers will lead to automatic disqualification.

Eng. J. Kimilu

Regional Director

HOMABAY REGION

HOMA BAY REGION ADDENDUM 2 Tender No. : HB/2018-19/008

download addendum here

KENYA RURAL ROADS AUTHORITY

                                                                                                                                Homa Bay Region Office

                                                                                                                                       P.O. Box 550,

                                                                                                                                    HOMA BAY, KENYA

 

Ref: HB/2018-19/008                                                                                                                                                                                           16TH September, 2019

                                                                           

ADDENDUM 2               

                                  

                                                   Tender No. : HB/2018-19/008                                                                                    

  1. Reference is made to the above-mentioned Invitation to Tender made on 13th Sept 2019. An addendum to the tender is made as herein below.
  2. We wish to bring to your attention that the errors on the documents for the roads below have been corrected. Kindly ensure that you download and submit the correct documents. Sorry for any inconveniences caused.

 

Road code

Road Name

Contract number

Const.

Work Category

Comments

 

1

E209

OGERA - GAMBA

2-51-18/19-122

KASIPUL

B,C & E

YOUTH

Download 

2

UNCL038

KISUI- KIRAMBO

2-51-18/19-131

MBITA

B,C & E

OPEN

Download 
  1. The closing date for the tenders therefore has been postponed from Friday 27th September, 2019 to Tuesday 1st October, 2019 at the Deputy Director’s office in the presence of bidders/representatives who wish to attend.
  2. The rest of the details to the Invitation to Tender remain as earlier indicated.

 

        GEORGE WAHOME

        SENIOR SUPPLY CHAIN MANAGEMENT OFFICER

For: DEPUTY DIRECTOR

HOMA BAY REGION ADDENDUM NO 1 10% RMLF FUNDING FY 2022-2023

 

 

 

                                                                               KENYA RURAL ROADS AUTHORITY

                                                                                                Homa Bay Region Office

                                                                                                    P.O. Box 550-40300

                                                                                                          HOMA BAY, KENYA

                                                                                                                                      6th January,2023

ADDENDUM NOTICE  1

INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS

 DOWNLOAD

The Kenya Rural Roads Authority (Homabay Region) wishes to inform firms participating in the tenders for 10% RMLF FUNDING FY 2022-2023 that was made 23rd December,2022 on KeRRA Website that clarifications are deemed necessary calling for an addendum to the tender is made as herein below.

  1. Due to error of omission on Item 17-60-005 Missing Reinforcement on Bill No. 17 (Major Structures), the error has been corrected and included in the tender for category B only.
  2. That the closing and Opening date for the All tenders have been extended to 17th January,2023 at 10.00 a.m
  3. The rest of the details to the Invitation to Tender remain as earlier indicated.

 

           S/No.

ROAD NAME AND TENDER NO.

Work Category

Constituency

Reservation

E.E

Kshs.

 

02

(SIMBIRI BOX CULVERT)

KeRRA/HB/KAS/08/39/51/10%RMLF/22|23-080

B

KASIPUL

GENERAL

6,504,316.85

DOWNLOAD

07

URA 29: (Ngeri-Miyyoyo Box Culvert)

KeRRA/HB/SUB/08/39/51/10%RMLF/22|23-085

B

SUBA

GENERAL

6,956,716.85

DOWNLOAD

08

E120; RUSINGA RING ROAD KeRRA/HB/MBT/08/39/51/10%RMLF/22|23-086

B

MBT

WOMEN

6,956,716.85

DOWNLOAD

15

Uncl 157:Kaoko Box Culvert 1 KeRRA/HB/HBT/08/39/51/10%RMLF/22|23-093

B

HOMABAY TOWN

GENERAL

6,033,356.85

DOWNLOAD

16

Uncl 157 Kaoko  Box Culvert 2 KeRRA/HB/HBT/08/39/51/10%RMLF/22|23-094

B

HOMABAY TOWN

GENERAL

6,033,356.85

DOWNLOAD

23

U_G6979:Kolweny Prim –Alaro Sch (Box Culvert) KeRRA/HB/KAB/08/39/51/10%RMLF/22|23-101

B

KABONDO

GENERAL

6,968,316.85

DOWNLOAD

INSTRUCTIONS TO TENDERES

  1. Bidders who are prequalified in respective work category and Constituencies may tender.
  1. The scope of works for various contracts are as stipulated in Tender Documents and in the

          Contractors registered in work categories which have been outlined above.

  1. Bidders participating under Y, W&PWD need not be prequalified and their qualification

          criteria is outlined in the Bid document.

  1. Bidders participating under Youth, Women or Persons with Disability Must attach copies of

         their registration certificates issued by National Treasury.

  1. All MANDATORY requirements must be attached:
  1. Other qualification requirements are as outlined in the Tender Document.
  1. Bidders are requested to continually check the KeRRA website www.kerra.go.ke for any

         Tender addenda or clarifications that may arise before submission date.

  1. Pretender site visit is Mandatory and bidders are required to liaise with the respective Constituency Roads Officer to visit Site and thereafter collect duly Signed Pretender Site Certificate from the respective Constituency Roads Officer.

Interested eligible bidders will download the tender documents from the Kenya Rural Roads

Authority (KeRRA) website: www.kerra.go.ke from 6th January,2023.

Duly filled Tender Documents in plain sealed envelopes marked with respective tender number,

Project Name and constituency should be addressed to:

Regional Director - Roads,

Kenya Rural Roads Authority,

P.O. Box 550-40300

HOMABAY

All filled and sealed tenders MUST be submitted not later than 10.00 am on or before 17th January,2023, Homabay Regional Office.

The opening of the tenders will take place immediately thereafter at Homabay Regional Office in the

presence of contractors.

.

NB: Canvassing by tenderers will lead to automatic disqualification.

Eng. J. Kimilu

Regional Director

HOMABAY REGION

HOMA BAY REGION Public Participation FUNDING F/Y 2021/2022.

 

 

 

 

 

KENYA RURAL ROADS AUTHORITY

                                                                                                Homa Bay Region Office

                                                                                 P.O. Box 550-40300

                                                                                                             HOMA BAY, KENYA

                                                                                                                                       3rd October,2022         

TENDER  NOTICE

INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS

 download advert here

The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.

Bids are invited from contractors who are pre-qualified in the respective Constituencies in Homabay Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under Public Participation  F/Y 2021/2022.

 

           S/No.

ROAD NAME AND TENDER NO.

Work Category

Constituency

Reservation

Pre Tender Site Visit

 

01

U_G61160: Tom Mboya University Access Roads

KeRRA/HB/HBT/08/39/51/PH /21|22-257

C

HOMABAY TOWN

GENERAL

12/10/2022

download 

02

Nyandiwa  Jnct – Randung Centre- Rodi Road KeRRA/HB/RAN/08/39/51/PH /21|22-258

C

RANGWE

   YOUTH

12/10/2022

download 

03

R23-Suba: Sindo -Kombe

KeRRA/HB/SUB/08/39/51/PH/21|22-259

C

SUBA

GENERAL

12/10/2022

download 

04

Uncl: Kokeyo -Nyatoto  Road

KeRRA/HB/SUB/08/39/51/PH /21|22-260

C

SUBA

PWD

12/10/2022

download 

05

Umcl015 Kigoto – Nyamadede -Kumbatha Road    KeRRA/HB/SUB/08/39/51/PH /21|22-261

C

SUBA

GENERAL

12/10/2022

download 

06

UNCL077: Kodhoch -Ndiru Road KeRRA/HB/RAN/08/39/51/PH /21|22-262

C

RANGWE

WOMEN

12/10/2022

download 

INSTRUCTIONS TO TENDERES

 

  1. Bidders who are prequalified in respective work category and Constituencies may tender.
  1. 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.
  1. Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria is outlined in the Bid document.
  1. Bidders participating under Youth, Women or Persons with Disability Must attach copies of their registration certificates issued by National Treasury.
  1. You MUST attach the following copies of MANDATORY requirements:
  • Certified copies (by commissioner of oaths) of Certificate of incorporation, Certificates of registration and principal place of business
  • Valid & Certified Registration certificate for Road Works from National Construction Authority (NCA) NCA 8 and above
  • Valid, Certified & Current Practicing License for Road Works from National Construction Authority (NCA)
  • Authority to seek bank reference from the tenderer’s bankers(Current/Original)
  • Valid Tax Compliance Certificate (To be verified from the KRA TCC Online Checker)
  • Dully filled and stamped form of tender
  • Dully filled confidential business questionnaire
  • Certified copies (by commissioner of oaths) of National Identification cards for the company directors for Youth, Women and People with Disability for those bidding for roads in that category
  • Certified copy of Recent/Current CR12 generated form(s) for the last 12 months indicating Directors, Nationality, shareholding
  • Provide litigation history and History of non-performance of contracts - sworn affidavits (within 3 months of tender opening) for the last three years
  • Certificates and CV’S of key personnel as per the evaluation criteria in the tender document
  • Provide proof of experience in similar works (in scope and amount above 8 Million) as per the evaluation criteria in the tender document
  • Bank statements in the name of the firm for the last three months from the date of tender advertisement for the General tenders and Proof of bank account in the name of the firm for reserved tenders
  • Three years audited account.
  • Bidders MUST serialize all the pages of their tender documents.
  • Cash Flow of 8million for the last 3 years
  • Bidders MUST provide all the information required as per the tender document/tender advert.
  • Average turn over (Sale/Revenue) 8million 3 years
  • Prices quoted must remain valid for One Hundred and Twenty (120 days) from the tender opening date.
  • Bidders who do not meet any of the above conditions will NOT be considered for award for any contract.
  1. Other qualification requirements are as outlined in the Tender Document.
  1. Bidders are requested to continually check the KeRRA website www.kerra.go.ke for any tender addenda or clarifications that may arise before submission date.

Interested eligible bidders will download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke from 6th October,2022

Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:

                                      

Regional Director - Roads,

Kenya Rural Roads Authority,

P.O. Box 550-40300

HOMABAY

All filled and sealed tenders MUST be submitted not later than 10.00 am on or before

18th October,2022 , Homabay Regional Office.

The opening of the tenders will take place immediately thereafter at Homabay Regional Office in the presence of contractors.

.

NB: Canvassing by tenderers will lead to automatic disqualification.

 

Eng. J. Kimilu

Regional Director

HOMABAY REGION

HOMA BAY REGION Tender Notice On Minor Road Maintenance and Spot Improvement Works under Public Participation, F/Y 2021/2022

 

 

 

 

 

KENYA RURAL ROADS AUTHORITY

                                                                                                Homa Bay Region Office

                                                                                 P.O. Box 550-40300

                                                                                                             HOMA BAY, KENYA

                                                                                                                                               8th September,2022       

TENDER  NOTICE

INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS

 download advert here

The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.

Bids are invited from contractors who are pre-qualified in the respective Constituencies in Homabay Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under Public Participation, F/Y 2021/2022.

 

           S/No.

ROAD NAME AND TENDER NO.

Work Category

Constituency

Reservation

Pre Tender Site Visit

 

01

UNCL061: Manywanda –Kodumba Road

KeRRA/HB/NDW/08/39/51/PH /21|22-237

C

NDHIWA

GENERAL

20/09/2022

download

02

UNCL: Murram - Magina Road KeRRA/HB/NDW/08/39/51/PH /21|22-238

C

NDHIWA

   YOUTH

20/09/2022

download

03

UNCL: Odeyo Bridge (BOX CULVERT)

KeRRA/HB/KAB/08/39/51/PH/21|22-239

C

KABONDO

GENERAL

20/09/2022

download

04

U_G61285 Osakwe – Bala  Road

KeRRA/HB/KARA/08/39/51/PH /21|22-240

C

KARACHUONYO

PWD

20/09/2022

download

05

R57: Osiri - Kasongo Road    KeRRA/HB/SUB/08/39/51/PH /21|22-241

C

SUBA

GENERAL

20/09/2022

download

06

UNCL Otati – Bunge –Kobilo Road KeRRA/HB/SUB/08/39/51/PH /21|22-242

C

SUBA

WOMEN

20/09/2022

download

07

R57 Tonga – Kasongo Road

 KeRRA/HB/SUB/08/39/51/PH /21|22-243

C

SUBA

GENERAL

20/09/2022

download

08

R57 Tonga – Kibura Road  KeRRA/HB/SUB/08/39/51/PH /21|22-244

C

SUBA

GENERAL

20/09/2022

download

INSTRUCTIONS TO TENDERES

 

  1. Bidders who are prequalified in respective work category and Constituencies may tender.
  1. 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.
  1. Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria is outlined in the Bid document.
  1. Bidders participating under Youth, Women or Persons with Disability Must attach copies of their registration certificates issued by National Treasury.
  1. You MUST attach the following copies of MANDATORY requirements:
  • Certified copies (by commissioner of oaths) of Certificate of incorporation, Certificates of registration and principal place of business
  • Valid & Certified Registration certificate for Road Works from National Construction Authority (NCA) NCA 8 and above
  • Valid, Certified & Current Practicing License for Road Works from National Construction Authority (NCA)
  • Authority to seek bank reference from the tenderer’s bankers(Current/Original)
  • Valid Tax Compliance Certificate (To be verified from the KRA TCC Online Checker)
  • Dully filled and stamped form of tender
  • Dully filled confidential business questionnaire
  • Certified copies (by commissioner of oaths) of National Identification cards for the company directors for Youth, Women and People with Disability for those bidding for roads in that category
  • Certified copy of Recent/Current CR12 generated form(s) for the last 12 months indicating Directors, Nationality, shareholding
  • Provide litigation history and History of non-performance of contracts - sworn affidavits (within 3 months of tender opening) for the last three years
  • Certificates and CV’S of key personnel as per the evaluation criteria in the tender document
  • Provide proof of experience in similar works (in scope and amount above 8 Million) as per the evaluation criteria in the tender document
  • Bank statements in the name of the firm for the last three months from the date of tender advertisement for the General tenders and Proof of bank account in the name of the firm for reserved tenders
  • Three years audited account.
  • Bidders MUST serialize all the pages of their tender documents.
  • Cash Flow of 8million for the last 3 years
  • Bidders MUST provide all the information required as per the tender document/tender advert.
  • Average turn over (Sale/Revenue) 8million 3 years
  • Prices quoted must remain valid for One Hundred and Twenty (120 days) from the tender opening date.
  • Bidders who do not meet any of the above conditions will NOT be considered for award for any contract.
  1. Other qualification requirements are as outlined in the Tender Document.
  1. Bidders are requested to continually check the KeRRA website www.kerra.go.ke for any tender addenda or clarifications that may arise before submission date.

Interested eligible bidders will download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke from 20th September,2022

Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:

                                     

Regional Director - Roads,

Kenya Rural Roads Authority,

P.O. Box 550-40300

HOMABAY

All filled and sealed tenders MUST be submitted not later than 10.00 am on or before

28th  September,2022 , Homabay Regional Office.

The opening of the tenders will take place immediately thereafter at Homabay Regional Office in the presence of contractors.

.

NB: Canvassing by tenderers will lead to automatic disqualification.

 

Eng. J. Kimilu

Regional Director

HOMABAY REGION

Homabay region 10% cs

download tender notice here

 

KENYA RURAL ROADS AUTHORITY

                                                                                                                                Homa Bay Region Office

                                                                                                                                       P.O. Box 550,

                                                                                                                                    HOMA BAY, KENYA

 

Ref: HB/2018-19/003                                                                                                          30TH May, 2019

                                                                      

                                     TENDER NOTICE

INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS

 

Bids are invited from contractors who are pre-qualified in the following Constituencies and in the respective work categories for the following Minor Road Works/Spot Improvement Works.

 

 

Road code

Road Name

Contract number

Const.

 Max. estimated cost (Kshs)

Work Category

Comments

 

1.

C865

Kadel- Adiedo

2-51-18/19-116

KARACHUONYO

6,000,000.00

  B,C,D&E

   OPEN

download

2.

C862

Miniambo-Ogongo Primary

2-51-18/19-117

HOMABAY

6,000,000.00

  B,C,D&E

    YOUTH

download

3.

C862

Ngere-Gogo-Oturbam

2-51-18/19-118

HOMABAY

6,000,000.00

B,C,D&E

WOMEN

download

 

  1. GENERAL SCOPE OF WORKS FOR TENDERS

The scope of works for various contracts are as stipulated in the pre-qualification work categories which have been identified above.

  1. QUALIFICATION FOR BIDDING

All bids must be accompanied by certified copies of the following;

            a). Certificate of  incorporation

            b). Proof of registration with the NCA 8 and above

c). VAT registration Certificate

d). PIN registration Certificate

e). Valid Tax compliance certificate

  1. f) Bank statements for past 6months or audited accounts for past 3 yrs
  2. g) Equipment holding and proof of ownership
  3. h) Similar work experience
  4. i) Professional and technical personnel
  5. j) Copy of receipt issued after purchase of tender document

NB: In addition to the above criteria, the under listed requirements shall apply to those bidding for works under the special target group of  YWD (women, youth and persons with disabilities), who necessarily may need not have been pre-qualified as Roadworks contractors of kerra  - Homabay Region.

  • Certified copy of certificate of registration in a target group issued by National Treasury
  • Certified copy of recent  CR 12 form – 12 months
  • Copy of National identiy cards (IDs) or valid passports for all Directors of the Company

Tender documents can be obtained at the Regional office, Homa Bay, upon payment of a non-refundable fee of KShs 1,000.00 (one thousand shillings only) per document in form of bankers cheque payable to Kenya Rural Roads Authority.

The pre-tender site visit will be conducted on 4th June,2019 starting at 9.00am at Regional Office, Homa Bay.

 Tenders must be delivered in  the tender box  at the Regional Office, Homa Bay  on or before 13th June,2019 at 10.00am.

Opening of the tenders will take place immediately thereafter in the presence of tenderers who wish to attend.

NB: Canvassing by tenderers will lead to automatic disqualification.

       Eng. J. M. KIMILU

       DEPUTY DIRECTOR

 

HOMABAY REGION 10% RMLF Financial Year 2023/2024.

 

 

 

 

 

KENYA RURAL ROADS AUTHORITY

TENDER NOTICE

INVITATION OF BIDS FOR MINOR ROAD WORKS/ROUTINE MAINTENANCE AND SPOT IMPROVEMENT WORKS

 DOWNLOAD ADVERT HERE

The Kenya Rural Roads Authority (KeRRA) invites bids from contractors who are registered in Homabay Region  in respective Constituencies and work categories for the following road maintenance works/drainage structures funded under 10% Road Maintenance Levy Fund(RMLF) for the Financial Year 2023/2024.

S/NO

ROAD NAME AND TENDER NO.

Workcategory

Constituency

Reservation

 

01

U_G6562:ANGIRO –OTOLO ROAD

KeRRA/HB/RAN/08/39/51/10%RMLF/OTOLO/23|24-068

C

RANGWE

YOUTH

DOWNLOAD

02

U_G6888:CINEMA -NYAKURU-LIGARI ROAD

KeRRA/HB/RAN/08/39/51/10%RMLF/LIGARI/23|24-069

C

RANGWE

OPEN

DOWNLOAD

03

 UNCL069:JNCT KOSINA -MBEKA

KeRRA/HB/RAN/08/39/51/10%RMLF/MBEKA/23|24-070

C

RANGWE

OPEN

DOWNLOAD

04

UNCL071 OJINYO-NYAWITA

KeRRA/HB/RAN/08/39/51/10%RMLF/OJINYO/23|24-071

C

RANGWE

YOUTH

DOWNLOAD

05

E213J1:SARE-TWIST-AYIENGO

KeRRA/HB/KARA/08/39/51/10%RMLF/SARE/23|24-072

C

KARACHUONYO

YOUTH

DOWNLOAD

06

U_G63970: KANDIEGE –UHURU

KeRRA/HB/KARA/08/39/51/10%RMLF/UHURU/23|24-073

C

KARACHUONYO

OPEN

DOWNLOAD

07

UNCL124:SIBURI-GOT OYARO ROAD

KeRRA/HB/KARA/08/39/51/10%RMLF/SIBURI/23|24-074

C

KARACHUONYO

OPEN

DOWNLOAD

08

UNCL125: ST.INNOCENT JOY MIXED SEC SCH ROAD

KeRRA/HB/KARA/08/39/51/10%RMLF/ST INNOCENT/23|24-075

C

KARACHUONYO

WOMEN

DOWNLOAD

09

E219X:KADUU- MIRIU

KeRRA/HB/KAB/08/39/51/10%RMLF/MIRIU/23|24-076

C

KABONDO

OPEN

DOWNLOAD

10

U_F6112:KAKELO –AWACH ROAD

KeRRA/HB/KAB/08/39/51/10%RMLF/AWACH/23|24-077

C

KABONDO

OPEN

DOWNLOAD

11

UNCL013:A1JN KOROKOR-MIRUKA

KeRRA/HB/KAB/08/39/51/10%RMLF/MIRUKA/23|24-078

C

KABONDO

PWD

DOWNLOAD

12

E1034X:SIMBIRI BOX CULVERT

KeRRA/HB/KAS/08/39/51/10%RMLF/SIMBIRI/23|24-079

C

KASIPUL

YOUTH

DOWNLOAD

13

E210: SIKRI –LIDA ROAD

KeRRA/HB/KAS/08/39/51/10%RMLF/LIDA/23|24-080

C

KASIPUL

OPEN

DOWNLOAD

14

R17_HB:AWACH MAGUNGA ROAD

KeRRA/HB/KAS/08/39/51/10%RMLF/MAGUNGA/23|24-081

C

KASIPUL

PWD

DOWNLOAD

15

UNCL044:ANDIGO -LOO RATENG -NYAKAYA -MANYONYI ( BOX CULVERT)

KeRRA/HB/HBT/08/39/51/10%RMLF/ANDIGO/23|24-082

C

HOMABAY TOWN

OPEN

DOWNLOAD

16

UNCL049:SERO METHONI -NYOKOYO (BOX CULVERT)

KeRRA/HB/HBT/08/39/51/10%RMLF/ANDIGO/23|24-083

C

HOMABAY TOWN

PWD

DOWNLOAD

17

UNCL051:ADONGO- NYAKAYA-MANYONYI BOX CULVERT

KeRRA/HB/HBT/08/39/51/10%RMLF/ADONGO/23|24-084

C

HOMABAY

TOWN

OPEN

DOWNLOAD

18

D214:OSANI - WACHARA

KeRRA/HB/NDW/08/39/51/10%RMLF/OSANI/23|24-085

C

NDHIWA

WOMEN

DOWNLOAD

19

D214:WACHARA -KALAMINDI

KeRRA/HB/NDW/08/39/51/10%RMLF/WACHARA/23|24-086

C

NDHIWA

OPEN

DOWNLOAD

20

R14:OTOTO OGADA - PAP KAMENYA

KeRRA/HB/NDW/08/39/51/10%RMLF/OGADA/23|24-087

C

NDHIWA

OPEN

DOWNLOAD

21

E1025:JN E120 UTAJO -UGENGE

KeRRA/HB/MBT/08/39/51/10%RMLF/UTAJO/23|24-088

C

MBITA

OPEN

DOWNLOAD

22

U_E6172:OSENO -NYAROYA

KeRRA/HB/MBT/08/39/51/10%RMLF/OSENO/23|24-089

C

MBITA

YOUTH

DOWNLOAD

23

U_G6890:WAKULA BEACH - WAKULA PRI  SDA

KeRRA/HB/MBT/08/39/51/10%RMLF/WAKULA/23|24-090

C

MBITA

YOUTH

DOWNLOAD

24

UNCL029:PONGE -OLWENYA (BOX CULVERT)

KeRRA/HB/MBT/08/39/51/10%RMLF/OLWENYA/23|24-091

C

MBITA

PWD

DOWNLOAD

25

E114A:KAKOMO -MBERO -PUNDO SEKA HC

KeRRA/HB/SUB/08/39/51/10%RMLF/MBERO/23|24-092

C

SUBA

OPEN

DOWNLOAD

26

UNCL067:KIKUBI-OBUNGA -NYARGUSI

KeRRA/HB/SUB/08/39/51/10%RMLF/OBUNGA/23|24-093

C

SUBA

YOUTH

DOWNLOAD

27

URA29:NYAGWETHE-MWIYOYO-KIBANGA-MALONGO

KeRRA/HB/SUB/08/39/51/10%RMLF/KIBANGA/23|24-094

C

SUBA

OPEN

DOWNLOAD

INSTRUCTIONS TO TENDERES

  1. Bidders who are prequalified in respective Constituencies, under specified work categories are eligible to tender.
  1. The scope of works for the respective  tenders are as stipulated in Tender Documents and in

            the Contractors registered in work categories which have been outlined above.

  1. Bidders participating under Tenders that are reserved for Youth, Women & Persons with

Disability(PWD) need not be prequalified and their qualification criteria is outlined in the Bid document.

  1. Bidders participating under Youth, Women or Persons with Disability Must attach copies of

         their registration certificates issued by the National Treasury.

  1. All MANDATORY requirements must be attached:
  1. Other qualification requirements are as outlined in the Tender Document.
  1. Bidders are advised to continually check the KeRRA website www.kerra.go.ke for any

         Tender addenda or clarifications that may arise before submission date.

  1. Pretender site visit is Mandatory, bidders are required to liaise with the respective

         Constituency Roads Officer to visit Sites between 4th October,2023 and 11th October,2023

         both days inclusive, and thereafter collect Pretender Site visit certificates which MUST be

          signed  by the Regional Director.

         

The tender documents can be downloaded free of charge from  the Kenya Rural Roads

Authority (KeRRA) website: www.kerra.go.ke and Public  Procurement Information Portal(PPIP) as from 4th  October,2023.

Completed Tender Documents are to be enclosed in plain sealed envelopes clearly marked with  Tender Name  and Number, and submitted to KeRRA, Homabay Regional Office, addressed to:

Regional Director - Roads,

Kenya Rural Roads Authority,

P.O. Box 550-40300

HOMABAY

The tender documents are to be deposited in the respective tender boxes located at KeRRA,Homabay Regional Office so as to be received on or before 19th October,2023 at 11.00am.

Tenders will be opened immediately thereafter at KeRRA, Homabay Regional Office in the presence of bidders/representatives who wish to attend.

.

Bidders are advised that canvassing will lead to automatic disqualification.

Eng.Ogogo.C.T

REGIONAL DIRECTOR

HOMABAY REGION

HOMABAY REGION 22% RMLF and 10% RMLF Savings Funding Source for Financial Year 2022/2023.

 

 

 

 

 

KENYA RURAL ROADS AUTHORITY

                                                                                                                        

TENDER NOTICE

INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS

 

The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act 2007, with the responsibility of the management, development, rehabilitation and maintenance of rural roads.

Bids are invited from contractors who are registered in the respective Constituencies in Homabay Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under 22% RMLF and 10% RMLF Savings Funding Source for Financial Year 2022/2023.

 DOWNLOAD ADVERT HERE

S/No.

Road Name and Tender No.

Work Category

Constituency

Reservation

 

1

JN Kanyadhinag –Simbi

KeRRA/HB/KARA/08/39/51/22%RMLF -S/22|23-135

C

Karanyuonyo

OPEN

DOWNLOAD

2

Uncl:Kirima Sch –Kuoyo SDA –Kapis

KeRRA/HB/KARA/08/39/51/22%RMLF-S/22/23-136

C

Karanyuonyo

PWD

DOWNLOAD

3

Uncl:Namba Ogilo center –Ogilo Secondary

KeRRA/HB/KAB/08/39/51/22%RMLF-S/22|23-137

C

Kabondo

YOUTH

DOWNLOAD

4

Uncl142: Nyandolo –Miriu

KeRRA/HB/KAB/08/39/51/22%RMLF-S/22|23-138

C

Kabondo

OPEN

DOWNLOAD

5

Uncl Ongamo – JN Katun

KeRRA/HB/KAS/08/39/51/22%RMLF-S/22|23-139

C

Kasipul

OPEN

DOWNLOAD

6

Uncl:Kigoto –Nyamadede- Kumbatha (Box Culvert)

KeRRA/HB/SUB/08/39/51/22%RMLF-S/22|23-140

B

Suba

OPEN

DOWNLOAD

7

Uncl:Kaugege – Beach Access Road

KeRRA/HB/MBT/08/39/51/22%RMLF-S/22|23-141

C

Mbita

WOMEN

DOWNLOAD

8

Uncl: Gogo-Katuma –Kijawa

KeRRA/HB/HBT/08/39/51/22%RMLF-S/22|23-142

C

Homabay Town

OPEN

DOWNLOAD

9

C872:Kabodo – Kadio

KeRRA/HB/NDW/08/39/51/22%RMLF-S/22|23-143

C

Ndhiwa

OPEN

DOWNLOAD

10

Uncl:Onganga –Nyachar –Anyinjo

KeRRA/HB/RAN/08/39/51/22%RMLF-S/22|23-144

 C

Rangwe

YOUTH

DOWNLOAD

11

Uncl:Adiedo –Twist –Denga Primary –Border

KeRRA/HB/KARA/08/39/51/10%RMLF-S/22|23-145

C

Karachuonyo

OPEN

DOWNLOAD

12

Kakapere Junct – Kadie Secondary KeRRA/HB/KAB/08/39/51/10%RMLF-S/22|23-146

C

Kabondo

YOUTH

DOWNLOAD

13

Uncl144:Bongu –Kachieng –Awach

KeRRA/HB/KAS/08/39/51/10%RMLF-S/22|23-147

C

Kasipul

OPEN

DOWNLOAD

14

Uncl:Luwimi –Rang’wa –Rowo Road KeRRA/HB/SUB/08/39/51/10%RMLF-S22|23-148

C

Suba South

OPEN

DOWNLOAD

15

Uncl:JN Mbita High School -Kawaater KeRRA/HB/MBT/08/39/51/10%-RMFLS/22|23-149

C

Mbita

OPEN

DOWNLOAD

16

R12 Disii –Yogo

KeRRA/HB/HBT/08/39/51/10%RMLF-S/22|23-150

C

Homabay Town

OPEN

DOWNLOAD

17

Uncl Sing;enge Box Culvert Protection works KeRRA/HB/NDW/08/39/51/10%RMLF-S/22|23-151

C

Ndhiwa

WOMEN

DOWNLOAD

18

Uncl: Omoche - Anyalo KeRRA/HB/RAN/08/39/51/10%RMLF-S/22|23-152

C

Rangwe

OPEN

DOWNLOAD

 

INSTRUCTIONS TO TENDERES

  1. Bidders who are prequalified in respective constituencies and under specified work categories are eligible to tender.
  2. The scope of works for the respective tenders are as stipulated in the Tender Documents.
  3. Bidders participating under tenders that are reserved for Youth, Women or Persons with Disability (PWD) need not to be prequalified and their qualification criteria is outlined in the Bid document.
  4. Bidders participating under Youth, Women or Persons with Disability must attach copies of registration certificates issued by National Treasury.
  5. All MANDATORY requirements must be attached:
  6. Other qualification requirements are as outlined in the Tender Document.
  7. Bidders are advised to continually check the KeRRA website www.kerra.go.ke for any Tender addenda or clarifications that may arise before submission date.
  8. Pretender site visits are Mandatory. Bidders are required to liaise with the respective Constituency Roads Officer to visit the site and thereafter collect duly Signed Pretender Site Certificates from the respective Constituency Roads Officer.

The tender documents can be downloaded free of charge from Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke and Public Procurement Information Portal (PPIP).

Completed Tender Documents are to be enclosed in plain sealed envelopes clearly marked with tender name and reference number and submitted to KeRRA, Homabay Regional Office, addressed to:

 

Regional Director

Kenya Rural Roads Authority,

P.O. Box 550-40300

HOMABAY

The tender documents are to be deposited in the respective tender boxes located at KeRRA, Homabay  Regional Office so as to be received on or before or before 14th September 2023 at 11.00am.

 

Tenders will be opened immediately thereafter at KeRRA, Homabay Regional Office in the presence of bidders/representatives who wish to attend.

Bidders are advised that canvassing by tenderers will lead to automatic disqualification.

REGIONAL DIRECTOR

HOMABAY REGION

HOMABAY REGION 22% RMLF Financial Year 2023/2024.

 

 

 

 

 

KENYA RURAL ROADS AUTHORITY

 

TENDER NOTICE

INVITATION OF BIDS FOR MINOR ROAD WORKS/ROUTINE MAINTENANCE AND SPOT IMPROVEMENT WORKS

 DOWNLOAD ADVERT HERE

The Kenya Rural Roads Authority (KeRRA) invites bids from contractors who are registered in Homabay Regionin respective Constituencies and work categories for the following road maintenance works/drainage structures funded under 22% Road Maintenance Levy Fund(RMLF) for Financial Year 2023/2024.

S/NO

ROAD NAME AND TENDER NO.

Workcategory

Constituency

Reservation

 

01

E115J2:RINGA PRY JUNCT -LUKOMA

KeRRA/HB/MBT/08/39/51/22%RMLF/LUKOMA/23|24-001

C

MBITA

OPEN

DOWNLOAD

02

E115X:KORIRI JUNCT - GULWE

KeRRA/HB/MBT/08/39/51/22%RMLF/GULWE/23|24-002

C

MBITA

OPEN

DOWNLOAD

03

UNCL138:KISUI -KIRAMBO

KeRRA/HB/MBT/08/39/51/22%RMLF/KISUI/23|24-003

C

MBITA

OPEN

DOWNLOAD

04

UNCL031:GOD JOPE - KAMATO

KeRRA/HB/MBT/08/39/51/22%RMLF/KAMATO//23|24-004

C

MBITA

YOUTH

DOWNLOAD

05

UNCL034: LWANDA -KANYAKIAMO

KeRRA/HB/MBT/08/39/51/22%RMLF/LWANDA/23|24-005

C

MBITA

OPEN

DOWNLOAD

06

UNCL039: KOMBE - GERA

KeRRA/HB/MBT/08/39/51/22%RMLF/GERA/23|24-006

C

MBITA

WOMEN

DOWNLOAD

07

UNCL042:JN E120 -UTAJO- TOM MBOYA GIRLS - ULUGI BEACH

KeRRA/HB/MBT/08/39/51/22%RMLF/UTAJO/23|24-007

C

MBITA

OPEN

DOWNLOAD

08

URA23:RODI KOPNY -NYAMBORI OREGO SCHOOL

KeRRA/HB/HBT/08/39/51/22%RMLF/OREGO//23|24-008

C

HOMABAY TOWN

OPEN

DOWNLOAD

09

URA7:NYALKINYI -IMBO

KeRRA/HB/HBT/08/39/51/22%RMLF/IMBO/23|24-009

C

HOMABAY TOWN

YOUTH

DOWNLOAD

10

UNCL045:LUANDA MISAO -CHIGA

KeRRA/HB/HBT/08/39/51/22%RMLF/CHIGA/23|24-010

C

HOMABAY TOWN

WOMEN

DOWNLOAD

11

UNCL046:RUGA - MAGUTI

KeRRA/HB/HBT/08/39/51/22%RMLF/MAGUTI/23|24-011

C

HOMABAY TOWN

OPEN

DOWNLOAD

12

UNCL049:SERO - OGANDE - NYAKOYO - NDIRU

KeRRA/HB/HBT/08/39/51/22%RMLF/NDIRU/23|24-012

C

HOMABAY TOWN

OPEN

DOWNLOAD

13

UNCL141:ACHEGO -OBAMBO -OGOYE

KeRRA/HB/HBT/08/39/51/22%RMLF/OGOYE/23|24-013

C

HOMABAY TOWN

PWD

DOWNLOAD

14

UNCL153:MAGUJE -KADHAWA -OGANDE -NYAKOYO -NDIRU

KeRRA/HB/HBT/08/39/51/22%RMLF/MAGUJE/23|24-014

C

HOMABAY TOWN

OPEN

DOWNLOAD

15

E1035:NGEGU - MIJERI

KeRRA/HB/RAN/08/39/51/22%RMLF/MIJERI/23|24-015

C

RANGWE

OPEN

DOWNLOAD

16

E214:RANGWE - NDIRU

KeRRA/HB/RAN/08/39/51/22%RMLF/RAGWE/23|24-016

C

RANGWE

WOMEN

DOWNLOAD

17

G6988:NGEGU -STORE PAMBA-LIGISA

KeRRA/HB/RAN/08/39/51/22%RMLF/NGEGU/23|24-017

C

RANGWE

YOUTH

DOWNLOAD

18

UNCL069:NYAKWATHA-MBEKA-WIKOTENG -SINEMA

KeRRA/HB/RAN/08/39/51/22%RMLF/MBEKA/23|24-018

C

RANGWE

OPEN

DOWNLOAD

19

UNCL077:KODHOCH - LUORA JN

KeRRA/HB/RAN/08/39/51/22%RMLF/LOURA JN/23|24-019

C

RANGWE

PWD

DOWNLOAD

20

UNCL136: OMOCHE-KOYOO

KeRRA/HB/RAN/08/39/51/22%RMLF/KOYOO/23|24-020

C

RANGWE

OPEN

DOWNLOAD

21

C875:DOL -RAGWE -ONYEGE

KeRRA/HB/KAS/08/39/51/22%RMLF/ONYEGE/23|24-021

C

KASIPUL

OPEN

DOWNLOAD

22

E213X:NYANGIELA -KWOYO - OYOMBE

KeRRA/HB/KAS/08/39/51/22%RMLF/OYOMBE/23|24-022

C

KASIPUL

YOUTH

DOWNLOAD

23

R37:KOTIENO – NYANGIELA

KeRRA/HB/KAS/08/39/51/22%RMLF/KOTIENO/23|24-023

C

KASIPUL

OPEN

DOWNLOAD

24

R42:DOL -MOSOCHO DB

KeRRA/HB/KAS/08/39/51/22%RMLF/DOL//23|24-024

C

KASIPUL

WOMEN

DOWNLOAD

25

UNCL022:NAMBA-KAYOMA-KOSELE -NYAFARE

KeRRA/HB/KAS/08/39/51/22%RMLF/NAMBA/23|24--025

C

KASIPUL

PWD

DOWNLOAD

26

UNCL023:JN C18 DOL - KAROGO

KeRRA/HB/KAS/08/39/51/22%RMLF/KAROGO/23|24-026

C

KASIPUL

OPEN

DOWNLOAD

27

UNCL130:NYAHERA -GUU  OWADE

KeRRA/HB/KAS/08/39/51/22%RMLF/OWADE/23|24-027

C

KASIPUL

OPEN

DOWNLOAD

28

UNCL132:NYIRONDO -MIRUNDA -KAWERE -CENTRE -KIWIRO

KeRRA/HB/KAS/08/39/51/22%RMLF/KIWIRO/23|24-028

C

KASIPUL

OPEN

DOWNLOAD

29

E122:JN D219 KONANI - MAINUGA - TAUSI EACH

KeRRA/HB/KARA/08/39/51/22%RMLF/KONANI/23|24-029

C

KARACHUONYO

OPEN

DOWNLOAD

30

E215J1:OKIKI AMAYO -MIGUNDE

KeRRA/HB/KARA/08/39/51/22%RMLF/OKIKI/23|24-030

C

KARACHUONYO

YOUTH

DOWNLOAD

31

G63938:SERE -WARAO LIETA -OTARO

KeRRA/HB/KARA/08/39/51/22%RMLF/OTARO/23|24-031

C

KARACHUONYO

PWD

DOWNLOAD

32

G63951:NJERI -ORIWO

KeRRA/HB/KARA/08/39/51/22%RMLF/NJERI/23|24-032

C

KARACHUONYO

WOMEN

DOWNLOAD

33

U_G6956:KOTIENO -GUMBA -MAWEGO

KeRRA/HB/KARA/08/39/51/22%RMLF/GUMBA/23|24-033

C

KARACHUONYO

OPEN

DOWNLOAD

34

UNCL003:MALELE BEACH - KOUGO - NYANDUSI - JN D217

KeRRA/HB/KARA/08/39/51/22%RMLF/KOUGO/23|24-034

C

KARACHUONYO

OPEN

DOWNLOAD

35

UNCL004:SEKA DOK - SOKO PRIMARY- JN D217

KeRRA/HB/KARA/08/39/51/22%RMLF/SEKADOK/23|24-035

C

KARACHUONYO

OPEN

DOWNLOAD

36

UNCL106:JN C19 KANYADHIANG - KOSELE

KeRRA/HB/KARA/08/39/51/22%RMLF/KOSELE/23|24-036

C

KARACHUONYO

OPEN

DOWNLOAD

37

UNCL124:ADHIRO -GOT OYARO

KeRRA/HB/KARA/08/39/51/22%RMLF/ADHIRO/23|24-037

C

KARACHUONYO

OPEN

DOWNLOAD

38

E209:GAMBA - OGERA

KeRRA/HB/KAB/08/39/51/22%RMLF/ODERA/23|24-038

C

KABONDO

  DOWNLOAD

39

U_G1260:NYAMWAGA - KOWICH

KeRRA/HB/KAB/08/39/51/22%RMLF/KOWICH/23|24-039

C

KABONDO

YOUTH

DOWNLOAD

40

U_G1276:CHABERA -ONGUJO

KeRRA/HB/KAB/08/39/51/22%RMLF/ONGUJO//23|24-040

C

KABONDO

OPEN

DOWNLOAD

41

U_G1282: ATEMO - GAMBA

KeRRA/HB/KAB/08/39/51/22%RMLF/ATEMO/23|24-041

C

KABONDO

YOUTH

DOWNLOAD

42

U_G63892:MIKAI -NYATERE

KeRRA/HB/KAB/08/39/51/22%RMLF/MIKAI/23|24-042

C

KABONDO

WOMEN

DOWNLOAD

43

U_G63919:NYAWANGO DISPENSARY- PUNDO -KARIANY

KeRRA/HB/KAB/08/39/51/22%RMLF/PUNDO/23|24-043

C

KABONDO

PWD

DOWNLOAD

44

U_G63921:JN KARAO - AJARA

KeRRA/HB/KAB/08/39/51/22%RMLF/AJARA/23|24-044

C

KABONDO

OPEN

DOWNLOAD

45

U_G63922: NYABENDE - LWANDA

KeRRA/HB/KAB/08/39/51/22%RMLF/LWANDA/23|24-045

C

KABONDO

OPEN

DOWNLOAD

46

UNCL008:NAMBA OGILO - KANGAI -ODINO RING

KeRRA/HB/KAB/08/39/51/22%RMLF/ODINO/23|24-046

C

KABONDO

OPEN

DOWNLOAD

47

UNCL011:CORNER KOGEYA -KALABAN -KILUSI

KeRRA/HB/KAB/08/39/51/22%RMLF/KILUSI/23|24-047

C

KABONDO

OPEN

DOWNLOAD

48

UNCL120:DAGO MKT - PONGE -NYANDOLO

KeRRA/HB/KAB/08/39/51/22%RMLF/PONGE/23|24-048

C

KABONDO

OPEN

DOWNLOAD

49

E113J2:LAKNYIERO - OGAKA -NYATAMBE -RASIRA

KeRRA/HB/SUB/08/39/51/22%RMLF/RASIRA/23|24-049

C

SUBA

OPEN

DOWNLOAD

50

E114:KAKOMO-GOD BURA-ORONGO

KeRRA/HB/SUB/08/39/51/22%RMLF/ORONGO/23|24-050

C

SUBA

OPEN

DOWNLOAD

51

E114:NYANDIWA -KIJEBI-KAKOMO

KeRRA/HB/SUB/08/39/51/22%RMLF/KIJEBI/23|24-051

C

SUBA

OPEN

DOWNLOAD

52

E15A:MAGUNGA - MUMISA OMA KIDHIREKA

KeRRA/HB/SUB/08/39/51/22%RMLF/MUMISA/23|24-052

C

SUBA

WOMEN

DOWNLOAD

53

E15A:OTATI -MANANJA

KeRRA/HB/SUB/08/39/51/22%RMLF/OTATI/23|24-053

C

SUBA

YOUYH

DOWNLOAD

54

E15 :OTATI -MANANJA -SEKA H/C-KOGA MAGUNGA

KeRRA/HB/SUB/08/39/51/22%RMLF/MAGUNGA/23|24-054

C

SUBA

OPEN

DOWNLOAD

55

R23-SUBA:SINDO - GERA -KOMBE

KeRRA/HB/SUB/08/39/51/22%RMLF/KOMBE/23|24-055

C

SUBA

OPEN

DOWNLOAD

56

R26:ROO - KOYOMBE- SINDO

KeRRA/HB/SUB/08/39/51/22%RMLF/ROO//23|24-056

C

SUBA

YOUTH

DOWNLOAD

57

R26-SUBA :SINDO -MISARE

KeRRA/HB/SUB/08/39/51/22%RMLF/MISARE/23|24-057

C

SUBA

WOMEN

DOWNLOAD

58

R57:TONGA -KIEMBE -JERUSALEM -NYAKORA

KeRRA/HB/SUB/08/39/51/22%RMLF/NYAKORA/23|24-058

C

SUBA

OPEN

DOWNLOAD

59

R57:TONGA -KISAKU -KASONGO-KIRAMBO-OSIRI

KeRRA/HB/SUB/08/39/51/22%RMLF/OSIRI/23|24-059

C

SUBA

OPEN

DOWNLOAD

60

U_G61265:NYASOKO -MIRIYA -KOGA

KeRRA/HB/SUB/08/39/51/22%RMLF/KOGA/23|24-060

C

SUBA

PWD

DOWNLOAD

61

UNCL043:KOGUTA - NYABERA

KeRRA/HB/SUB/08/39/51/22%RMLF/KOGUTA/23|24-061

C

SUBA

OPEN

DOWNLOAD

62

URA8:RUMA PARK -NYATOTO -KOLAYO -KAMSAMA

KeRRA/HB/SUB/08/39/51/22%RMLF/RUMA/23|24-062

C

SUBA

OPEN

DOWNLOAD

63

U_D6020:NYAMAUORO BOX CULVERT(MURRAM -KUDHO)

KeRRA/HB/NDW/08/39/51/22%RMLF/KODHO/23|24-063

C

NDHIWA

OPEN

DOWNLOAD

64

UNCL062:KODUMBA -SIGAMA-GAENA

KeRRA/HB/NDW/08/39/51/22%RMLF/GAENA/23|24-064

C

NDHIWA

OPEN

DOWNLOAD

65

UNCL064:KOBODO -NYANDIWA-RAMOYA

KeRRA/HB/NDW/08/39/51/22%RMLF/KOBODO/23|24-065

C

NDHIWA

YOUTH

DOWNLOAD

66

UNCL064:NYORORI BOX CULVERT

KeRRA/HB/NDW/08/39/51/22%RMLF/NYORORI/23|24-066

C

NDHIWA

WOMEN

DOWNLOAD

67

URA7: KOBODO -LANGI

KeRRA/HB/NDW/08/39/51/22%RMLF/LANGI/23|24-067

C

NDHIWA

OPEN

DOWNLOAD

INSTRUCTIONS TO TENDERES

  1. Bidders who are prequalified in respective Constituencies, under specified work categories are eligible to tender.
  1. The scope of works for the  respective  tenders are as stipulated in Tender Documents and in

            the Contractors registered in work categories which have been outlined above.

  1. Bidders participating under Tenders that are reserved for Youth, Women & Persons with

Disability(PWD) need not be prequalified and their qualification criteria is outlined in the Bid document.

  1. Bidders participating under Youth, Women or Persons with Disability Must attach copies of

         their registration certificates issued by National Treasury.

  1. All MANDATORY requirements must be attached:
  1. Other qualification requirements are as outlined in the Tender Document.
  1. Bidders are advised to continually check the KeRRA website www.kerra.go.ke for any

         Tender addenda or clarifications that may arise before submission date.

  1. Pretender site visit is Mandatory, bidders are required to liaise with the respective

 Constituency Roads Officer to visit Sites between 4th October,2023 and 11th October,2023 both days inclusive, and thereafter collect Pretender Site visit certificates which must be signed by the Regional Director.

         

The tender documents can be downloaded free of charge from  the Kenya Rural Roads

Authority (KeRRA) website: www.kerra.go.ke and Public  Procurement Information Portal(PPIP) as from 4th  October,2023.

Completed  Tender Documents in plain sealed envelopes marked with respective tender number,

Project Name and constituency should be addressed to:

Regional Director - Roads,

Kenya Rural Roads Authority,

P.O. Box 550-40300

HOMABAY

The tender documents are to be deposited in the respective tender boxes located at KeRRA,Homabay Regional Office so as to be received on or before 18th October,2023 at 11.00am.

Tenders will be opened immediately thereafter at KeRRA, Homabay Regional Office in the presence of bidders/representatives who wish to attend.

.

Bidders are advised that canvassing will lead to automatic disqualification.

Eng.Ogogo.C.T

REGIONAL DIRECTOR

HOMABAY REGION

HOMABAY REGION 22% RMLF RANGWE CONSITUENCY -F/Y 2020-21

Download Tender Notice Here

 

KENYA RURAL ROADS AUTHORITY

                                                                                                                                                                                                                                      Homa Bay Region Office

                                                                                                                                                                                                                                      P.O. Box 550,

                                                                                                                                                                                                                                      HOMA BAY, KENYA

                                                                                                                                                                                                                                     14th April, 2021  

                                                                      

      TENDER NOTICE

INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS

 

Bids are invited from contractors who are pre-qualified in the following Constituencies and in the respective work categories for the following Minor Road Works/Spot Improvement Works.

 

 

Road Name

Contract number

Const.

Comments

1

Koguta – Nyasanja -Nyabera

KeRRA/011/39/HB/SUB/GOKD-S/20|21-093

Suba

Open

2

Ngegu –Store Pamba _Nyajanja -Ligisa

KeRRA/011/39/HB/RAN/22%/20|21-051

Rangwe

Women

3

Nyandiwa -Randung

KeRRA/011/39/HB/RAN/22%/20|21-052

Rangwe

Open

4

DB Rangwe -Oboke

KeRRA/011/39/HB/RAN/22%/20|21-053

Rangwe

Youth

5

Leeds –Sinogo – Auch Muga

KeRRA/011/39/HB/RAN/22%/20|21-054

Rangwe

Open

6

Rangwe - Ndiru

KeRRA/011/39/HB/RAN/22%/20|21-134

Rangwe

Open

7

Omoche - Koyoo

KeRRA/011/39/HB/RAN/22%/20|21-135

Rangwe

Disable

8

Nyakwatha-Mbeka-Wikoteng -Sinema

KeRRA/011/39/HB/RAN/10%/20|21-136

Rangwe

Open

9

Nyauu -Mariwa 

KeRRA/011/39/HB/RAN/10%/20|21-137

Rangwe

Women

 

 

  1. GENERAL SCOPE OF WORKS FOR TENDERS

The scope of works for various contracts are as stipulated in the pre-qualification work categories which have been identified above.

QUALIFICATION FOR BIDDING

The following documents MUST be submitted together with the priced bid. Failure to submit these documents will be a reason for disqualification. Bidders are instructed to read the advert along with the instructions to tenderers.

(i) Certified Certificate of Incorporation by the Registrar of Companies.

(ii) Duly filled, signed and stamped form of tender.

(iii) Current certified CR12 Certificate from the Registrar of Companies (within 12 Months before date of opening). This should be provided with Identification Documents of Directors. (ID or Passport).

(iv) Certified copy of VAT & PIN registration

(v) Copy of certified certificate of registration with the National Construction Authority and practicing licence in Category NCA8 and above.

(vi) Valid Tax Compliance Certificate to be confirmed at http://www.kra.go.ke/notices/tcc-checker.html

(vii) Attach a Duly signed, filled and stamped Confidential Business Questionnaire (CBQ)

(viii) All Pages of the submitted documents to be Serialised

(ix) Bank Statement for the last Three months from the date of the advert. Please take note that the proceeds of the contract will be credited into the account number that is reflected in this bank statement.

(x) Major items of construction, equipment owned or leased.

(xi) Any other information / condition as stipulated in the tender Documents

(xii) Authority to seek references from the Tenderer’s bankers

(xiii) Experience in work of a similar nature and size for at least the last three years.

(xiv) Qualifications and experience of key site management and technical personnel proposed for the contract.

(xv) Current Single business license

(xvi) Audited accounts for previous three (3)years (Certified copies)

(xviii) Site visit familiarization form to be duly filled, signed and stamp.

Bidders applying for tenders reserved for the disadvantaged groups (Youth, Women & Disabled)  pursuant to Treasury circular no, 1/2015 No II serves as prequalified and must provide the following

additional information:

(i) A copy of certificate of registration under the Access to Government Procurement Opportunities (AGPO) Preferences and Reservations program

(ii) A copy of a recent CR12 Form from Registrar of Companies

(iii) A proof of having opened a Bank Account

(iv) Names and Copies of National Identity Cards / Valid Passports of directors

(v) Copies of National Identity Cards / Valid Passports of Directors

(vi) Certified copy of certificate from the National Council of Persons with Disability (for Persons Living With Disabilities)

Adequacy of qualifications will be determined through an evaluation procedure as described in the bid documents.

Interested eligible contractors may obtain tender documents from KeRRA website www.kerra.go.ke

Subsequent to Presidential directives issued on Covid-19 Pandemic there shall be no Pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of the bids. The bidders are also asked to fill, stamp and sign the site visit familiarization form in the document.

Tenders must be delivered in the tender box at the Regional Office, Homa Bay on or before 28th   April, 2021 at 10.00 Am.

Opening of the tenders will take place immediately thereafter in the presence of tenderers who wish to attend.

NB: Canvassing by tenderers will lead to automatic disqualification.

 

 

 

Eng. J. M. Kimilu

REGIONAL DIRECTOR

HOMABAY REGION

 

HOMABAY REGION 22%RMLF -F/Y 2021-22

Download Tender Notice Here

 

KENYA RURAL ROADS AUTHORITY

                                                                                                                                                                                                                                    Homa Bay Region Office

                                                                                                                                                                                                                                                                                     P.O. Box 550-40300,

                                                                                                                                                                                                                                                                                     HOMA BAY, KENYA

 

 

                                                                                                                                                                                                                                                                                 4th October, 2021                                                                          

TENDER  NOTICE

INVITATION OF BIDS FOR MAINTANANCE/SPOT IMPROVEMENT WORKS

The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.

Bids are invited from contractors who are pre-qualified in the respective Constituencies in Homabay Region and in the respective work categories for the following Routine Maintenance and Spot Improvement Works under 22% RMLF  F/Y 2021-2022

 

          S/No.

 

 

Road Code and Name

Tender No.

Work Category

Reservation

 

Constituency:Karachuonyo

     

001

NJERI -ORIWO

KeRRA/HB/KARA/08/39/51/22%RMLF/21|22-002

C

YOUTH

002

ORIANG -KIWIRO

KeRRA/HB/KARA/08/39/51/22%RMLF/21|22-003

C

General

  

  003

NGETA - OTARO

KeRRA/HB/KARA/08/39/51/22%RMLF/21|22-004

C

General

004

RAMBIRA - YOUTH GUNGA-MAWEGO-ASIYO

KeRRA/HB/KARA/08/39/51/22%RMLF/21|22-005

C

General

005

KANYADHIANG - GENDIA HOSPITAL

KeRRA/HB/KARA/08/39/51/22%RMLF/21|22-006

C

General

006

JN C19 KANYADHIANG - KOSELE

KeRRA/HB/KARA/08/39/51/22%RMLF/21|22-001

C

General

007

NYATOTO -AWACH BRIDGE - WANGA -DONGOONENO NAM

KeRRA/HB/KARA/08/39/51/22%RMLF/21|22-007

C

PWD

 

 

Constituency:Kasipul

     

008

KOSELE – NYAFARE(E1034X)

KeRRA/HB/KAS/08/39/51/22%RMLF/21|22-008

C

PWD

009

NYANGIELA – OYOMBE(E213X)

KeRRA/HB/KAS/08/39/51/22%RMLF/21|22-009

C

GENERAL

010

DOL- RAGWE -ONYENGE(E214)

KeRRA/HB/KAS/08/39/51/22%RMLF/21|22-010

C

GENERAL

011

BONGU - AGAO-AWACH-KAKELO(R46)

KeRRA/HB/KAS/08/39/51/22%RMLF/21|22-011

C

YOUTH

012

SIKRI _NYAJUELA –KOMBAKA(UNCL129)

KeRRA/HB/KAS/08/39/51/22%RMLF/21|22-012

C

GENERAL

013

MIRUNDA -KAWERE -CENTRE –KIWIRO(UNCL132)

KeRRA/HB/KAS/08/39/51/22%RMLF/21|22-013

C

GENERAL

 

Constituency:Kabondo

     

014

RAMULA - SONDU

KeRRA/HB/KAB/08/39/51/22%RMLF/21|22-014

C

WOMEN

015

A1JN OGERA - GAMBA-APONDO

KeRRA/HB/KAB/08/39/51/22%RMLF/21|22-015

C

GENERAL

016

KODULA -PALA

KeRRA/HB/KAB/08/39/51/22%RMLF/21|22-016

C

GENERAL

017

WANGAPALA -MAMBOLEO

KeRRA/HB/KAB/08/39/51/22%RMLF/21|22-017

C

GENERAL

018

JN A1 KADONGO - OSURI

KeRRA/HB/KAB/08/39/51/22%RMLF/21|22-018

C

GENERAL

019

JN D217 OGILO - ODINO

KeRRA/HB/KAB/08/39/51/22%RMLF/21|22-019

C

GENERAL

 

 

 

Constituency:Suba

     

020

MAGUNGA - MANANJA

KeRRA/HB/SUB/08/39/51/22%RMLF/21|22-020

C

GENERAL

021

ROO - KOYOMBE- SINDO

KeRRA/HB/SUB/08/39/51/22%RMLF/21|22-021

C

YOUTH

022

SINDO -MISARE

KeRRA/HB/SUB/08/39/51/22%RMLF/21|22-022

C

GENERAL

023

GENDO -KIGOTO

KeRRA/HB/SUB/08/39/51/22%RMLF/21|22-023

C

GENERAL

024

KOGUTA - NYABERA

KeRRA/HB/SUB/08/39/51/22%RMLF/21|22-024

C

GENERAL

025

KIKUBI-OBUNGA -NYARGUSI

KeRRA/HB/SUB/08/39/51/22%RMLF/21|22-025

C

PWD

026

KAGORO -ORORRE

KeRRA/HB/SUB/08/39/51/22%RMLF/21|22-026

C

GENERAL

 

Constituency:Rangwe

     

027

DB RANGWE - OBOKE

KeRRA/HB/RAN/08/39/51/22%RMLF/21|22-027

C

 GENERAL

Nn b m028

RANGWE - NDIRU

KeRRA/HB/RAN/08/39/51/22%RMLF/21|22-028

      C

GENERAL

029

NGEGU -STORE PAMBA

KeRRA/HB/RAN/08/39/51/22%RMLF/21|22-029

      C

GENERAL

030

NYAKWATHA-MBEKA-WIKOTENG -SINEMA

KeRRA/HB/RAN/08/39/51/22%RMLF/21|22-030

C

WOMEN

031

ONYEGE -NYOKAL - NAMBA

KeRRA/HB/RAN/08/39/51/22%RMLF/21|22-031

C

GENERAL

032

LEEDS SINOGO -AUCH MUGA

KeRRA/HB/RAN/08/39/51/22%RMLF/21|22-032

C

YOUTH

 

 

Constituency:Ndhiwa

     

033

JN C18 KATIENO -KABODO -MALELA

KeRRA/HB/NDW/08/39/51/22%RMLF/21|22-033

C

General

034

MIROGI -OPAPO

KeRRA/HB/NDW/08/39/51/22%RMLF/21|22-034

C

 

General

035

OSANI - KALAMINDI

KeRRA/HB/NDW/08/39/51/22%RMLF/21|22-035

C

General

 

Constituency:Mbita

     

036

KAMSAMA - KITARE USAO

KeRRA/HB/MBT/08/39/51/22%RMLF/21|22-036

C

GENERAL

037

UKOWE -LUORE

KeRRA/HB/MBT/08/39/51/22%RMLF/21|22-037

C

WOMEN

038

SENA - UOZI(C1011)

KeRRA/HB/MBT/08/39/51/22%RMLF/21|22-038

C

GENERAL

039

UOZI -YOKIA(C1010)

KeRRA/HB/MBT/08/39/51/22%RMLF/21|22-039

C

GENERAL

040

KAMSAMA -OLWEYA PRIMARY - WAONDO

KeRRA/HB/MBT/08/39/51/22%RMLF/21|22-040

C

YOUTH

041

GOD JOPE - KAMATO

KeRRA/HB/MBT/08/39/51/22%RMLF/21|22-041

C

GENERAL

042

LWANDA OLOO - MIORORE

KeRRA/HB/MBT/08/39/51/22%RMLF/21|22-042

C

PWD

 

INSTRUCTIONS TO TENDERES

      Bidders who are prequalified in respective work category and Constituencies may tender.

  1. 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.
  1. Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria is outlined in the Bid document.
  1. Bidders participating under Youth, Women or Persons with Disability Must attach copies of their registration certificates issued by National Treasury.
  1. You MUST attach the following copies of MANDATORY requirements:
  • Certified copies (by commissioner of oaths) of Certificate of incorporation, Certificates of registration and principal place of business
  • Valid Registration certificate for Road Works from National Construction Authority (NCA) NCA 8 and above (Attach certified Copies by commissioner of oaths)
  • Valid and Current Practicing License for Road Works from National Construction Authority (NCA)(Attach certified copies by commissioner of oaths)
  • Authority to seek bank reference from the tenderer’s bankers
  • Valid Tax Compliance Certificate (To be verified from the KRA TCC Online Checker)
  • Dully filled and stamped form of tender
  • Dully filled confidential business questionnaire
  • Certified copies (by commissioner of oaths) of National Identification cards for the company directors for Youth, Women and People with Disability for those bidding for roads in that category
  • Certified copy of Recent/Current CR12 generated form(s) for the last 12 months indicating Directors, Nationality, shareholding
  • Provide litigation history and History of non-performance of contracts - sworn affidavits (within 3 months of tender opening) for the last three years
  • Certificates and CV’S of key personnel as per the evaluation criteria in the tender document
  • Provide proof of experience in similar works (in scope and amount) as per the evaluation criteria in the tender document
  • Bank statements in the name of the firm for the last three months from the date of tender opening for the General tenders and Proof of bank account in the name of the firm for reserved tenders
  • Bidders MUST serialize all the pages of their tender documents.
  • Bidders MUST provide all the information required as per the tender document.
  • Prices quoted must remain valid for One Hundred and Twenty (120 days) from the tender opening date.
  • Bidders who do not meet any of the above conditions will NOT be considered for award for any contract.
  1. Other qualification requirements are as outlined in the Tender Document.
  1. Subsequent to Presidential directives issued on Covid-19 Pandemic there shall be no Pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of the bids. The bidders are also asked to fill, stamp and sign the site visit familiarization form in the document.
  1. Bidders are requested to continually check the KeRRA website www.kerra.go.ke for any tender addenda or clarifications that may arise before submission date.

Interested eligible bidders will download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke from 7h October, 2021.

Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:

                                     

Regional Director - Roads,

Kenya Rural Roads Authority,

P.O. Box 550-40300

HOMABAY

All filled and sealed tenders MUST be submitted not later than 10.00 am on or before 21th October 2021 and deposited in the Tender Boxes of the respective constituencies located at the Homabay Regional Office

Due to Covi19 Pandemic and MOH guidelines on social distancing, opening of the tenders will take place immediately thereafter at Homabay Regional Office in the presence of the first twenty (20) contractors to arrive.

NB: Canvassing by tenderers will lead to automatic disqualification.

 

 

Eng. J. Kimilu

Regional Director

HOMABAY REGION

 

HOMABAY REGION 22%RMLF Funding Source, F/Y 22/2023.

 

 

 

 

 

KENYA RURAL ROADS AUTHORITY

                                                                                                Homa Bay Region Office

                                                                                                    P.O. Box 550-40300

                                                                                                       HOMA BAY, KENYA

                                                                                                                                      13th December,2022        

TENDER  NOTICE

INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS

 

The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.

Bids are invited from contractors who are pre-qualified in the respective Constituencies in Homabay Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under 22%RMLF Funding Source, F/Y 22/2023.

DOWNLOAD ADVERT HERE

 

           S/No.

ROAD NAME AND TENDER NO.

Work Category

Constituency

Reservation

E.E

Kshs.

 

01

Ramula - Sondu KeRRA/HB/KAB/08/39/51/22%RMLF/22|23-001

C

KABONDO

GENERAL

7,075,768.00

download

02

Omiro Poly - Kochola KeRRA/HB/KAB/08/39/51/22%RMLF/22|23-002

C

KABONDO

YOUTH

3,089,578.80

download

03

Othoro - Miriu KeRRA/HB/KAB/08/39/51/22%RMLF/22|23-003

C

KABONDO

GENERAL

3,833,046.00

download

04

Ooga-Dado Market KeRRA/HB/KAB/08/39/51/22%RMLF/22|23-004

C

KABONDO

PWD

3,345,846.00

download

05

Ramba-Opanga Sch(Ramba Jwelu Pri Sch) KeRRA/HB/KAB/08/39/51/22%RMLF/22|23-005

C

KABONDO

GENERAL

3,351,936.00

download

06

Kotutu- Nyamwaga KeRRA/HB/KAB/08/39/51/22%RMLF/22|23-006

C

KABONDO

WOMEN

5,488,308.00

download

07

Jn A1 Misambi - Siany - Omuga Tti KeRRA/HB/KAB/08/39/51/22%RMLF/22|23-007

C

KABONDO

GENERAL

4,279,936.00

download

08

Kipingi -Miriu KeRRA/HB/KAB/08/39/51/22%RMLF/22|23-008

C

KABONDO

WOMEN

5,096,750.00

download

09

Loo Rateng -Jn E1020-Ndori KeRRA/HB/KAB/08/39/51/22%RMLF/22|23-009

C

KABONDO

YOUTH

3,841,572.00

download

10

Nyawango- Dispensary -Pundo -Kariang KeRRA/HB/KAB/08/39/51/22%RMLF/22|23-010

C

KABONDO

GENERAL

3,195,890.85

download

11

Kadio -Kobodo KeRRA/HB/NDW/08/39/51/22%RMLF/22|23-011

C

NDHIWA

GENERAL

4,607,006.70

download

12

Osani - Kalamindi KeRRA/HB/NDW/08/39/51/22%RMLF/22|23-012

C

NDHIWA

WOMEN

5,5579,658.00

download

13

Opapo - Magina - Pala - Oria KeRRA/HB/NDW/08/39/51/22%RMLF/22|23-013

C

NDHIWA

GENERAL

6,515,256.00

download

14

Adek - Sikwadhi KeRRA/HB/NDW/08/39/51/22%RMLF/22|23-014

C

NDHIWA

GENERAL

2,844,386.12

download

15

Manywanda - Kodumba KeRRA/HB/NDW/08/39/51/22%RMLF/22|23-015

C

NDHIWA

YOUTH

5,260,542.00

download

16

Kodiera - Ongeng KeRRA/HB/NDW/08/39/51/22%RMLF/22|23-016

C

NDHIWA

PWD

     4,140,492.40    

download 

17

Manera -Omako Koth Pri Sch KeRRA/HB/NDW/08/39/51/22%RMLF/22|23-017

C

NDHIWA

GENERAL

5,165,445.08

 download

18

Mirogi -Arina KeRRA/HB/NDW/08/39/51/22%RMLF/22|23-018

C

NDHIWA

WOMEN

3,690,540.00

 download

19

Kobodo -Langi KeRRA/HB/NDW/08/39/51/22%RMLF/22|23-019

C

NDHIWA

GENERAL

4,795,306.60

 download

20

E1028:Onyege - Kanyadhiang KeRRA/HB/KARA/08/39/51/22%RMLF/22|23-020

C

KARACHUONYO

WOMEN

5,340,930.00

 download

21

E215 Kodula - Pala KeRRA/HB/KARA/08/39/51/22%RMLF/22|23-021

C

KARACHUONYO

GENERAL

4,998,944.37

 download

22

Oriang -Kiwiro KeRRA/HB/KARA/08/39/51/22%RMLF/22|23-022

C

KARACHUONYO

YOUTH

5,083,762.87

 download

23

Ngeta - Otaro KeRRA/HB/KARA/08/39/51/22%RMLF/22|23-023

C

KARACHUONYO

GENERAL

5,444,474.27

 download

24

Rambira - Youth Gunga-Mawego-Asiyo KeRRA/HB/KARA/08/39/51/22%RMLF/22|23-024

C

KARACHUONYO

PWD

4,906,286.70

 download

25

Osakwe -Bala KeRRA/HB/KARA/08/39/51/22%RMLF/22|23-025

C

KARACHUONYO

YOUTH

4,182,612.00

 download

26

Kanyadhiang - Gendia Hospital KeRRA/HB/KARA/08/39/51/22%RMLF/22|23-026

C

KARACHUONYO

GENERAL

3,323,922.00

 download

27

Jn C19 Kanyadhiang - Kosele KeRRA/HB/KARA/08/39/51/22%RMLF/22|23-027

C

KARACHUONYO

WOMEN

5,248,362.00

 download

28

Adhiro -Got Oyaro KeRRA/HB/KARA/08/39/51/22%RMLF/22|23-028

C

KARACHUONYO

GENERAL

4,069.338.00

 download

29

E1034X:Kosele - Nyafare KeRRA/HB/KAS/08/39/51/22%RMLF/22|23-029

C

KASIPUL

YOUTH

8,000,379.41

 download

30

E214: Dol- Ragwe -Onyenge KeRRA/HB/KAS/08/39/51/22%RMLF/22|23-030

C

KASIPUL

GENERAL

8,000,262.48

 download

31

R26: Ndunga - Kiwiro KeRRA/HB/KAS/08/39/51/22%RMLF/22|23-031

C

KASIPUL

PWD

5,000,016.67

 download

32

UNCL046: Nyabola- Ruga KeRRA/HB/KAS/08/39/51/22%RMLF/22|23-032

C

KASIPUL

GENERAL

4,800,138.00

 download

33

UNCL130: Owade -Nyahera KeRRA/HB/KAS/08/39/51/22%RMLF/22|23-033

C

KASIPUL

WOMEN

8,797,847.86

 download

34

UNCL132 :Mirunda -Kawere -Centre -Kiwiro KeRRA/HB/KAS/08/39/51/22%RMLF/22|23-034

C

KASIPUL

GENERAL

7,999,951.60

 download

35

E214:Rangwe - Ndiru KeRRA/HB/RAN/08/39/51/22%RMLF/22|23-035

C

RANGWE

PWD

4,025,794.50

 download

36

U_G6988:Ngegu -Store Pamba KeRRA/HB/RAN/08/39/51/22%RMLF/22|23-036

C

RANGWE

GENERAL

3,512,625.00

 download

37

U_G6985:Radung-Rangwe KeRRA/HB/RAN/08/39/51/22%RMLF/22|23-037

C

RANGWE

YOUTH

3,710,788.26

 download

38

Uncl065 :Olare - Mariwa KeRRA/HB/RAN/08/39/51/22%RMLF/22|23-038

C

RANGWE

GENERAL

3,187,688.70

 download

39

Uncll069:MBEKA- NYAMACHE KeRRA/HB/RAN/08/39/51/22%RMLF/22|23-039

C

RANGWE

WOMEN

5,314,438.50

 download

40

Uncl069:Nyakwatha-Mbeka-Wikoteng -Sinema KeRRA/HB/RAN/08/39/51/22%RMLF/22|23-040

C

RANGWE

GENERAL

5,312,056.56

 download

41

Uncl070:Rangwe - Gulkambe - Asumbi KeRRA/HB/RAN/08/39/51/22%RMLF/22|23-041

C

RANGWE

GENERAL

3,349,108.50

 download

42

Uncl071:Ojinyo - Nyakwatha KeRRA/HB/RAN/08/39/51/22%RMLF/22|23-042

C

RANGWE

YOUTH

4,416,250.50

 download

43

Uncl075:Jn C18 -Nyandiwa-Radung - Sinema KeRRA/HB/RAN/08/39/51/22%RMLF/22|23-043

C

RANGWE

PWD

3,472,518.00       download

44

Uncl077:Kodhoch - Luora Jn KeRRA/HB/RAN/08/39/51/22%RMLF/22|23-044

C

RANGWE

GENERAL

3,248,710.50   download

45

Uncl134:Leeds Sinogo -Auch Muga KeRRA/HB/RAN/08/39/51/22%RMLF/22|23-045

C

RANGWE

GENERAL

3,048,654.00    download

46

U_G61166-Majguje -Kodhawa KeRRA/HB/HBT/08/39/51/22%RMLF/22|23-046

C

HOMABAY TOWN

WOMEN

3,772,249.70     download

47

U_G61173-Nyalau-Oliero -Nyauu-Orego KeRRA/HB/HBT/08/39/51/22%RMLF/22|23-047

C

HOMABAY TOWN

GENERAL

4,560,533.13    download

48

U_G61175 Illa -Ongili -Wirakuom KeRRA/HB/HBT/08/39/51/22%RMLF/22|23-048

C

HOMABAY TOWN

PWD

4,554,102.00   download

49

UNCL157 Pala -Masogo -Nyangu KeRRA/HB/HBT/08/39/51/22%RMLF/22|23-049

C

HOMABAY TOWN

GENERAL

3,610,442.00    download

50

UNCL045 Nyalkinyi - Manga - Chiga- Luanda - Minahenyo KeRRA/HB/HBT/08/39/51/22%RMLF/22|23-050

C

HOMABAY TOWN

GENERAL

4,311,720.00   download

51

UNCL045 Sero - Ogande - Nyakoyo - Ndiru KeRRA/HB/HBT/08/39/51/22%RMLF/22|23-051

C

HOMABAY TOWN

WOMEN

4,959,464.00   download

52

UNCL122 Rodi -Opambo -Gogo katuma Primary School

KeRRA/HB/HBT/08/39/51/22%RMLF/22|23-052

C

HOMABAY TOWN

GENERAL

2,758,248.00   download

53

UNCL155 -Wiamen -Kijawa -Riwanyakune KeRRA/HB/HBT/08/39/51/22%RMLF/22|23-053

C

HOMABAY TOWN

GENERAL

2,572,648.00   download

54

URA20 -Sero -Oganda KeRRA/HB/HBT/08/39/51/22%RMLF/22|23-054

C

HOMABAY TOWN

YOUTH

4,486,300.00  download

55

URA23-Rodi Kopny -Nyambori Orego School KeRRA/HB/HBT/08/39/51/22%RMLF/22|23-055

C

HOMABAY TOWN

GENERAL

4,286,548.00   download

56

URA25 -Marindi -Ojunge KeRRA/HB/HBT/08/39/51/22%RMLF/22|23-056

C

HOMABAY TOWN

PWD

2,726,377.00   download

57

C872- Kadio – Kamato

KeRRA/HB/MBT/08/39/51/22%RMLF/22|23-057

C

MBITA

YOUTH

4,255,144.27   download

58

E120 RUSINGA RING ROAD

KeRRA/HB/MBT/08/39/51/22%RMLF/22|23-058

C

MBITA

GENERAL

6,053,964.60   download

59

U_G64197-SENA - UOZI(C1011) KeRRA/HB/MBT/08/39/51/22%RMLF/22|23-059

C

MBITA

WOMEN

5,629,017.16   download

60

U_G64208-UOZI -YOKIA(C1010) KeRRA/HB/MBT/08/39/51/22%RMLF/22|23-060

C

MBITA

GENERAL

2,900,646.70   download

61

UNCL031-GOD JOPE – KAMATO

KeRRA/HB/MBT/08/39/51/22%RMLF/22|23-061

C

MBITA

GENERAL

5,509,014.00   download

62

UNCL034 -LWANDA - KANYAKIAMO (NYABERA) KeRRA/HB/MBT/08/39/51/22%RMLF/22|23-062

C

MBITA

PWD

3,844,008.00   download

63

UNCL035 LWANDA OLOO – MIORORE

KeRRA/HB/MBT/08/39/51/22%RMLF/22|23-063

C

MBITA

GENERAL

3,863,554.00   download

64

UNCL039 KOMBE – GERA

KeRRA/HB/MBT/08/39/51/22%RMLF/22|23-064

C

MBITA

YOUTH

4,169,545.70    download

65

UNCL042-JN E120 - UTAJO- TOM MBOYA GIRLS - ULUGI BEACH KeRRA/HB/MBT/08/39/51/22%RMLF/22|23-065

C

MBITA

WOMEN

3,418,926.00    download

66

UNCL138- Kisui –Kirambo

KeRRA/HB/MBT/08/39/51/22%RMLF/22|23-066

C

MBITA

GENERAL

2,954,908.60   download

67

E113J2 -Laknyiero – Otati

KeRRA/HB/SUB/08/39/51/22%RMLF/22|23-067

C

SUBA

YOUTH

3,023,345.70   download

68

E114A- Kakomo - God Bura Orongo

KeRRA/HB/SUB/08/39/51/22%RMLF/22|23-068

C

SUBA

GENERAL

2,375,978.70   download

69

E15A-Magunga – Mananja

KeRRA/HB/SUB/08/39/51/22%RMLF/22|23-069

C

SUBA

WOMEN

3,344,628.00   download

70

R26-Roo - Koyombe- Sindo

KeRRA/HB/SUB/08/39/51/22%RMLF/22|23-070

C

SUBA

GENERAL

2,864,968.00   download

71

R26-S- Sindo –Misare

KeRRA/HB/SUB/08/39/51/22%RMLF/22|23-071

C

SUBA

PWD

2,748,138.60    download

72

U_G64200 Gendo –Kigoto

KeRRA/HB/SUB/08/39/51/22%RMLF/22|23-072

C

SUBA

GENERAL

4,133,932.60   download

73

UNCL043-Koguta – Nyabera

KeRRA/HB/SUB/08/39/51/22%RMLF/22|23-073

C

SUBA

YOUTH

4,818,408.00    download

74

UNCL043 -Nyabera -Victor -Musoga –Sawanka

KeRRA/HB/SUB/08/39/51/22%RMLF/22|23-074

C

SUBA

GENERAL

2,529,446.70   download

75

URA7 - Nyatoto - Kamsama – Osodo

KeRRA/HB/SUB/08/39/51/22%RMLF/22|23-075

C

SUBA

GENERAL

5,515,811.37    download

76

URA7- Ruma Park –Nyatoto

KeRRA/HB/SUB/08/39/51/22%RMLF/22|23-076

C

SUBA

GENERAL

3,443,050.29   download

77

URP8- Kigoto –Nyamadede

KeRRA/HB/SUB/08/39/51/22%RMLF/22|23-077

C

SUBA

GENERAL

3,149,748.00   download

78

URP 8Nyadenda- Kasinga -Nyalkembo –Kaluthamanyala

KeRRA/HB/SUB/08/39/51/22%RMLF/22|23-078

C

SUBA

GENERAL

4,651,176.60  download

                   

INSTRUCTIONS TO TENDERES

  1. Bidders who are prequalified in respective work category and Constituencies may tender.
  1. The scope of works for various contracts are as stipulated in Tender Documents and in the

          Registered work categories which have been outlined above.

  1. Bidders participating under Y, W&PWD need not be prequalified and their qualification

          criteria is outlined in the Bid document.

  1. Bidders participating under Youth, Women or Persons with Disability Must attach copies of

         their registration certificates issued by National Treasury.

  1. All MANDATORY requirements must be attached:
  1. Other qualification requirements are as outlined in the Tender Document.
  1. Bidders are requested to continually check the KeRRA website www.kerra.go.ke for any

         tender addenda or clarifications that may arise before submission date.

  1. Pretender site visit is a Mandatory and bidders are required to liaise and thereafter collect

          duly Signed Pretender Site Certificate from the respective Constituency Roads Officer.

Interested eligible bidders will download the tender documents from the Kenya Rural Roads

Authority (KeRRA) website: www.kerra.go.ke from 18th December,2022.

Duly filled Tender Documents in plain sealed envelopes marked with respective tender number,

Project Name and constituency should be addressed to:

Regional Director - Roads,

Kenya Rural Roads Authority,

P.O. Box 550-40300

HOMABAY

All filled and sealed tenders MUST be submitted not later than 10.00 am on or before 23rd December,

2022, Homabay Regional Office.

The opening of the tenders will take place immediately thereafter at Homabay Regional Office in the

presence of contractors.

.

NB: Canvassing by tenderers will lead to automatic disqualification.

Eng. J. Kimilu

Regional Director

HOMABAY REGION

HOMABAY REGION 22%RMLF HBT CONSTITUENCY -F/Y 2021-22

 Download Tender Notice Here

 

KENYA RURAL ROADS AUTHORITY

                                                                                             Homa Bay Region Office

                                                                              P.O. Box 550-40300

                                                                                                             HOMA BAY, KENYA

 

                                                                                                                                                                                                                                                                                                                                22nd November, 2021                                                                          

TENDER  NOTICE

INVITATION OF BIDS FOR MAINTANANCE/SPOT IMPROVEMENT WORKS

 

The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.

Bids are invited from contractors who are pre-qualified in the respective Constituencies in Homabay Region and in the respective work categories for the following Routine Maintenance and Spot Improvement Works,Funding under 22% RMLF,10%RMLF and Savings - F/Y 2021-2022

 

S/N           S/No.

 

 

Road Code and Name

Tender No.

Work Category

Reservation

 

 

HOMABAY TOWN CONSTITUENCY

 

 

 

001

TOM MBOYA UNIVERSITY – PRISONS –KIPTA(G1)

KeRRA/HB/HBT/08/39/51/22%RMLF//21|22-071

C

General

002

DISII –OGWEYO –YOGO(R12-HOMABAY)

KeRRA/HB/HBT/08/39/51/22%RMLF//21|22-072

C

General

  

  003

MAGUJE KODHAWA –NYALKINYI ROAD

KeRRA/HB/HBT/08/39/51/22%RMLF//21|22-073

C

WOMEN

004

WIRAKUOM –PUNDO –NYAMILA –WIOBIERO –DIVINE MERCY(U_G61192)

KeRRA/HB/HBT/08/39/51/22%RMLF//21|22-074

C

General

005

SERO –OGANDE-NYAKOYO –NDIRU(UNCL049)

KeRRA/HB/HBT/08/39/51/22%RMLF/21|22-075

C

YOUTH

006

LALA – NYAGIDHA(U_G61180)

KeRRA/HB/HBT/08/39/51/10%RMLF//21|22-076

C

General

007

LWANDA –MISAO – AKECH –SEKA –NDUTA (U_G61189)

KeRRA/HB/HBT/08/39/51/10%RMLF//21|22-077

C

PWD

 

MBITA CONSTITUENCY -SAVING

     

008

MBITA HIGH SCH JN - KAWATER(UNCL137)

KeRRA/HB/MBT/08/39/51/22%-S//21|22-078

C

General

009

GOD JOPE – KAMATO (UNCL031)

KeRRA/HB/MBT/08/39/51/22%-S//21|22-079

C

YOUTH

         

  INSTRUCTIONS TO TENDERES

 

  1. Bidders who are prequalified in respective work category and Constituencies may tender.
  1. 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.
  1. Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria is outlined in the Bid document.
  1. Bidders participating under Youth, Women or Persons with Disability Must attach copies of their registration certificates issued by National Treasury.
  1. You MUST attach the following copies of MANDATORY requirements:
  • Certified copies (by commissioner of oaths) of Certificate of incorporation, Certificates of registration and principal place of business
  • Valid Registration certificate for Road Works from National Construction Authority (NCA) NCA 8 and above (Attach certified Copies by commissioner of oaths)
  • Valid and Current Practicing License for Road Works from National Construction Authority (NCA)(Attach certified copies by commissioner of oaths)
  • Authority to seek bank reference from the tenderer’s bankers
  • Valid Tax Compliance Certificate (To be verified from the KRA TCC Online Checker)
  • Dully filled and stamped form of tender
  • Dully filled confidential business questionnaire
  • Certified copies (by commissioner of oaths) of National Identification cards for the company directors for Youth, Women and People with Disability for those bidding for roads in that category
  • Certified copy of Recent/Current CR12 generated form(s) for the last 12 months indicating Directors, Nationality, shareholding
  • Provide litigation history and History of non-performance of contracts - sworn affidavits (within 3 months of tender opening) for the last three years
  • Certificates and CV’S of key personnel as per the evaluation criteria in the tender document
  • Provide proof of experience in similar works (in scope and amount) as per the evaluation criteria in the tender document
  • Proof of bank account in the name of the firm for reserved tenders
  • Bidders MUST serialize all the pages of their tender documents.
  • Bidders MUST provide all the information required as per the tender document.
  • Prices quoted must remain valid for One Hundred and Twenty (120 days) from the tender opening date.
  • Bidders who do not meet any of the above conditions will NOT be considered for award for any contract.
  1. Other qualification requirements are as outlined in the Tender Document.
  1. Subsequent to Presidential directives issued on Covid-19 Pandemic there shall be no Pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of the bids. The bidders are also asked to fill, stamp and sign the site visit familiarization form in the document.
  1. Bidders are requested to continually check the KeRRA website www.kerra.go.ke for any tender addenda or clarifications that may arise before submission date.

Interested eligible bidders will download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke from 26th November, 2021.

Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:

                                     

Regional Director - Roads,

Kenya Rural Roads Authority,

P.O. Box 550-40300

HOMABAY

All filled and sealed tenders MUST be submitted not later than 10.00 am on or before 7th December, 2021 and deposited in the Tender Boxes of the respective constituencies located at the Homabay Regional Office

Due to Covid19 Pandemic and MOH guidelines on social distancing, opening of the tenders will take place immediately thereafter at Homabay Regional Office in the presence of the first twenty (20) contractors to arrive.

NB: Canvassing by tenderers will lead to automatic disqualification.

Eng. J. Kimilu

Regional Director

HOMABAY REGION

 

HOMABAY REGION 22%RMLF SAVINGS FY 2022/2023.

 

 

 

 

 

 

KENYA RURAL ROADS AUTHORITY

                                                                                                                  Homa Bay Region Office

                                                                                                                      P.O. Box 550-40300

                                                                                                                     HOMA BAY, KENYA

                                                                                                                                      9th March,2023         

TENDER  NOTICE

INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS

 

The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.

Bids are invited from contractors who are pre-qualified in the respective Constituencies in Homabay Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under 22%RMLF Savings Funding Source, F/Y 2022/2023.

DOWNLOAD ADVERT HERE

1

ROAD NAME AND TENDER NO.

Work Category

Constituency

Reservation

Pre Tender Site Visit Dates

01

Uncl 055: Got Kojowi – Nyamogo –Kabondo Nyamogo School

 KeRRA/HB/NDW/08/39/51/22%RMLF-S/22|23-117

C

NDHIWA

GENERAL

15/03/2023

02

UNCL064 : KOBODO –JN KATIENO

KeRRA/HB/NDW/08/39/51/22%RMLF-S/22|23-118

C

NDHIWA

YOUTH

15/03/2023

03

UNCL073 OMOCHE -KOYOO KeRRA/HB/RAN/08/39/51/22%RMLF-S/22|23-119

C

RANGWE

GENERAL

15/03/2023

04

YAO –KOSIGA -NDIRU KeRRA/HB/RAN/08/39/51/22%RMLF-S/22|23-120

C

RANGWE

WOMEN

15/03/2023

05

LEEDS SINOGO  KeRRA/HB/RAN/08/39/51/22%RMLF-S/22|23-121

C

RANGWE

GENERAL

15/03/2023

06

FR. ISACK –MAKAKA PRI (KENDU BAY -KATIONO KeRRA/HB/KARA/08/39/51/22%RMLF-S/22|23-122

C

KARACHUONYO

GENERAL

15/03/2023

07

KOLIECH – KASIBOS ROAD KeRRA/HB/KARA/08/39/51/22%RMLF-S/22|23-123

C

KARACHUONYO

WOMEN

15/03/2023

08

SINDO –OMUTHAMA -MUKENDE ROAD KeRRA/HB/SUB/08/39/51/22%RMLF-S/22|23-124

C

SUBA

GENERAL

16/03/2023

09

SINDO –MANYALA - MASEKWE ROAD

 KeRRA/HB/SUB/08/39/51/22%RMLF-S/22|23-125

C

SUBA

GENERAL

16/03/2023

10

KOMBE SDA – HOPE SCH -KOMENA ROAD

 KeRRA/HB/MBT/08/39/51/22%RMLF-S/22|23-126

C

MBITA

PWD

16/03/2023

11

JN C18 –KAMUGA SCH –MAWIRA-OYUGIS SEC RD  KeRRA/HB/KAS/08/39/51/GOKD-S/22|23-127

C

KASIPUL

GENERAL

16/03/2023

12

CHAGERE – KIBUON ROAD

 KeRRA/HB/KAB/08/39/51/22%RMLF-S/22|23-128

C

KABONDO

GENERLA

16/03/2023

13

JN D1915 –WINJO ROAD KeRRA/HB/KAB/08/39/51/22%RMLF-S/22|23-129

C

KABONDO

YOUTH

16/03/2023

14

OMIRO POLY –AGAO BRIDGE KeRRA/HB/KAB/08/39/51/22%RMLF-S /22|23-130

C

KABONDO

GENERAL

16/03/2023

15

KOWE ANDINGO RODI ROAD KeRRA/HB/HBT/08/39/51/22%RMLF-S /22|23-131

C

HOMABAY TOWN

GENERAL

16/03/2023

16

WIAMEN –KIJAWA –RIWA –ARUJO RAOD KeRRA/HB/HBT/08/39/51/22%RMLF-S /22|23-132

C

HOMABAY TOWN

GENERAL

16/03/2023

INSTRUCTIONS TO TENDERES

  1. Bidders who are prequalified in respective work category and Constituencies may tender.
  1. 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.

  1. Bidders participating under Y, W&PWD need not be prequalified and their qualification

          criteria is outlined in the Bid document.

  1. Bidders participating under Youth, Women or Persons with Disability Must attach copies of

         their registration certificates issued by National Treasury.

  1. All MANDATORY requirements must be attached:
  1. Other qualification requirements are as outlined in the Tender Document.
  1. Bidders are requested to continually check the KeRRA website www.kerra.go.ke for any

         tender addenda or clarifications that may arise before submission date.

  1. Pretender site visit is a Mandatory and bidders are required to visit Site between 15th

           To 16th  March,2023 and thereafter collect duly Signed Pretender Site Certificate from the

            respective Constituency Roads Officer.

Interested eligible bidders will download the tender documents from the Kenya Rural Roads

Authority (KeRRA) website: www.kerra.go.ke from 13th March,2023.

Duly filled Tender Documents in plain sealed envelopes marked with respective tender number,

Project Name and constituency should be addressed to:

Regional Director - Roads,

Kenya Rural Roads Authority,

P.O. Box 550-40300

HOMABAY

All filled and sealed tenders MUST be submitted not later than 10.00 am on or before 21st March,2023, Homabay Regional Office.

The opening of the tenders will take place immediately thereafter at Homabay Regional Office in the

presence of contractors.

.

NB: Canvassing by tenderers will lead to automatic disqualification.

Eng. J. Kimilu

Regional Director

HOMABAY REGION

HOMABAY REGION Appropriation in Aid (AIA) fund FY 23/24.

 

KENYA RURAL ROADS AUTHORITY

Telephone: +254 769 736 399                                                                                                      REGIONAL OFFICE

Email:         This email address is being protected from spambots. You need JavaScript enabled to view it.                                                       HOMABAY REGION

P.O BOX 550 - 40300

HOMA BAY

 

Ref No.: KeRRA/HB/RD4/TN/2023/(07)                                                             Date: 7th February, 2024

TENDER NOTICE


INVITATION OF BIDS FOR CONSTRUCTION OF ROAD DRAINAGE STRUCTURES AND ROUTINE MAINTAINANCE WORKS

 

Kenya Rural Roads Authority (KeRRA) invites bids from contractors who are registered in Homabay Region in the respective Constituencies and work categories for the following road maintenance works/drainage structures funded under Appropriation in Aid (AIA) fund.

download advert 

S/NO.

ROAD NAME AND TENDER NO.

WORK

CATEGORY

CONSTITUENCY

RESERVATION

 

1

Kapere Junction –Kadie Secondary Sch.

KeRRA/HB/KAB/08/39/51/AIA/23|24-097

C

KABONDO

OPEN

download 

2

Bonde – Jabagri School KeRRA/HB/NDW/08/39/51/AIA/22|23-098

C

NDHIWA

OPEN

download

3

Uncl 023 JN C18 Dol -Karogo

KeRRA/HB/KAS/08/39/51/22%RMLF/KAROGO/23|24-026

C

KASIPUL

OPEN

download

INSTRUCTIONS TO TENDERES

 

  1. Bidders who are prequalified in respective constituencies and under specified work categories are eligible to tender.
  2. The scope of works for the respective tenders are as stipulated in the Tender
  3. Bidders participating under tenders that are reserved for Youth, Women or Persons with Disability (PWD) need not to be prequalified and their qualification criteria is outlined in the Bid document.
  4. Bidders participating under Youth, Women or Persons with Disability must attach copies of registration certificates issued by National Treasury.
  5. All MANDATORY requirements must be attached:
  6. Other qualification requirements are as outlined in the Tender
  7. Bidders are advised to continually check the KeRRA website kerra.go.ke for any Tender addenda or clarifications that may arise before submission date.
  8. Pretender site visits are Mandatory. Bidders are required to liaise with the respective Constituency Roads Officers to visit the sites on 9th February 2024, and thereafter collect pre-tender site visit certificates, which MUST be signed by the Regional Director.

 

The tender documents can be downloaded free of charge from Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke and Public Procurement Information Portal (PPIP).

Completed Tender Documents are to be enclosed in plain sealed envelopes clearly marked with tender name and reference number and submitted to KeRRA, Homabay Regional Office, addressed to:

Regional Director Kenya Rural Roads Authority

P.O. Box 550-40300 HOMABAY

 

The tender documents are to be deposited in the respective tender boxes located at KeRRA, Homabay Regional Office so as to be received on or before 15th February 2024 at 10.00am.

 

Tenders will be opened immediately thereafter at KeRRA, Homabay Regional Office in the presence of bidders/representatives who wish to attend.

Bidders are advised that canvassing by tenderers will lead to automatic disqualification.

 

Eng. Ogogo C.T

REGIONAL DIRECTOR

HOMABAY REGION

HOMABAY REGION FEBRUARY-F/Y 2021-22

Download Tender Notice Here

Download Addendum Notice1

Download Addendum Notice 2

 

KENYA RURAL ROADS AUTHORITY

                                                                                                                                                                                                            Homa Bay Region Office

                                                                                                                                                                                                                                                                                                                                                                                                                                                                                                  P.O. Box 550-40300

                                                                                                                                                                                                            HOMA BAY, KENYA

 

                                                                                                                                                                                                            22nd February, 2022                                                                         

TENDER  NOTICE

INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS

 

 

The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.

Bids are invited from contractors who are pre-qualified in the respective Constituencies in Homabay Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under Universal Health Care and GOK Development Savings- F/Y 21/2022.

 

           S/No.

ROAD NAME AND CONTRACT No.

Work Category

Constituency

Reservation

001

Access to Homabay Teaching and Referral Hospital KeRRA/HB/HBT/08/39/51/UHC/21|22-123

C

Homabay Town

GENERAL

002

UNCL: Access to Kabondo - County Hospital

KeRRA/HB/KAB/08/39/51/UHC/21|22-124

C

Kabondo

YOUTH

003

UNCL: Access to Kandiege Sub-County District Hospital

KeRRA/HB/KARA/08/39/51/UHC/21|22-125

C

Karachuonyo

GENERAL

004

URA3: Nyatuoro-Uriek-Otolo Onyoro

KeRRA/HB/RAN/08/39/51/GOKD-S/21|22-126

C

Rangwe

Women

005

URA33: Califonia - Nyalugusi

KeRRA/HB/RAN/08/39/51/GOKD-S/21|22-127

C

Rangwe

GENERAL

 

 

 

 

 INSTRUCTIONS TO TENDERES

 

  1. Bidders who are prequalified in respective work category and Constituencies may tender.
  1. 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.
  1. Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria is outlined in the Bid document.
  1. Bidders participating under Youth, Women or Persons with Disability Must attach copies of their registration certificates issued by National Treasury.
  1. Due to Covid19 Pandemic and consequently the Presidential directives issued, there shall be no Pre tender site visits arranged by the authority. However, bidders are encouraged to make personal arrangement to acquaint themselves with the sites before submission of bids.
  1. You MUST attach the following copies of MANDATORY requirements:
  • Certified copies (by commissioner of oaths) of Certificate of incorporation, Certificates of registration and principal place of business
  • Valid Registration certificate for Road Works from National Construction Authority (NCA) NCA 8 and above
  • Valid and Current Practicing License for Road Works from National Construction Authority (NCA)
  • Authority to seek bank reference from the tenderer’s bankers
  • Valid Tax Compliance Certificate (To be verified from the KRA TCC Online Checker)
  • Dully filled and stamped form of tender
  • Dully filled confidential business questionnaire
  • Certified copies (by commissioner of oaths) of National Identification cards for the company directors for Youth, Women and People with Disability for those bidding for roads in that category
  • Certified copy of Recent/Current CR12 generated form(s) for the last 12 months indicating Directors, Nationality, shareholding
  • Provide litigation history and History of non-performance of contracts - sworn affidavits (within 3 months of tender opening) for the last three years
  • Certificates and CV’S of key personnel as per the evaluation criteria in the tender document
  • Provide proof of experience in similar works (in scope and amount) as per the evaluation criteria in the tender document
  • Bank statements in the name of the firm for the last three months from the date of tender opening for the General tenders and Proof of bank account in the name of the firm for reserved tenders
  • A bidder may bid for more than one tender in the region, but will only be considered for two contracts in the entire region, but in different Constituencies
  • Bidders MUST serialize all the pages of their tender documents.
  • Bidders MUST provide all the information required as per the tender document.
  • Prices quoted must remain valid for One Hundred and Twenty (120 days) from the tender opening date.
  • Bidders who do not meet any of the above conditions will NOT be considered for award for any contract.
  1. Other qualification requirements are as outlined in the Tender Document.
  1. Bidders are requested to continually check the KeRRA website www.kerra.go.ke for any tender addenda or clarifications that may arise before submission date.

Interested eligible bidders will download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke from 23rd February, 2022.

Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:

                                     

Regional Director - Roads,

Kenya Rural Roads Authority,

P.O. Box 550-40300

HOMABAY

All filled and sealed tenders MUST be submitted not later than 10.00 am on or before Tuesday,8th  March, 2022 and deposited in the Tender Boxes of the respective constituencies located at the Homabay Regional Office

Due to Covi19 Pandemic and MOH guidelines on social distancing, opening of the tenders will take place immediately thereafter at Homabay Regional Office in the presence of the first twenty (20) contractors to arrive.

NB: Canvassing by tenderers will lead to automatic disqualification.

 

 

Eng. J. Kimilu

Regional Director

HOMABAY REGION

 

HOMABAY REGION GOK DEV AND 10 % CS FUNDING FY 2022/2023

 

 

 

 

 

KENYA RURAL ROADS AUTHORITY

                                                                                                                Homa Bay Region Office

                                                                                                                P.O. Box 550-40300

                                                                                                             HOMA BAY, KENYA

                                                                                                                                      24th February,2023         

TENDER  NOTICE

INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS

 

The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.

Bids are invited from contractors who are pre-qualified in the respective Constituencies in Homabay Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under Gok Development Savings and 10% by Cabinet Secretary Funding Source, F/Y 2022/2023.

download advert here

 

           S/No.

ROAD NAME AND TENDER NO.

Work Category

Constituency

Reservation

Pre Tender Site Visit Dates

 

01

URA25 –HB Marindi - Magina KeRRA/HB/HBT/08/39/51/GOKD-S/22|23-107

C

HOMABAY TOWN

GENERAL

02/03/2023

download

02

RANGOMBE –OCHOL MARKET

KeRRA/HB/KARA/08/39/51/GOKD-S/22|23-108

C

KASIPUL

YOUTH

02/03/2023

download

03

E215 KODULA –KOBIYO-RABOUR SCH KeRRA/HB/KARA/08/39/51/GOKD-S/22|23-109

C

HOMABAY TOWN

GENERAL

02/03/2023

download

04

DHOK MIT –NGUO SCHOOL KeRRA/HB/KARA/08/39/51/GOKD-S/22|23-110

C

KARACHUONYO

WOMEN

02/03/2023

download

05

U_G61204 RAMBIRA  YOUTH KeRRA/HB/KARA/08/39/51/GOKD-S/22|23-111

C

KARACHUONYO

GENERAL

02/03/2023

download

06

NYAKWERE -LIMARA KeRRA/HB/KARA/08/39/51/GOKD-S/22|23-112

C

KARACHUONYO

PWD

02/03/2023

download

07

OLARE BOX CULVERT PROTECTION WORKS KeRRA/HB/KAS/08/39/51/GOKD-S/22|23-113

C

KASIPUL

GENERAL

28/02/2023

download

08

NYANG’IELA –KWOYO KeRRA/HB/KAS/08/39/51/GOKD-S/22|23-114

C

KASIPUL

GENERLA

28/02/2023

download

09

KADONGO -WINJO KeRRA/HB/KAB/08/39/51/10%CS/22|23-115

C

KABONDO

YOUTH

28/02/2023

download

10

OKITA – KANGODE BRIDGE KeRRA/HB/KAB/08/39/51/10%CS/22|23-116

C

KABONDO

GENERAL

28/02/2023

download

INSTRUCTIONS TO TENDERES

  1. Bidders who are prequalified in respective work category and Constituencies may tender.
  1. 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.

  1. Bidders participating under Y, W&PWD need not be prequalified and their qualification

          criteria is outlined in the Bid document.

  1. Bidders participating under Youth, Women or Persons with Disability Must attach copies of

         their registration certificates issued by National Treasury.

  1. All MANDATORY requirements must be attached:
  1. Other qualification requirements are as outlined in the Tender Document.
  1. Bidders are requested to continually check the KeRRA website www.kerra.go.ke for any

         tender addenda or clarifications that may arise before submission date.

  1. Pretender site visit is a Mandatory and bidders are required to visit Site between 28th February

           to 2nd March,2023 and thereafter collect duly Signed Pretender Site Certificate from the

            respective Constituency Roads Officer.

Interested eligible bidders will download the tender documents from the Kenya Rural Roads

Authority (KeRRA) website: www.kerra.go.ke from 27th February,2023.

Duly filled Tender Documents in plain sealed envelopes marked with respective tender number,

Project Name and constituency should be addressed to:

Regional Director - Roads,

Kenya Rural Roads Authority,

P.O. Box 550-40300

HOMABAY

All filled and sealed tenders MUST be submitted not later than 10.00 am on or before 7th March,2023, Homabay Regional Office.

The opening of the tenders will take place immediately thereafter at Homabay Regional Office in the

presence of contractors.

.

NB: Canvassing by tenderers will lead to automatic disqualification.

Eng. J. Kimilu

Regional Director

HOMABAY REGION

HOMABAY REGION GOK Development -F/Y 2021-22

 

Download Tender Notice Here

 

 

KENYA RURAL ROADS AUTHORITY

                                                                                                Homa Bay Region Office

                                                                                 P.O. Box 550-40300

                                                                                                             HOMA BAY, KENYA

 

                                                                                                                                                            8th October, 2021                                                                          

TENDER  NOTICE

 

INVITATION OF BIDS FOR MAINTANANCE/SPOT IMPROVEMENT WORKS

 

The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.

Bids are invited from contractors who are pre-qualified in the respective Constituencies in Homabay Region and in the respective work categories for the following Spot Improvement Works under GOK Development  - F/Y 2021-2022

 

S/N           S/No.

 

 

Road Code and Name

Tender No.

Work Category

Reservation

001

OKITA – WINJO JCT ROAD

KeRRA/HB/KAB/08/39/51/GOKD-II/21|22-043

C

YOUTH

002

OOGO –DAGO MARKET ROAD

KeRRA/HB/KAB/08/39/51/GOKD-II/21|22-044

C

General

  

  003

KADONGO – KAROTA ROAD

KeRRA/HB/KAB/08/39/51/GOKD-II/21|22-045

C

WOMEN

004

OTHORO – OTONDO SEC SCHOOL  RD

KeRRA/HB/KAB/08/39/51/GOKD-II/21|22-046

C

General

005

ORIWA DUDA – MIRUKI ROAD

KeRRA/HB/KAB/08/39/51/GOKD-II/21|22-047

C

General

006

RAMBA OPANGA SCHOOL ROAD

KeRRA/HB/KAB/08/39/51/GOKD-II/21|22-048

C

PWD

007

OSAKWE- BALA

KeRRA/HB/KARA/08/39/51/GOKD-II/21|22-049

C

General

 

 

     

 

INSTRUCTIONS TO TENDERES

 

  1. Bidders who are prequalified in respective work category and Constituencies may tender.
  1. 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.
  1. Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria is outlined in the Bid document.
  1. Bidders participating under Youth, Women or Persons with Disability Must attach copies of their registration certificates issued by National Treasury.
  1. You MUST attach the following copies of MANDATORY requirements:
  • Certified copies (by commissioner of oaths) of Certificate of incorporation, Certificates of registration and principal place of business
  • Valid Registration certificate for Road Works from National Construction Authority (NCA) NCA 8 and above (Attach certified Copies by commissioner of oaths)
  • Valid and Current Practicing License for Road Works from National Construction Authority (NCA)(Attach certified copies by commissioner of oaths)
  • Authority to seek bank reference from the tenderer’s bankers
  • Valid Tax Compliance Certificate (To be verified from the KRA TCC Online Checker)
  • Dully filled and stamped form of tender
  • Dully filled confidential business questionnaire
  • Certified copies (by commissioner of oaths) of National Identification cards for the company directors for Youth, Women and People with Disability for those bidding for roads in that category
  • Certified copy of Recent/Current CR12 generated form(s) for the last 12 months indicating Directors, Nationality, shareholding
  • Provide litigation history and History of non-performance of contracts - sworn affidavits (within 3 months of tender opening) for the last three years
  • Certificates and CV’S of key personnel as per the evaluation criteria in the tender document
  • Provide proof of experience in similar works (in scope and amount) as per the evaluation criteria in the tender document
  • Proof of bank account in the name of the firm for reserved tenders
  • Bidders MUST serialize all the pages of their tender documents.
  • Bidders MUST provide all the information required as per the tender document.
  • Prices quoted must remain valid for One Hundred and Twenty (120 days) from the tender opening date.
  • Bidders who do not meet any of the above conditions will NOT be considered for award for any contract.
  1. Other qualification requirements are as outlined in the Tender Document.
  1. Subsequent to Presidential directives issued on Covid-19 Pandemic there shall be no Pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of the bids. The bidders are also asked to fill, stamp and sign the site visit familiarization form in the document.
  1. Bidders are requested to continually check the KeRRA website www.kerra.go.ke for any tender addenda or clarifications that may arise before submission date.

Interested eligible bidders will download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke from 12th October, 2021.

Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:

                                     

Regional Director - Roads,

Kenya Rural Roads Authority,

P.O. Box 550-40300

HOMABAY

All filled and sealed tenders MUST be submitted not later than 10.00 am on or before 26th October 2021 and deposited in the Tender Boxes of the respective constituencies located at the Homabay Regional Office

Due to Covi19 Pandemic and MOH guidelines on social distancing, opening of the tenders will take place immediately thereafter at Homabay Regional Office in the presence of the first twenty (20) contractors to arrive.

NB: Canvassing by tenderers will lead to automatic disqualification.

 

Eng. J. Kimilu

Regional Director

HOMABAY REGION

 

HOMABAY REGION GOK DEVELOPMENT -F/Y 2020-21

Download Tender Notice Here

 

 

KENYA RURAL ROADS AUTHORITY

                                                                                                Homa Bay Region Office

                                                                 P.O. Box 550,

                                                                                                             HOMA BAY, KENYA

                                                                                                                                    22nd April, 2021  

                                                                      

                                     TENDER NOTICE

INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS

 

Bids are invited from contractors who are pre-qualified in the following Constituency and in the respective work categories for the following Minor Road Works/Spot Improvement Works under GOK Development –F/Y 2020-2021.

 

 S/N

Road Name

Contract number

Const.

Comments

1

Rambira –Youth -Lot I

KeRRA/011/39/HB/KARA/GOKD/20|21-139

Karachuonyo

Open

2

Seka- Dok (Milimani –Mabati Sita –Bware) – Lot I

KeRRA/011/39/HB/KARA/GOKD/20|21-140

Karachuonyo

Y/W/&PWD

3

Rabour –Obora – Sare –Lot I

KeRRA/011/39/HB/KARA/GOKD/20|21-141

Karachuonyo

Open

4

Rambira –Youth –Ganga  -Lot II

KeRRA/011/39/HB/KARA/GOKD/20|21-142

Karachuonyo

Y/W/&PWD

5

Seka- Dok (Milimani –Mabati Sita –Bware) – Lot II

KeRRA/011/39/HB/KARA/GOKD/20|21-143

Karachuonyo

Open

6

Rabour –Obora – Sare –Lot II

KeRRA/011/39/HB/KARA/GOKD/20|21-144

Karachuonyo

Open

 

GENERAL SCOPE OF WORKS FOR TENDERS

The scope of works for various contracts are as stipulated in the pre-qualification work categories which have been identified above.

QUALIFICATION FOR BIDDING

The following documents MUST be submitted together with the priced bid. Failure to submit these documents will be a reason for disqualification. Bidders are instructed to read the advert along with the instructions to tenderers.

(i) Certified Certificate of Incorporation by the Registrar of Companies.

(ii) Duly filled, signed and stamped form of tender.

(iii) Current certified CR12 Certificate from the Registrar of Companies (within 12 Months before date of opening). This should be provided with Identification Documents of Directors. (ID or Passport).

(iv) Certified copy of VAT & PIN registration

(v) Copy of certified certificate of registration with the National Construction Authority and practicing licence in Category NCA8 and above.

(vi) Valid Tax Compliance Certificate to be confirmed at http://www.kra.go.ke/notices/tcc-checker.html

(vii) Attach a Duly signed, filled and stamped Confidential Business Questionnaire (CBQ)

(viii) All Pages of the submitted documents to be Serialised

 (ix) Major items of construction, equipment owned or leased.

(x) Any other information / condition as stipulated in the tender Documents

(xi) Authority to seek references from the Tenderer’s bankers

(xii) Experience in work of a similar nature and size.

(xiii) Qualifications and experience of key site management and technical personnel proposed for the contract.

(xv) Current Single business license

(xvi) Audited accounts and Bank Statements

(xviii) Site visit familiarization form to be duly filled, signed and stamp.

Bidders applying for tenders reserved for the disadvantaged groups (Youth, Women & Disabled) pursuant to Treasury circular no, 1/2015 No II serves as prequalified and must provide the following

additional information:

(i) A copy of certificate of registration under the Access to Government Procurement Opportunities (AGPO) Preferences and Reservations program

(ii) A copy of a recent CR12 Form from Registrar of Companies

(iii) A proof of having opened a Bank Account

(iv) Names and Copies of National Identity Cards / Valid Passports of directors

(v) Copies of National Identity Cards / Valid Passports of Directors

(vi) Certified copy of certificate from the National Council of Persons with Disability (for Persons Living with Disabilities)

Adequacy of qualifications will be determined through an evaluation procedure as described in the bid documents.

Interested eligible bidders will download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke .

Subsequent to Presidential directives issued on Covid-19 Pandemic there shall be No Pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of the bids. The bidders are also asked to fill, stamp and sign the site visit familiarization form in the document.

Tenders must be delivered in the tender box at the Regional Office, Homa Bay on or before 6th May,2021 at 10.00 Am.

Opening of the tenders will take place immediately thereafter in the presence of tenderers who wish to attend.

NB: Canvassing by tenderers will lead to automatic disqualification.

 

 

 

Eng. J. M. Kimilu

REGIONAL DIRECTOR

HOMABAY REGION

 

Homabay Region GOK Development -October 2020

 Download Tender Notice Here

                                                                                       

                                                                                   KENYA RURAL ROADS AUTHORITY

                                                                                                                                                                               Homa Bay Region Office

                                                                                                                                                                                P.O. Box 550,

                                                                                                                                                                               HOMA BAY, KENYA

                                                                                                                                                                              28th OCTOBER, 2020  

                                                                      

                                                                   TENDER NOTICE

INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS

 

Bids are invited from contractors who are pre-qualified in the following Constituencies and in the respective work categories for the following Minor Road Works/Spot Improvement Works.

 

 S/NO

Road Name

Contract number

Const.

Comments

1

Oriwa- Duda -Miruka

KeRRA/011/39/HB/KAB/GOKD/19|20-112

Kabondo

Youth

2

Kotutu -Nyamwaga

KeRRA/011/39/HB/KAB/GOKD/19|20-113

Kabondo

Open

3

Ngere –Oturban

KeRRA/011/39/HB/KAB/GOKD/19|20-114

Homabay Town

Women

4

Otati –Bunge Pri. Sch

KeRRA/011/39/HB/SUB/GOKD/19|20-115

Suba

Open

5

Ngeri –Miyoyo-Musoko

KeRRA/011/39/HB/KAB/GOKD/19|20-116

Suba

Open

6

Kithereka -Magunga

KeRRA/011/39/HB/SUB/10%CS-SAV/19|20-117

Suba

Disable

7

Nyakwatha – Ludhe-Dongo

KeRRA/011/39/HB/MBT/10%CS-SAV /19|20-118

Mbita

Open

8

Kisui - Kirambo

KeRRA/011/39/HB/MBT/10%CS-SAV /19|20-119

Mbita

Open

9

Rangwe -Gulkambe

KeRRA/011/39/HB/RAN/10%CS-SAV /19|20-120

Rangwe

Youth

10

Omoche - Koyoo

KeRRA/011/39/HB/RAN/10%CS-SAV /19|20-121

Rangwe

Open

 

 GENERAL SCOPE OF WORKS FOR TENDERS

The scope of works for various contracts are as stipulated in the pre-qualification work categories which have been identified above.

QUALIFICATION FOR BIDDING

The following documents MUST be submitted together with the priced bid. Failure to submit these documents will be a reason for disqualification. Bidders are instructed to read the advert along with the instructions to tenderers.

(i) Certified Certificate of Incorporation by the Registrar of Companies.

(ii) Duly filled, signed and stamped form of tender.

(iii) Current certified CR12 Certificate from the Registrar of Companies (within 12 Months before date of opening). This should be provided with Identification Documents of Directors. (ID or Passport).

(iv) Certified copy of VAT & PIN registration

(v) Copy of certified certifica0te of registration with the National Construction Authority and practicing licence in Category NCA8 and above.

(vi) Valid Tax Compliance Certificate to be confirmed at http://www.kra.go.ke/notices/tcc-checker.html

(vii) Attach a Duly signed, filled and stamped Confidential Business Questionnaire (CBQ)

(viii) All Pages of the submitted documents to be Serialised

(ix) Bank Statement for the last Three months from the date of the advert. Please take note that the proceeds of the contract will be credited into the account number that is reflected in this bank statement.

(x) Major items of construction, equipment owned or leased.

(xi) Any other information / condition as stipulated in the tender Documents

(xii) Authority to seek references from the Tenderer’s bankers

(xiii) Experience in work of a similar nature and size for at least the last three years.

(xiv) Qualifications and experience of key site management and technical personnel proposed for the contract.

(xv) Current Single business license

(xvi) Audited accounts for previous three (3)years (Certified copies)

(xviii) Site visit familiarization form to be duly filled, signed and stamp.

Bidders applying for tenders reserved for the disadvantaged groups (Youth, Women & Disabled)  pursuant to Treasury circular no, 1/2015 No II serves as prequalified and must provide the following

additional information:

(i) A copy of certificate of registration under the Access to Government Procurement Opportunities (AGPO) Preferences and Reservations program

(ii) A copy of a recent CR12 Form from Registrar of Companies

(iii) A proof of having opened a Bank Account

(iv) Names and Copies of National Identity Cards / Valid Passports of directors

(v) Copies of National Identity Cards / Valid Passports of Directors

(vi) Certified copy of certificate from the National Council of Persons with Disability (for Persons Living With Disabilities)

Adequacy of qualifications will be determined through an evaluation procedure as described in the bid documents.

Interested eligible contractors may obtain tender documents from KeRRA website www.kerra.go.ke

Subsequent to Presidential directives issued on Covid-19 Pandemic there shall be no Pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of the bids. The bidders are also asked to fill, stamp and sign the site visit familiarization form in the document.

Tenders must be delivered in the tender box at the Regional Office, Homa Bay on or before 12th November, 2020 at 10.00 Am.

Opening of the tenders will take place immediately thereafter in the presence of tenderers who wish to attend.

NB: Canvassing by tenderers will lead to automatic disqualification.

 

 Eng. J. M. Kimilu

DEPUTY DIRECTOR

HOMABAY REGION

HOMABAY REGION GoK Development Fund & 10% Road Maintenance Levy Fund (RMLF) FY 2022-2023

 

 

 

KENYA RURAL ROADS AUTHORITY

                                                                                                                        

TENDER NOTICE

INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS

 

The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act 2007, with the responsibility of the management, development, rehabilitation and maintenance of rural roads.

Bids are invited from contractors who are registered in the respective Constituencies in Homabay Region and in the respective work categories for the following minor road maintenance and spot improvement works financed under GoK Development Fund & 10% Road Maintenance Levy Fund (RMLF) by Cabinet Secretary.

DOWNLOAD ADVERT HERE

S/No.

Road Name and Tender Number

Work Category

Constituency

Reservation

 

1

R44 Kitare – Kangode Bridge KeRRA/HB/MBT/08/39/51/GOKD/22|23-153

C

Suba North

YOUTH

 DOWNLOAD

2

Lwanda –Kanyakiamo KeRRA/HB/MBT/08/39/51/GOKD/22|23-155

C

Suba North

OPEN

 DOWNLOAD

3

Junct-Ka Pamela –Paga Wandiji –Kipasi (Kanyobera Box Culvert & Approaches) KeRRA/HB/MBT/08/39/51/GOKD/22|23-157

B

Suba North

OPEN

 DOWNLOAD

4

Kipasi- Junct- Kajama –Ngodhe -Usao KeRRA/HB/MBT/08/39/51/GOKD/23|24-158

C

Suba North

OPEN

 DOWNLOAD

5

U_G61162: Aorachuodho - Nyandemra KeRRA/HB/NDW/08/39/51/GOKD/22|23-164

C

Ndhiwa

PWD

 DOWNLOAD

6

Ndhiwa - Nyamanga KeRRA/HB/KAS/08/39/51/GOKD/22|23-167

C

Ndhiwa

WOMEN

 DOWNLOAD

7

Sigama - Koduma – Kokeyo KeRRA/HB/NDW/08/39/51/GOKD/22|23-168

C

Ndhiwa

OPEN

 DOWNLOAD

8

C871: Mirogi - Koduma KeRRA/HB/NDW/08/39/51/GOKD/22|23-170

C

Ndhiwa

OPEN

 DOWNLOAD

9

Miranga – Dago Pri KeRRA/HB/NDW/08/39/51/GOKD/22|23-171

C

Ndhiwa

YOUTH

 DOWNLOAD

10

Gaena -Sigama

KeRRA/HB/NDW/08/39/51/GOKD/22|23-172

C

Ndhiwa

OPEN

 DOWNLOAD

11

UNCL: Lala –Ruga

KeRRA/HB/HBT/08/39/51/GOKD/22|23-177

C

Homabay Town

OPEN

 DOWNLOAD

12

St.Benedict -Ogande KeRRA/HB/HBT/08/39/51/GOKD/22|23-178

C

Homabay Town

OPEN

 DOWNLOAD

13

URA23:Rodi –Andigo -Orego KeRRA/HB/HBT/08/39/51/GOKD/22|23-179

C

Homabay Town

OPEN

 DOWNLOAD

14

Uncl045: Masakla – Chiga - Nyalkinyi KeRRA/HB/HBT/08/39/51/GOKD/22|23-180

C

Homabay Town

OPEN

 DOWNLOAD

15

Uncl044: Loreteng – Andingo – Kogwe KeRRA/HB/HBT/08/39/51GOKD/22|23-181

C

Homabay Town

OPEN

 DOWNLOAD

16

U_G1183Ogande - Kambeke KeRRA/HB/HBT/08/39/51/GOKD/22|23-182

C

Homabay Town

YOUTH

 DOWNLOAD

17

UNCL Sindo - Manyala KeRRA/HB/SUB/08/39/51/GOKD/22|23-185

C

Suba North

OPEN

 DOWNLOAD

18

Bunge Pry - Kobilo KeRRA/HB/SUB/08/39/51/GOKD/22|23-187

C

Suba North

OPEN

 DOWNLOAD

19

Uncl Adega – Karota KeRRA/HB/SUB/08/39/51/GOKD/22|23-188

C

Kabondo

OPEN

 DOWNLOAD

20

Got Kokech -Otaro KeRRA/HB/KARA/08/39/51/10%CS/22|23-189

C

Homabay Town

OPEN

 DOWNLOAD

21

UNCL050: Nyauu –Ogundi - Randung KeRRA/HB/HBT/08/39/51/10%CS/22|23-190

C

Homabay Town

WOMEN

 DOWNLOAD

22

Kimira Sch –Kuoyo –SDA -Kapis KeRRA/HB/MBT/08/39/51/10%CS/22|23-191

C

Karachuonyo

OPEN

 DOWNLOAD

23

Booster – Osika Oboho Beach ROAD KeRRA/HB/KARA/08/39/51/10%CS/22|23-192

C

Karachuonyo

WOMEN

 DOWNLOAD

24

Nyakwere -Chweo KeRRA/HB/KARA/08/39/51/10%CS/22|23-193

C

Karachuonyo

OPEN

 DOWNLOAD

25

Uncl. Kombe Gera road KeRRA/HB/MBT/08/39/51/GOKD/22|23-195

C

Suba North

WOMEN

 DOWNLOAD

26

Uncl. Sare – Otaros road KeRRA/HB/KARA/08/39/51/GOKD/22|23-199

C

Karachuonyo

OPEN

 DOWNLOAD

27

Simbi Kanyadhiang – Kosele road KeRRA/HB/KARA/08/39/51/GOKD/22|23-100

C

Karachuonyo

OPEN

 DOWNLOAD

28

Kobala – Chuoe road KeRRA/HB/KARA/08/39/51/GOKD/22|23-101

C

Karachuonyo

PWD

 DOWNLOAD

29

Nyakwere – Limara road KeRRA/HB/KARA/08/39/51/GOKD/22|23-102

C

Karachuonyo

YOUTH

 DOWNLOAD

30

U_G61160: Orera - Got Okombo

C

Kabondo

YOUTH

 DOWNLOAD

31

E215 J1: Miti Mbili - Pala KeRRA/HB/KARA/08/39/51/GOKD/22|23-197

C

Karachuonyo

OPEN

 DOWNLOAD

32

Uncl105: Kanyadhiang - Water Intake KeRRA/HB/KARA/08/39/51/GOKD/22|23-198

C

Karachuonyo

OPEN

 DOWNLOAD

INSTRUCTIONS TO TENDERES

  1. Bidders who are prequalified in respective constituencies and under specified work categories are eligible to tender.
  2. The scope of works for the respective tenders are as stipulated in the Tender Documents.
  3. Bidders participating under tenders that are reserved for Youth, Women or Persons with Disability (PWD) need not to be prequalified and their qualification criteria is outlined in the Bid document.
  4. Bidders participating under Youth, Women or Persons with Disability must attach copies of registration certificates issued by National Treasury.
  5. All MANDATORY requirements must be attached:
  6. Other qualification requirements are as outlined in the Tender Document.
  7. Bidders are advised to continually check the KeRRA website www.kerra.go.ke for any Tender addenda or clarifications that may arise before submission date.
  8. Pretender site visits are Mandatory. Bidders are required to liaise with the respective Constituency Roads Officer to visit the site and thereafter collect duly Signed Pretender Site Certificates from the respective Constituency Roads Officer.

The tender documents can be downloaded free of charge from Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke and Public Procurement Information Portal (PPIP) from 4th September, 2023.

Completed Tender Documents are to be enclosed in plain sealed envelopes clearly marked with tender name and reference number and submitted to KeRRA, Homabay Regional Office, addressed to:

 

Regional Director

Kenya Rural Roads Authority,

P.O. Box 550-40300

HOMABAY

The tender documents are to be deposited in the respective tender boxes located at KeRRA, Homabay  Regional Office so as to be received on or before or before 19th September 2023 at 11.00am.

 

Tenders will be opened immediately thereafter at KeRRA, Homabay Regional Office in the presence of bidders/representatives who wish to attend.

Bidders are advised that canvassing by tenderers will lead to automatic disqualification.

REGIONAL DIRECTOR

HOMABAY REGION

HOMABAY REGION GoK Development fund FY 2023-2024.

 

KENYA RURAL ROADS AUTHORITY

REGIONAL OFFICE

HOMABAY REGION

Ref No.: KeRRA/HB/RD4/TN/2023/(05)                                                                                                                                                            Date: 6th October, 2023

TENDER NOTICE

INVITATION OF BIDS FOR CONSTRUCTION OF ROAD DRAINAGE STRUCTURES AND ROUTINE MAINTAINANCE WORKS

 

Kenya Rural Roads Authority (KeRRA) invites bids from contractors who are registered in Homabay Region in the respective Constituencies and work categories for the following road maintenance works/drainage structures funded under GoK Development fund.

download advert here

S/NO.

ROAD NAME AND TENDER NO.

WORK CATEGORY

CONSTITUENCY

RESERVATION

 

1

Lwanda Centre – Osodo MKt KeRRA/HB/MBT/08/39/51/GOKD/22|23-154

C

MBITA

OPEN

download

2

Luanda – Oloo –God Awendo KeRRA/HB/MBT/08/39/51/GOKD/22|23-156

C

MBITA

OPEN

download

3

Kombe –Mbita Central SDA - Milamani KeRRA/HB/MBT/08/39/51/GOKD/22|23-159

C

MBITA

WOMEN

download

4

U_64208:Yokia –Soklo –Nyahera -Uozi (Wasamo Primary - Mulundu Beach road) KeRRA/HB/MBT/08/39/51/GOKD/22|23-160

C

MBITA

OPEN

download

5

Nyamita Bridge (Protection Works & Approach roads) KeRRA/HB/MBT/08/39/51/GOKD/22|23-161

C

MBITA

PWD

download

6

Uncl064: Junct. Katieno -Magina KeRRA/HB/NDW/08/39/51/GOKD/22|23-162

C

NDHIWA

OPEN

download

7

Riat -Kowoudha KeRRA/HB/NDW/08/39/51/GOKD/22|23-163

C

NDHIWA

WOMEN

download

8

D214: Kalamindi-Nyarongi KeRRA/HB/NDW/08/39/51/GOKD/22|23-165

C

NDHIWA

OPEN

download

9

Kodumba - Ndesi KeRRA/HB/NDW/08/39/51/GOKD/22|23-169

C

NDHIWA

OPEN

download

10

Uncl146: Gaena -Kolumbe KeRRA/HB/NDW/08/39/51/GOKD/22/23-173

C

NDHIWA

OPEN

download

11

Jn A1 Oyugi Sec Sch - Kawaindi KeRRA/HB/KAS/08/39/51/GOKD/22|23-174

C

KASIPUL

PWD

download

12

Junct. Aloo - Kawaindi KeRRA/HB/KAS/08/39/51/GOKD/22|23-175

C

KASIPUL

OPEN

download

13

Junct. Kawino – Kamunga Pri KeRRA/HB/KAS/08/39/51/GOKD/22|23-176

C

KASIPUL

YOUTH

download

14

Uncl Gera -Sindo KeRRA/HB/SUB/08/39/51/GOKD/22|23-186

C

SUBA

OPEN

download

15

Adiedo - Pala KeRRA/HB/SUB/08/39/51/GOKD/22|23-204

C

KARACHUONYO

OPEN

download

16

Kamunyonge - Wepesi KeRRA/HB/SUB/08/39/51/GOKD/22|23-205

C

KABONDO

OPEN

download

17

Kanguvu Box Culvert KeRRA/HB/SUB/08/39/51/GOKD/22|23-206

B

KABONDO

YOUTH

download

18

Ngeso - Ngere KeRRA/HB/SUB/08/39/51/GOKD/22|23-207

C

HOMABAY TOWN

OPEN

download

INSTRUCTIONS TO TENDERES

  1. Bidders who are prequalified in respective constituencies and under specified work categories are eligible to tender.
  2. The scope of works for the respective tenders are as stipulated in the Tender Documents.
  3. Bidders participating under tenders that are reserved for Youth, Women or Persons with Disability (PWD) need not to be prequalified and their qualification criteria is outlined in the Bid document.
  4. Bidders participating under Youth, Women or Persons with Disability must attach copies of registration certificates issued by National Treasury.
  5. All MANDATORY requirements must be attached:
  6. Other qualification requirements are as outlined in the Tender Document.
  7. Bidders are advised to continually check the KeRRA website www.kerra.go.ke for any Tender addenda or clarifications that may arise before submission date.
  8. Pretender site visits are Mandatory. Bidders are required to liaise with the respective Constituency Roads Officers to visit the sites on 12th October 2023, and thereafter collect pre-tender site visit certificates, which MUST be signed by the Regional Director.

The tender documents can be downloaded free of charge from Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke and Public Procurement Information Portal (PPIP).

Completed Tender Documents are to be enclosed in plain sealed envelopes clearly marked with tender name and reference number and submitted to KeRRA, Homabay Regional Office, addressed to:

 

Regional Director

Kenya Rural Roads Authority

P.O. Box 550-40300

HOMABAY

The tender documents are to be deposited in the respective tender boxes located at KeRRA, Homabay  Regional Office so as to be received on or before or before 23rd October 2023 at 11.00am.

 

Tenders will be opened immediately thereafter at KeRRA, Homabay Regional Office in the presence of bidders/representatives who wish to attend.

Bidders are advised that canvassing by tenderers will lead to automatic disqualification.

Eng. Ogogo C.T

REGIONAL DIRECTOR

HOMABAY REGION

HOMABAY REGION GOK DEVELOPMENT TENDERS

Download Tender Notice Here 

 Download Addendum Notice 1 Here

                                                                       KENYA RURAL ROADS AUTHORITY

                                                                              Homa Bay Region Office

                                                                                       P.O. Box 550,

                                                                                 HOMA BAY, KENYA

Ref: HB/2018-19/015                                                                                                          16th July, 2020  

                                                                      

                                                            TENDER NOTICE

INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS

 

Bids are invited from contractors who are pre-qualified in the following Constituencies and in the respective work categories for the following Minor Road Works/Spot Improvement Works.

 

 

Road Name

Contract number

Const.

Work Category

Comments

1

Kajiei Beach - Samba

KeRRA/011/39/HB/KARA/GOK/19|20-076

Karachuonyo

B,C,D

Open

2

Kisiage – Kanu Mawego

KeRRA/011/39/HB/KARA/GOK/19|20-077

Karachuonyo

B,C,D

Open

3

Rambira-Gungu Mawengo

KeRRA/011/39/HB/KARA/GOK/19|20-078

Karachuonyo

B,C,D

Open

4

Awach Brige - Obaria

KeRRA/011/39/HB/KARA/GOK/19|20-079

Karachuonyo

B,C,D

Women

5

Magunga – Seka Health Centre

KeRRA/011/39/HB/SUB/GOK/19|20-080

Suba South

B,C,D

Open

6

Kotengo Borehole - Otati

KeRRA/011/39/HB/SUB/GOK/19|20-081

Suba South

B,C,D

Disability

7

Mananja - Laknyiero

KeRRA/011/39/HB/SUB/GOK/19|20-082

Suba South

B,C,D

Youth

8

Tonga - Kisaku

KeRRA/011/39/HB/SUB/GOK/19|20-083

Suba South

B,C,D

Open

9

Usao - Uwii

KeRRA/011/39/HB/SUB/GOK/19|20-084

Suba North

B,C,D

Open

10

Kamsama - Godjope

KeRRA/011/39/HB/SUB/GOK/19|20-085

Suba North

B,C,D

Open

11

Utajo - Ulugi

KeRRA/011/39/HB/SUB/GOK/19|20-086

Suba North

B,C,D

Open

12

Kokeyo - Nyatoto

KeRRA/011/39/HB/SUB/GOK/19|20-087

Suba North

B,C,D

Youth

13

Rambem – Gode Ariyo

KeRRA/011/39/HB/SUB/GOK/19|20-088

Suba North

B,C,D

Women

14

Nyamanga- Gera

KeRRA/011/39/HB/SUB/GOK/19|20-089

Suba North

B,C,D

Youth

15

Makira Uozi Section of Mfungano Rd

KeRRA/011/39/HB/SUB/GOK/19|20-090

Suba North

B,C,D

Open

16

Kisaku - Kirambo

KeRRA/011/39/HB/SUB/GOK/19|20-091

Suba South

B,C,D

Open

17

Kirambo - Kasongo

KeRRA/011/39/HB/SUB/GOK/19|20-092

Suba South

B,C,D

Disability

18

Kasongo - Kumuinda

KeRRA/011/39/HB/SUB/GOK/19|20-093

Suba South

B,C,D

‘Open

19

Kumuinda - Osiri

KeRRA/011/39/HB/SUB/GOK/19|20-094

Suba South

B,C,D

Youth

20

Omumyooden Box Culvert

KeRRA/011/39/HB/SUB/GOK/19|20-095

Suba South

B,C,D

Open

21

Randung- Yoga

KeRRA/011/39/HB/RAN/GOK/19|20-096

RANGWE

B,C,D

Open

22

Sindo - Misare

KeRRA/011/39/HB/SUB/GOK/19|20-097

Suba South

B,C,D

Open

23

St joseph - kisiambi

KeRRA/011/39/HB/SUB/GOK/19|20-098

Suba South

B,C,D

Youth

24

Rusinga Girls - Ulugi

KeRRA/011/39/HB/MBT/GOK/19|20-099

Mbita

B,C,D

Women

25

Lingongo – Kaswanga Rd

KeRRA/011/39/HB/MBT/GOK/19|20-100

Mbita

B,C,D

Open

26

Adiedo - Omboga

KeRRA/011/39/HB/KARA/GOK/19|20-101

Karachuonyo

B,C,D

Open

27

Njeri - Kadel

KeRRA/011/39/HB/KARA/GOK/19|20-102

Karachuonyo

B,C,D

Youth

28

Centre - Karota

KeRRA/011/39/HB/KAB/GOK/19|20-103

Kabondo

B,C,D

Women

       
       
       
               
  1. GENERAL SCOPE OF WORKS FOR TENDERS

The scope of works for various contracts are as stipulated in the pre-qualification work categories which have been identified above.

  1. QUALIFICATION FOR BIDDING

The following documents MUST be submitted together with the priced bid. Failure to submit these documents will be a reason for disqualification. Bidders are instructed to read the advert along with the instructions to tenderers.

(i) Certified Certificate of Incorporation by the Registrar of Companies.

(ii) Duly filled, signed and stamped form of tender.

(iii) Current certified CR12 Certificate from the Registrar of Companies (within 12 Months before date of opening). This should be provided with Identification Documents of Directors. (ID or Passport).

(iv) Certified copy of VAT & PIN registration

(v) Copy of certified certificate of registration with the National Construction Authority and practicing licence in Category NCA8 and above.

(vi) Valid Tax Compliance Certificate to be confirmed at http://www.kra.go.ke/notices/tcc-checker.html

(vii) Attach a Duly signed, filled and stamped Confidential Business Questionnaire (CBQ)

(viii) All Pages of the submitted documents to be Serialised

(ix) Bank Statement for the last Three months from the date of the advert. Please take note that the proceeds of the contract will be credited into the account number that is reflected in this bank statement.

(x) Major items of construction, equipment owned or leased.

(xi) Any other information / condition as stipulated in the tender Documents

(xii) Authority to seek references from the Tenderer’s bankers

(xiii) Experience in work of a similar nature and size for at least the last three years.

(xiv) Qualifications and experience of key site management and technical personnel proposed for the contract.

(xv) Current Single business license

(xvi) Audited accounts for previous three (3)years (Certified copies)

(xviii) Site visit familiarization form to be duly filled, signed and stamp.

Bidders applying for tenders reserved for the disadvantaged groups (Youth, Women & Disabled)  pursuant to Treasury circular no, 1/2015 No II serves as prequalified and must provide the following

additional information:

(i) A copy of certificate of registration under the Access to Government Procurement Opportunities (AGPO) Preferences and Reservations program

(ii) A copy of a recent CR12 Form from Registrar of Companies

(iii) A proof of having opened a Bank Account

(iv) Names and Copies of National Identity Cards / Valid Passports of directors

(v) Copies of National Identity Cards / Valid Passports of Directors

(vi) Certified copy of certificate from the National Council of Persons with Disability (for Persons Living With Disabilities)

Adequacy of qualifications will be determined through an evaluation procedure as described in the bid documents.

Interested eligible contractors may obtain tender documents from KeRRA website www.kerra.go.ke

Subsequent to Presidential directives issued on Covid-19 Pandemic there shall be no Pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of the bids. The bidders are also asked to fill, stamp and sign the site visit familiarization form in the document.

Tenders must be delivered in the tender box at the Regional Office, Homa Bay on or before 30th July, 2020 at 10.00 Am.

Opening of the tenders will take place immediately thereafter in the presence of tenderers who wish to attend.

NB: Canvassing by tenderers will lead to automatic disqualification.

 

 

Eng. J. M. Kimilu

DEPUTY DIRECTOR

HOMABAY REGION

Homabay Region GOK Development-F/Y 2020-21

Download Tender Notice Here

                                                                                         KENYA RURAL ROADS AUTHORITY

                                                                                                                                                                                                              Homa Bay Region Office

                                                                                                                                                                                                               P.O. Box 550,

                                                                                                                                                                                                                HOMA BAY, KENYA

                                                                                                                                                                                                                8th December, 2020  

                                                                      

 TENDER NOTICE

INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS

 

Bids are invited from contractors who are pre-qualified in the following Constituencies and in the respective work categories for the following Minor Road Works/Spot Improvement Works.

 

 S/N

Road Name

Contract number

Const.

Comments

1

God Jope –Oganda- Kamato - (Lot1)

KeRRA/011/39/HB/MBT/GOKD/20/21-025

Mbita

Women

2

God Oloo –Mukuyu Beach - (Lot1)

KeRRA/011/39/HB/SUB/GOKD/20/21-022

Suba

Youth

3

Kakomo –Mirambo –Nyandiwa-(Lot1)

KeRRA/011/39/HB/SUB/GOKD/20/21-014

Suba

Open

4

Kigoto – Kumbatha -(Lot1)

KeRRA/011/39/HB/SUB/GOKD/20/21-021

Suba

Open

5

Kipasi – Waiga- Nyamanji –Kisaka –Ndhuru-Got Rateng -(Lot1)

KeRRA/011/39/HB/MBT/GOKD/20/21-024

Mbita

Open

6

Kirindo Miyolo -(Lot1)

KeRRA/011/39/HB/MBT/GOKD/20/21-027

Mbita

Open

7

Kisui –Kirambo -(Lot1)

KeRRA/011/39/HB/MBT/GOKD/20/21-031

Mbita

Open

8

Kitare -God Ariyo –Junction kajama-Usao -(Lot1)

KeRRA/011/39/HB/MBT/GOKD/20/21-026

Mbita

Open

9

Luore Centre –Litare Beach -(Lot1)

KeRRA/011/39/HB/MBT/GOKD/20/21-023

Mbita

Open

10

Magunga – Kithereka-(Lot1)

KeRRA/011/39/HB/SUB/GOKD/20/21-015

Suba

Disable

11

Magunga – Mananja-(Lot1)

KeRRA/011/39/HB/SUB/GOKD/20/21-016

Suba

Open

12

Mfangano Ring Road -(Lot1)

KeRRA/011/39/HB/MBT/GOKD/20/21-030

Mbita

Youth

13

Laknyiero – Otati-(Lot1)

KeRRA/011/39/HB/SUB/GOKD/20/21-013

Suba

Women

14

Roo-Koyombe –Sindo -(Lot1)

KeRRA/011/39/HB/SUB/GOKD/20/21-017

Suba

Open

16

Roo –Ongalo-Nyagwethe-(Lot1)

KeRRA/011/39/HB/SUB/GOKD/20/21-020

Suba

Open

18

Tema – Nyang-Quarry-(Lot1)

KeRRA/011/39/HB/MBT/GOKD/20/21-028

Mbita

Open

19

Kisaku –Kiembe –Kibura-(Lot1)

KeRRA/011/39/HB/SUB/GOKD/20/21-018

Suba

Youth

20

Tonga – Kisaku –Osiri -(Lot1)

KeRRA/011/39/HB/SUB/GOKD/20/21-019

Suba

Open

21

Wasaria – Rusinga  Ring Road Junction – Ulugi -(Lot1)

KeRRA/011/39/HB/MBT/GOKD/20/21-029

Mbita

Open

 

 

 

  1. GENERAL SCOPE OF WORKS FOR TENDERS

The scope of works for various contracts are as stipulated in the pre-qualification work categories which have been identified above.

QUALIFICATION FOR BIDDING

The following documents MUST be submitted together with the priced bid. Failure to submit these documents will be a reason for disqualification. Bidders are instructed to read the advert along with the instructions to tenderers.

(i) Certified Certificate of Incorporation by the Registrar of Companies.

(ii) Duly filled, signed and stamped form of tender.

(iii) Current certified CR12 Certificate from the Registrar of Companies (within 12 Months before date of opening). This should be provided with Identification Documents of Directors. (ID or Passport).

(iv) Certified copy of VAT & PIN registration

(v) Copy of certified certificate of registration with the National Construction Authority and practicing licence in Category NCA8 and above.

(vi) Valid Tax Compliance Certificate to be confirmed at http://www.kra.go.ke/notices/tcc-checker.html

(vii) Attach a Duly signed, filled and stamped Confidential Business Questionnaire (CBQ)

(viii) All Pages of the submitted documents to be Serialised

(ix) Bank Statement for the last Three months from the date of the advert. Please take note that the proceeds of the contract will be credited into the account number that is reflected in this bank statement.

(x) Major items of construction, equipment owned or leased.

(xi) Any other information / condition as stipulated in the tender Documents

(xii) Authority to seek references from the Tenderer’s bankers

(xiii) Experience in work of a similar nature and size for at least the last three years.

(xiv) Qualifications and experience of key site management and technical personnel proposed for the contract.

(xv) Current Single business license

(xvi) Audited accounts for previous three (3)years (Certified copies)

(xviii) Site visit familiarization form to be duly filled, signed and stamp.

Bidders applying for tenders reserved for the disadvantaged groups (Youth, Women & Disabled)  pursuant to Treasury circular no, 1/2015 No II serves as prequalified and must provide the following

additional information:

(i) A copy of certificate of registration under the Access to Government Procurement Opportunities (AGPO) Preferences and Reservations program

(ii) A copy of a recent CR12 Form from Registrar of Companies

(iii) A proof of having opened a Bank Account

(iv) Names and Copies of National Identity Cards / Valid Passports of directors

(v) Copies of National Identity Cards / Valid Passports of Directors

(vi) Certified copy of certificate from the National Council of Persons with Disability (for Persons Living With Disabilities)

Adequacy of qualifications will be determined through an evaluation procedure as described in the bid documents.

Interested eligible contractors may obtain tender documents from KeRRA website www.kerra.go.ke

Subsequent to Presidential directives issued on Covid-19 Pandemic there shall be no Pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of the bids. The bidders are also asked to fill, stamp and sign the site visit familiarization form in the document.

Tenders must be delivered in the tender box at the Regional Office, Homa Bay on or before 22nd December, 2020 at 10.00 Am.

Opening of the tenders will take place immediately thereafter in the presence of tenderers who wish to attend.

NB: Canvassing by tenderers will lead to automatic disqualification.

 

 

 Eng. J. M. Kimilu

DEPUTY DIRECTOR

HOMABAY REGION

 

HOMABAY REGION GOK DEVELOPMET -F/Y 2021-22

 Download Tender Notice Here

Download Addendum Notice 1 Here

 

KENYA RURAL ROADS AUTHORITY

                                                                                                Homa Bay Region Office

                                                                                 P.O. Box 550-40300

                                                                                                             HOMA BAY, KENYA

 

                                                                                                                                                                                                                                                                                                 29th  November, 2021                                                                          

TENDER  NOTICE

INVITATION OF BIDS FOR MAINTANANCE/SPOT IMPROVEMENT WORKS

 

The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.

Bids are invited from contractors who are pre-qualified in the respective Constituencies in Homabay Region and in the respective work categories for the following Routine Maintenance and Spot Improvement Works, Funding under GOK Development F/Y 2021-2022

 

S/N           S/No.

 

 

Road Code and Name

Tender No.

Work Category

Reservation

 

 

 

 

 

 

01

ANGIRA –KOTOLO FOOTBRIDGE RD

KeRRA/HB/RAN/08/39/51/GOKD//21|22-080

C

General

02

CHUOE – OSODO –KOBALA –MAWEGO-KENDU BAY

KeRRA/HB/KARA/08/39/51/GOKD//21|22-081

C

General

  

  03

DAGO-KIPINGI -GAYENA

KeRRA/HB/NDW/08/39/51/GOKD//21|22-082

C

WOMEN

04

GOD JOPE –KAMATO -OGANDO

KeRRA/HB/MBT/08/39/51/GOKD//21|22-083

C

General

05

JERUSALEM BOX CULVERT

KeRRA/HB/KARA/08/39/51/GOKD//21|22-084

C

General

06

JONA –PATROBAS –SALAMA –COOP BANK JN

KeRRA/HB/MBT/08/39/51/GOKD//21|22-085

C

YOUTH

07

KANYADHIANG -KOSELE

KeRRA/HB/KARA/08/39/51/GOKD//21|22-086

C

PWD

08

KANYOTUNGA –MIRUBDA BEACH

KeRRA/HB/MBT/08/39/51/GOKD//21|22-087

 

YOUTH

09

KIABUYA – KITAWA ROAD

KeRRA/HB/SUB/08/39/51/GOKD//21|22-088

C

General

10

KIGOTO –KUMBATHA  ROAD

KeRRA/HB/SUB/08/39/51/GOKD//21|22-089

C

YOUTH

11

KISAKU – KASONGO ROAD

KeRRA/HB/SUB/08/39/51/GOKD//21|22-090

C

PWD

12

KITAWA –NGERI ROAD

KeRRA/HB/SUB/08/39/51/GOKD//21|22-091

C

General

13

KIWIRO –NDUNGA ROAD

KeRRA/HB/KARA/08/39/51/GOKD//21|22-092

C

General

14

KODHOCH –OBWANDA -OHANDA

KeRRA/HB/RAN/08/39/51/GOKD//21|22-093

C

General

15

KOMBE CENTRE – KOMBE SDA –MBITA CENTRAL SDA- ACADEMY –MBITA HIGH -MILIMANI

KeRRA/HB/MBT/08/39/51/GOKD//21|22-094

C

WOMEN

16

KOWUONDA –DAGO BOX CULTURE

KeRRA/HB/NDW/08/39/51/GOKD//21|22-095

C

YOUTH

17

LAKNYIERO – OTATI ROAD

KeRRA/HB/SUB/08/39/51/GOKD//21|22-096

C

General

18

LOURE –LITARE –GUMBE –UTA KOLUNGA –KAMASENGERE JN

KeRRA/HB/MBT/08/39/51/GOKD//21|22-097

C

General

19

LWANDA OLOO- GOD AWENDO

KeRRA/HB/MBT/08/39/51/GOKD//21|22-098

C

YOUTH

20

MAGANGA –MANANGA ROAD

KeRRA/HB/MBT/08/39/51/GOKD//21|22-099

C

General

 

 INSTRUCTIONS TO TENDERES

 

  1. Bidders who are prequalified in respective work category and Constituencies may tender.
  1. 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.
  1. Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria is outlined in the Bid document.
  1. Bidders participating under Youth, Women or Persons with Disability Must attach copies of their registration certificates issued by National Treasury.
  1. You MUST attach the following copies of MANDATORY requirements:
  • Certified copies (by commissioner of oaths) of Certificate of incorporation, Certificates of registration and principal place of business
  • Valid Registration certificate for Road Works from National Construction Authority (NCA) NCA 8 and above (Attach certified Copies by commissioner of oaths)
  • Valid and Current Practicing License for Road Works from National Construction Authority (NCA)(Attach certified copies by commissioner of oaths)
  • Authority to seek bank reference from the tenderer’s bankers
  • Valid Tax Compliance Certificate (To be verified from the KRA TCC Online Checker)
  • Dully filled and stamped form of tender
  • Dully filled confidential business questionnaire
  • Certified copies (by commissioner of oaths) of National Identification cards for the company directors for Youth, Women and People with Disability for those bidding for roads in that category
  • Certified copy of Recent/Current CR12 generated form(s) for the last 12 months indicating Directors, Nationality, shareholding
  • Provide litigation history and History of non-performance of contracts - sworn affidavits (within 3 months of tender opening) for the last three years
  • Certificates and CV’S of key personnel as per the evaluation criteria in the tender document
  • Provide proof of experience in similar works (in scope and amount) as per the evaluation criteria in the tender document
  • Proof of bank account in the name of the firm for reserved tenders
  • Bidders MUST serialize all the pages of their tender documents.
  • Bidders MUST provide all the information required as per the tender document.
  • Prices quoted must remain valid for One Hundred and Twenty (120 days) from the tender opening date.
  • Bidders who do not meet any of the above conditions will NOT be considered for award for any contract.
  1. Other qualification requirements are as outlined in the Tender Document.
  1. Subsequent to Presidential directives issued on Covid-19 Pandemic there shall be no Pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of the bids. The bidders are also asked to fill, stamp and sign the site visit familiarization form in the document.
  1. Bidders are requested to continually check the KeRRA website www.kerra.go.ke for any tender addenda or clarifications that may arise before submission date.

Interested eligible bidders will download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke from th December, 2021.

Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:

                                     

Regional Director - Roads,

Kenya Rural Roads Authority,

P.O. Box 550-40300

HOMABAY

All filled and sealed tenders MUST be submitted not later than 10.00 am on or before 14th December, 2021 and deposited in the Tender Boxes of the respective constituencies located at the Homabay Regional Office

Due to Covid19 Pandemic and MOH guidelines on social distancing, opening of the tenders will take place immediately thereafter at Homabay Regional Office in the presence of the first twenty (20) contractors to arrive.

NB: Canvassing by tenderers will lead to automatic disqualification.

Eng. J. Kimilu

Regional Director

HOMABAY REGION

 

HOMABAY REGION GOK DEVELOPMET -F/Y 2021-22

Download Tender Notice Here

KENYA RURAL ROADS AUTHORITY

                                                                                                Homa Bay Region Office

                                                                                 P.O. Box 550-40300

                                                                                                             HOMA BAY, KENYA

 

                                                                                                                                                                                               4th March, 2022                                                                         

TENDER  NOTICE

INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS

 

The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.

Bids are invited from contractors who are pre-qualified in the respective Constituencies in Homabay Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under  GOK Development - F/Y 21/2022.

 

           S/No.

ROAD NAME AND CONTRACT No.

Work Category

Constituency

Reservation

001

U_G63970: JN E1027 KANDIEGE –UHURU KeRRA/HB/KARA/08/39/51/GOKD/21|22-128

C

Karachuonyo

GENERAL

002

UNCL124: SIBURI –GOT OYARO

KeRRA/HB/KARA/08/39/51/GOKD/21|22-129

C

Karachuonyo

WOMEN

003

R38: OTARO – NGETA

KeRRA/HB/KARA/08/39/51/GOKD/21|22-130

C

Karachuonyo

YOUTH

 

 

 

INSTRUCTIONS TO TENDERES

 

  1. Bidders who are prequalified in respective work category and Constituencies may tender.
  1. 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.
  1. Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria is outlined in the Bid document.
  1. Bidders participating under Youth, Women or Persons with Disability Must attach copies of their registration certificates issued by National Treasury.
  1. Due to Covid19 Pandemic and consequently the Presidential directives issued, there shall be no Pre tender site visits arranged by the authority. However, bidders are encouraged to make personal arrangement to acquaint themselves with the sites before submission of bids.
  1. You MUST attach the following copies of MANDATORY requirements:
  • Certified copies (by commissioner of oaths) of Certificate of incorporation, Certificates of registration and principal place of business
  • Valid Registration certificate for Road Works from National Construction Authority (NCA) NCA 8 and above
  • Valid and Current Practicing License for Road Works from National Construction Authority (NCA)
  • Authority to seek bank reference from the tenderer’s bankers
  • Valid Tax Compliance Certificate (To be verified from the KRA TCC Online Checker)
  • Dully filled and stamped form of tender
  • Dully filled confidential business questionnaire
  • Certified copies (by commissioner of oaths) of National Identification cards for the company directors for Youth, Women and People with Disability for those bidding for roads in that category
  • Certified copy of Recent/Current CR12 generated form(s) for the last 12 months indicating Directors, Nationality, shareholding
  • Provide litigation history and History of non-performance of contracts - sworn affidavits (within 3 months of tender opening) for the last three years
  • Certificates and CV’S of key personnel as per the evaluation criteria in the tender document
  • Provide proof of experience in similar works (in scope and amount) as per the evaluation criteria in the tender document
  • Bank statements in the name of the firm for the last three months from the date of tender opening for the General tenders and Proof of bank account in the name of the firm for reserved tenders
  • A bidder may bid for more than one tender in the region, but will only be considered for two contracts in the entire region, but in different Constituencies
  • Bidders MUST serialize all the pages of their tender documents.
  • Bidders MUST provide all the information required as per the tender document.
  • Prices quoted must remain valid for One Hundred and Twenty (120 days) from the tender opening date.
  • Bidders who do not meet any of the above conditions will NOT be considered for award for any contract.
  1. Other qualification requirements are as outlined in the Tender Document.
  1. Bidders are requested to continually check the KeRRA website www.kerra.go.ke for any tender addenda or clarifications that may arise before submission date.

Interested eligible bidders will download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke from 7th  March, 2022.

Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:

                                     

Regional Director - Roads,

Kenya Rural Roads Authority,

P.O. Box 550-40300

HOMABAY

All filled and sealed tenders MUST be submitted not later than 10.00 am on or before Tuesday,22nd March,2022  Homabay Regional Office

Due to Covi19 Pandemic and MOH guidelines on social distancing, opening of the tenders will take place immediately thereafter at Homabay Regional Office in the presence of the first twenty (20) contractors to arrive.

NB: Canvassing by tenderers will lead to automatic disqualification.

Eng. J. Kimilu

Regional Director

HOMABAY REGION

 

HOMABAY REGION GOKD & 22%RMLF SAVINGS-F/Y 2021-22

Download Tender Notice Here

 

KENYA RURAL ROADS AUTHORITY

                                                                                                Homa Bay Region Office

                                                                                 P.O. Box 550-40300

                                                                                                             HOMA BAY, KENYA

 

                                                                                                                                                                                                                                                                                                     17th May,2022                                                                         

TENDER  NOTICE

INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS

 

 

The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.

Bids are invited from contractors who are pre-qualified in the respective Constituencies in Homabay Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under  GOK Development  Savings and 22% RMLF Savings - F/Y 21/2022.

 

           S/No.

ROAD NAME AND CONTRACT No.

Work Category

Constituency

Reservation

Pre Tender Site Visit

001

UNCL KAMEGERE - UGEGE

  KeRRA/HB/MBT/08/39/51/GOKD-S /21|22-149

C

MBITA

GENERAL

24/5/2022

002

UNCL034: KAMASENGRE JN – KOWAUTA –EDDIE MEMORIAL  KeRRA/HB/MBT/08/39/51/GOKD-S /21|22-150

C

MBITA

WOMEN

24/5/2022

003

UNCL JN C867 – TABLA BEACH  ACCESS  KeRRA/HB/MBT/08/39/51/GOKD-S /21|22-151

C

MBITA

GENERAL

24/5/2022

004

UNCL034: JN B2 –KISUI BEACH ACCESS   KeRRA/HB/MBT/08/39/51/GOKD-S /21|22-152

C

MBITA

YOUTH

24/5/2022

005

UNCL JN B2 –KAUGEGE BEACH ACCESS  KeRRA/HB/MBT/08/39/51/GOKD-S /21|22-153

C

MBITA

GGENERAL

24/5/2022

006

UNCL JN C872 –GOT NYASUMBI PRI. SCHOOL  KeRRA/HB/MBT/08/39/51/GOKD-S /21|22-154

C

MBITA

PWD

24/5/2022

007

URA32 LALA YAO – MAGARE  ROAD

 KeRRA/HB/HBT/08/39/51/GOKD-S /21|22-155

C

HOMABAY TOWN

YOUTH

25/5/2022

008

URA32 PALA -NYANGUU ROAD

 KeRRA/HB/HBT/08/39/51/22%RMLF-S /21|22-156

C

HOMABAY TOWN

GENERAL

25/5/2022

009

UNCL NDIRU – ACHIELO- OGANDE

 KeRRA/HB/HBT/08/39/51/22%RMLF /21|22-157

C

HOMBAY TOWN

WOMEN

25/5/2022

010

UNCL WIAMEN –KIJAWA –RIWA -ARUJO

 KeRRA/HB/HBT/08/39/51/22%RMLF-S /21|22-158

C

HOMABAY

TOWN

GENERAL

25/5/2022

011

UNCL JN C18  NYANDIWA –RANDUNG –JN OBOKE

 KeRRA/HB/RAN/08/39/51/GOKD /21|22-159

C

RANGWE

GENERAL

25/5/2022

 

 

 

INSTRUCTIONS TO TENDERES

 

  1. Bidders who are prequalified in respective work category and Constituencies may tender.
  1. 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.
  1. Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria is outlined in the Bid document.
  1. Bidders participating under Youth, Women or Persons with Disability Must attach copies of their registration certificates issued by National Treasury.
  1. You MUST attach the following copies of MANDATORY requirements:
  • Certified copies (by commissioner of oaths) of Certificate of incorporation, Certificates of registration and principal place of business
  • Valid Registration certificate for Road Works from National Construction Authority (NCA) NCA 8 and above
  • Valid and Current Practicing License for Road Works from National Construction Authority (NCA)
  • Authority to seek bank reference from the tenderer’s bankers
  • Valid Tax Compliance Certificate (To be verified from the KRA TCC Online Checker)
  • Dully filled and stamped form of tender
  • Dully filled confidential business questionnaire
  • Certified copies (by commissioner of oaths) of National Identification cards for the company directors for Youth, Women and People with Disability for those bidding for roads in that category
  • Certified copy of Recent/Current CR12 generated form(s) for the last 12 months indicating Directors, Nationality, shareholding
  • Provide litigation history and History of non-performance of contracts - sworn affidavits (within 3 months of tender opening) for the last three years
  • Certificates and CV’S of key personnel as per the evaluation criteria in the tender document
  • Provide proof of experience in similar works (in scope and amount) as per the evaluation criteria in the tender document
  • Bank statements in the name of the firm for the last three months from the date of tender opening for the General tenders and Proof of bank account in the name of the firm for reserved tenders
  • Bidders MUST serialize all the pages of their tender documents.
  • Bidders MUST provide all the information required as per the tender document.
  • Prices quoted must remain valid for One Hundred and Twenty (120 days) from the tender opening date.
  • Bidders who do not meet any of the above conditions will NOT be considered for award for any contract.
  1. Other qualification requirements are as outlined in the Tender Document.
  1. Bidders are requested to continually check the KeRRA website www.kerra.go.ke for any tender addenda or clarifications that may arise before submission date.

Interested eligible bidders will download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke from 20th May,2022

Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:

                                     

Regional Director - Roads,

Kenya Rural Roads Authority,

P.O. Box 550-40300

HOMABAY

All filled and sealed tenders MUST be submitted not later than 10.00 am on or before 31st  May,2022  Homabay Regional Office

The opening of the tenders will take place immediately thereafter at Homabay Regional Office in the presence of contractors.

.

NB: Canvassing by tenderers will lead to automatic disqualification.

Eng. J. Kimilu

Regional Director

HOMABAY REGION

 

HOMABAY REGION GOKD SAVINGS & 22%RMLF SAVINGS-F/Y 2021-22

 Download Tender Notice Here

 

 

 KENYA RURAL ROADS AUTHORITY

                                                                                                Homa Bay Region Office

                                                                                 P.O. Box 550-40300

                                                                                                             HOMA BAY, KENYA

 

                                                                                                                                                            8th April, 2022                                                                         

TENDER  NOTICE

INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS

 

 

The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.

Bids are invited from contractors who are pre-qualified in the respective Constituencies in Homabay Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under  GOK Development  Savings and 22% RMLF Savings - F/Y 21/2022.

 

           S/No.

ROAD NAME AND CONTRACT No.

Work Category

Constituency

Reservation

Pre Tender Site Visit

001

UNCL034: LWANDA –KANYAKIAMO  KeRRA/HB/MBT/08/39/51/GOKD-S /21|22-135

C

MBITA

GENERAL

21/4/2022

002

U_F6129: KABONDO – NYAMOGO GIRLS

KeRRA/HB/KAB/08/39/51/GOKD-S/21|22-136

C

NDHIWA

WOMEN

20/4/2022

003

UNCL075 : NYANDIWA – DUKA – NYANDIWA CENTRE  

KeRRA/HB/SUB/08/39/51/GOKD-S/21|22-137

C

SUBA

GENERAL

21/4/2022

004

SINDO PRI – OMUTHUMA -MUKENDE

KeRRA/HB/SUB/08/39/51/GOKD-S/21|22-138

C

SUBA

YOUTH

21/4/2022

005

NYABERA –SAWANKA ROAD

KeRRA/HB/SUB/08/39/51/22%RMLF-S/21|22-139

C

SUBA

GGENERAL

21/4/2022

006

UNCL: OLANDO -MWIREGWA ROAD

KeRRA/HB/SUB/08/39/51/22%RMLF-S/21|22-140

 

SUBA

PWD

21/4/2022

007

R37: KOTIENO-NYABOLA –NYANGIELA ROAD

KeRRA/HB/KAS/08/39/51/22%RMLF-S/21|22-141

 

KASIPUL

GENERLA

20/4/2022

008

UNCL: GUU –OWADE ROAD

KeRRA/HB/KAS/08/39/51/22%RMLF-S/21|22-142

C

KASIPUL

YOUTH

20/4/2022

 

 INSTRUCTIONS TO TENDERES

         Bidders who are prequalified in respective work category and Constituencies may tender.

  1. 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.
  1. Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria is outlined in the Bid document.
  1. Bidders participating under Youth, Women or Persons with Disability Must attach copies of their registration certificates issued by National Treasury.
  1. You MUST attach the following copies of MANDATORY requirements:
  • Certified copies (by commissioner of oaths) of Certificate of incorporation, Certificates of registration and principal place of business
  • Valid Registration certificate for Road Works from National Construction Authority (NCA) NCA 8 and above
  • Valid and Current Practicing License for Road Works from National Construction Authority (NCA)
  • Authority to seek bank reference from the tenderer’s bankers
  • Valid Tax Compliance Certificate (To be verified from the KRA TCC Online Checker)
  • Dully filled and stamped form of tender
  • Dully filled confidential business questionnaire
  • Certified copies (by commissioner of oaths) of National Identification cards for the company directors for Youth, Women and People with Disability for those bidding for roads in that category
  • Certified copy of Recent/Current CR12 generated form(s) for the last 12 months indicating Directors, Nationality, shareholding
  • Provide litigation history and History of non-performance of contracts - sworn affidavits (within 3 months of tender opening) for the last three years
  • Certificates and CV’S of key personnel as per the evaluation criteria in the tender document
  • Provide proof of experience in similar works (in scope and amount) as per the evaluation criteria in the tender document
  • Bank statements in the name of the firm for the last three months from the date of tender opening for the General tenders and Proof of bank account in the name of the firm for reserved tenders
  • Bidders MUST serialize all the pages of their tender documents.
  • Bidders MUST provide all the information required as per the tender document.
  • Prices quoted must remain valid for One Hundred and Twenty (120 days) from the tender opening date.
  • Bidders who do not meet any of the above conditions will NOT be considered for award for any contract.
  1. Other qualification requirements are as outlined in the Tender Document.
  1. Bidders are requested to continually check the KeRRA website www.kerra.go.ke for any tender addenda or clarifications that may arise before submission date.

Interested eligible bidders will download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke from 14th April,2022

Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:

                                     

Regional Director - Roads,

Kenya Rural Roads Authority,

P.O. Box 550-40300

HOMABAY

All filled and sealed tenders MUST be submitted not later than 10.00 am on or before 26th April,2022  Homabay Regional Office

Due to Covi19 Pandemic and MOH guidelines on social distancing, opening of the tenders will take place immediately thereafter at Homabay Regional Office in the presence of the first twenty (20) contractors to arrive.

NB: Canvassing by tenderers will lead to automatic disqualification.

 

 

Eng. J. Kimilu

Regional Director

HOMABAY REGION

 

HOMABAY REGION GOKD-F/Y 2021-22

Download Tender Notice Here

KENYA RURAL ROADS AUTHORITY

                                                                                                Homa Bay Region Office

                                                                                 P.O. Box 550-40300

                                                                                                             HOMA BAY, KENYA              

 

                                                                                                                                                                                                                                                                                                                                                                                       6th  June,2022                                                                         

TENDER  NOTICE

INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS

The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.

Bids are invited from contractors who are pre-qualified in the respective Constituencies in Homabay Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under Gok Public Participation - F/Y 21/2022.

 

           S/No.

ROAD NAME AND TENDER NO.

Work Category

Constituency

Reservation

Pre Tender Site Visit

001

UNCL KODILA -KASIBOS

KeRRA/HB/KARA/08/39/51/PH /21|22-160

C

KARACHUONYO

WOMEN

15/6/2022

002

UNCL: SARE –TWIST -AYIENGO  KeRRA/HB/KARA/08/39/51/PH /21|22-161

C

KARACHUONYO

GENERAL

15/6/2022

003

UNCL KOLIIECH -AROS  KeRRA/HB/KARA/08/39/51/PH /21|22-162

C

KARACHUONYO

YOUTH

15/6/2022

004

UNCL: NJERI - ORIWO   KeRRA/HB/KARA/08/39/51/PH /21|22-163

C

KARACHUONYO

GENERAL

15/6/2022

005

UNCL RAMBIRA - YOUTH  KeRRA/HB/KARA/08/39/51/PH /21|22-164

C

KARACHUONYO

GENERAL

15/6/2022

006

UNCL OWADE –GAMBA JUNCT  KeRRA/HB/MBT/08/39/51/PH /21|22-165

C

KASIPUL

PWD

16/6/2022

007

RAWINJI – KOWINO BOX CULVERT

 KeRRA/HB/HBT/08/39/51/PH /21|22-166

C

KASIPUL

GENERAL

16/6/2022

008

UNCL DISII -MARINDI ROAD

 KeRRA/HB/HBT/08/39/51/PH /21|22-167

C

HOMABAY

TOWN

GENERAL

16/6/2022

009

CARLIFORNIA -NYALGOSI

KeRRA/HB/RAN/08/39/51/PH /21|22-168

C

RANGWE

WOMEN

16/6/2022

010

UNCL KOGWE –DISII –RANDUNG -SINEMA KeRRA/HB/RAN/08/39/51/PH /21|22-169

C

RANGWE

GENERAL

16/6/2022

011

UNCL MALELA –KADIO -MIROGI

KeRRA/HB/NDW/08/39/51/PH /21|22-170

C

NDHIWA

YOUTH

16/6/2022

 

 INSTRUCTIONS TO TENDERES

 

  1. Bidders who are prequalified in respective work category and Constituencies may tender.
  1. 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.
  1. Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria is outlined in the Bid document.
  1. Bidders participating under Youth, Women or Persons with Disability Must attach copies of their registration certificates issued by National Treasury.
  1. You MUST attach the following copies of MANDATORY requirements:
  • Certified copies (by commissioner of oaths) of Certificate of incorporation, Certificates of registration and principal place of business
  • Valid Registration certificate for Road Works from National Construction Authority (NCA) NCA 8 and above
  • Valid and Current Practicing License for Road Works from National Construction Authority (NCA)
  • Authority to seek bank reference from the tenderer’s bankers
  • Valid Tax Compliance Certificate (To be verified from the KRA TCC Online Checker)
  • Dully filled and stamped form of tender
  • Dully filled confidential business questionnaire
  • Certified copies (by commissioner of oaths) of National Identification cards for the company directors for Youth, Women and People with Disability for those bidding for roads in that category
  • Certified copy of Recent/Current CR12 generated form(s) for the last 12 months indicating Directors, Nationality, shareholding
  • Provide litigation history and History of non-performance of contracts - sworn affidavits (within 3 months of tender opening) for the last three years
  • Certificates and CV’S of key personnel as per the evaluation criteria in the tender document
  • Provide proof of experience in similar works (in scope and amount) as per the evaluation criteria in the tender document
  • Bank statements in the name of the firm for the last three months from the date of tender opening for the General tenders and Proof of bank account in the name of the firm for reserved tenders
  • Bidders MUST serialize all the pages of their tender documents.
  • Bidders MUST provide all the information required as per the tender document.
  • Prices quoted must remain valid for One Hundred and Twenty (120 days) from the tender opening date.
  • Bidders who do not meet any of the above conditions will NOT be considered for award for any contract.
  1. Other qualification requirements are as outlined in the Tender Document.
  1. Bidders are requested to continually check the KeRRA website www.kerra.go.ke for any tender addenda or clarifications that may arise before submission date.

Interested eligible bidders will download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke from 14th June,2022

Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:

                                      

Regional Director - Roads,

Kenya Rural Roads Authority,

P.O. Box 550-40300

HOMABAY

All filled and sealed tenders MUST be submitted not later than 10.00 am on or before 23rd  June,2022  Homabay Regional Office

The opening of the tenders will take place immediately thereafter at Homabay Regional Office in the presence of contractors.

.

NB: Canvassing by tenderers will lead to automatic disqualification.

 

 

Eng. J. Kimilu

Regional Director

HOMABAY REGION

 

HOMABAY REGION GOKD-SAVING &10%RMLF-F/Y 2021-22

Download Tender Notice Here

Download Addendum Notice 1

 

 

KENYA RURAL ROADS AUTHORITY

                                                                                                Homa Bay Region Office

                                                                                 P.O. Box 550-40300

                                                                                                             HOMA BAY, KENYA

 

 

                                                                                                                                                                                    21st October, 2021                                                                          

TENDER  NOTICE

INVITATION OF BIDS FOR MAINTANANCE/SPOT IMPROVEMENT WORKS

 

The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.

Bids are invited from contractors who are pre-qualified in the respective Constituencies in Homabay Region and in the respective work categories for the following Routine Maintenance and Spot Improvement Works,works under GOK Development Savings and 10%RMLF - F/Y 2021-2022

 

           S/No.

 

 

Road Code and Name

Tender No.

Work Category

Reservation

001

MAGUNGA – SEKA HEALTH(15A)

KeRRA/HB/SUB/08/39/51/GOKD-S//21|22-050

C

General

002

LAKNYIERO –MANAJA(E113J2)

KeRRA/HB/SUB/08/39/51/GOKD-S//21|22-051

C

General

  

  003

KOMBE –GERA(UNCL039)

KeRRA/HB/MBT/08/39/51/GOKD-S//21|22-052

C

WOMEN

004

NYAHUHU –OGUNDI(UNCL050)

KeRRA/HB/HBT/08/39/51/GOKD-S//21|22-053

C

General

005

SDA JN –WATER SUPPLY(G1)

KeRRA/HB/HBT/08/39/51/GOKD-S//21|22-054

C

YOUTH

006

NAMBA –NYOKAL –ONYEGE(UNCL131)

KeRRA/HB/RAN/08/39/51/GOKD-S//21|22-055

C

General

007

JN LUORA –OBWANDA –KODHOCH(UNCL077)

KeRRA/HB/RAN/08/39/51/GOKD-S//21|22-056

C

PWD

008

OLARE – MARIWA(UNCL065)

KeRRA/HB/RAN/08/39/51/10%RMLF//21|22-057

C

General

009

NAMBA –NYOKAL –OJINYO ONYEGE(UNCL131)

KeRRA/HB/RAN/08/39/51/10%RMLF//21|22-058

C

YOUTH

010

OKIKI AMAYO-MIGUNDE(E215JI)

KeRRA/HB/KARA/08/39/51/10%RMLF/21|22-059

C

General

011

NJERI –ORIWO(G63951)

KeRRA/HB/KARA/08/39/51/10%RMLF/21|22-060

C

WOMEN

012

NYANDIWA BOX CULVERT(UNCL061)

KeRRA/HB/NDW/08/39/51/10%RMLF/21|22-061

B

General

014

OSANI BOX CULVERT(D214)

KeRRA/HB/NDW/08/39/51/10%RMLF/21|22-062

B

WOMEN

015

MIRONDO –KAWERE – KIWIRI BOX CULVERT(UNCL132)

KeRRA/HB/KAS/08/39/51/10%RMLF//21|22-063

B

General

016

DOL-RAGWE – ONYEGE BOX CULVERT (E214)

KeRRA/HB/KAS/08/39/51/10%RMLF//21|22-064

B

General

017

OTATI – BUNGE PRIMARY

KeRRA/HB/SUB/08/39/51/10%RMLF//21|22-065

C

YOUTH

018

NJERI –MIYOYO -MUSOKO

KeRRA/HB/SUB/08/39/51/10%RMLF/21|22-066

C

General

019

A1JN OGERA –APONDO(E209)

KeRRA/HB/KAB/08/39/51/10%RMLF//21|22-067

C

PWD

020

KADONGO – WINJO(U_G61251)

KeRRA/HB/KAB/08/39/51/10%RMLF//21|22-068

C

General

021

MBITA –KOMBE(UNCL039)

KeRRA/HB/MBT/08/39/51/10%RMLF//21|22-069

C

WOMEN

022

KISUI – KIRAMBO(UNCL138)

KeRRA/HB/MBT/08/39/51/10%RMLF//21|22-070

C

General

 

INSTRUCTIONS TO TENDERES

        Bidders who are prequalified in respective work category and Constituencies may tender.

  1. 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.
  1. Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria is outlined in the Bid document.
  1. Bidders participating under Youth, Women or Persons with Disability Must attach copies of their registration certificates issued by National Treasury.
  1. You MUST attach the following copies of MANDATORY requirements:
  • Certified copies (by commissioner of oaths) of Certificate of incorporation, Certificates of registration and principal place of business
  • Valid Registration certificate for Road Works from National Construction Authority (NCA) NCA 8 and above (Attach certified Copies by commissioner of oaths)
  • Valid and Current Practicing License for Road Works from National Construction Authority (NCA)(Attach certified copies by commissioner of oaths)
  • Authority to seek bank reference from the tenderer’s bankers
  • Valid Tax Compliance Certificate (To be verified from the KRA TCC Online Checker)
  • Dully filled and stamped form of tender
  • Dully filled confidential business questionnaire
  • Certified copies (by commissioner of oaths) of National Identification cards for the company directors for Youth, Women and People with Disability for those bidding for roads in that category
  • Certified copy of Recent/Current CR12 generated form(s) for the last 12 months indicating Directors, Nationality, shareholding
  • Provide litigation history and History of non-performance of contracts - sworn affidavits (within 3 months of tender opening) for the last three years
  • Certificates and CV’S of key personnel as per the evaluation criteria in the tender document
  • Provide proof of experience in similar works (in scope and amount) as per the evaluation criteria in the tender document
  • Proof of bank account in the name of the firm for reserved tenders
  • Bidders MUST serialize all the pages of their tender documents.
  • Bidders MUST provide all the information required as per the tender document.
  • Prices quoted must remain valid for One Hundred and Twenty (120 days) from the tender opening date.
  • Bidders who do not meet any of the above conditions will NOT be considered for award for any contract.
  1. Other qualification requirements are as outlined in the Tender Document.
  1. Subsequent to Presidential directives issued on Covid-19 Pandemic there shall be no Pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of the bids. The bidders are also asked to fill, stamp and sign the site visit familiarization form in the document.
  1. Bidders are requested to continually check the KeRRA website www.kerra.go.ke for any tender addenda or clarifications that may arise before submission date.

Interested eligible bidders will download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke from 26th October, 2021.

Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:

                                     

Regional Director - Roads,

Kenya Rural Roads Authority,

P.O. Box 550-40300

HOMABAY

All filled and sealed tenders MUST be submitted not later than 10.00 am on or before 4th November, 2021 and deposited in the Tender Boxes of the respective constituencies located at the Homabay Regional Office

Due to Covi19 Pandemic and MOH guidelines on social distancing, opening of the tenders will take place immediately thereafter at Homabay Regional Office in the presence of the first twenty (20) contractors to arrive.

NB: Canvassing by tenderers will lead to automatic disqualification.

Eng. J. Kimilu

Regional Director

HOMABAY REGION

 

Homabay Region October F/Y 2020-21

 Download Tender Notice Here

                                                                                           KENYA RURAL ROADS AUTHORITY

                                                                                                                                                                                    Homa Bay Region Office

                                                                                                                                                                                     P.O. Box 550,

                                                                                                                                                                                    HOMA BAY, KENYA

                                                                                                                                                                                    14th OCTOBER, 2020  

                                                                      

TENDER NOTICE

INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS

 

Bids are invited from contractors who are pre-qualified in the following Constituencies and in the respective work categories for the following Minor Road Works/Spot Improvement Works.

 

 

Road Name

Contract number

Const.

Category

Comments

1

Kadongo -Karota

KeRRA/011/39/HB/KAB/10%CS /20/21-001

Kabondo

B,C,D

Open

2

Ogera -Apondo

KeRRA/011/39/HB/KAB/10%CS /20/21-007

Kabondo

B,C,D

Women

3

Rangwe -Ndiru

KeRRA/011/39/HB/RAN/10%CS /20|21-002

Rangwe

B,C,D

Open

4

Kadongo- -Winjo

KeRRA/011/39/HB/RAN/10%CS /20|21-004

Rangwe

B,C,D

Open

5

Olare-Mariwa

KeRRA/011/39/HB/RAN/10%CS /20|21-005

Rangwe

B,C,D

Open

6

Leeds -Randung

KeRRA/011/39/HB/RAN/10%CS /20|21-006

Rangwe

B,C,D

Youth

7

Tonga -Kiembe

KeRRA/011/39/HB/SUB/GOKD/19|20-083

Suba

B,C,D

Open

8

Kanyadhiang -Gendia

KeRRA/011/39/HB/KARA/10%CS-SAV/20|21-008

Karachuonyo

B,C,D

Youth

9

Seka Dok_ Soko JN Primary

KeRRA/011/39/HB/KARA/10%CS-SAV/20|21-009

Karachuonyo

B,C,D

Open

10

JN C18 Nyandiwa - Randung

KeRRA/011/39/HB/RAN/10%CS-SAV/20|21-010

Rangwe

B,C,D

Women

11

Mariwa –Nyanguu

KeRRA/011/39/HB/RAN/10%CS -SAV/20|21-011

Rangwe

B,C,D

Open

12

Atili -Omoche

KeRRA/011/39/HB/RAN/10%CS-SAV/20|21-012

Rangwe

B,C,D

Disable

           

 

 

  1. GENERAL SCOPE OF WORKS FOR TENDERS

The scope of works for various contracts are as stipulated in the pre-qualification work categories which have been identified above.

QUALIFICATION FOR BIDDING

The following documents MUST be submitted together with the priced bid. Failure to submit these documents will be a reason for disqualification. Bidders are instructed to read the advert along with the instructions to tenderers.

(i) Certified Certificate of Incorporation by the Registrar of Companies.

(ii) Duly filled, signed and stamped form of tender.

(iii) Current certified CR12 Certificate from the Registrar of Companies (within 12 Months before date of opening). This should be provided with Identification Documents of Directors. (ID or Passport).

(iv) Certified copy of VAT & PIN registration

(v) Copy of certified certificate of registration with the National Construction Authority and practicing licence in Category NCA8 and above.

(vi) Valid Tax Compliance Certificate to be confirmed at http://www.kra.go.ke/notices/tcc-checker.html

(vii) Attach a Duly signed, filled and stamped Confidential Business Questionnaire (CBQ)

(viii) All Pages of the submitted documents to be Serialised

(ix) Bank Statement for the last Three months from the date of the advert. Please take note that the proceeds of the contract will be credited into the account number that is reflected in this bank statement.

(x) Major items of construction, equipment owned or leased.

(xi) Any other information / condition as stipulated in the tender Documents

(xii) Authority to seek references from the Tenderer’s bankers

(xiii) Experience in work of a similar nature and size for at least the last three years.

(xiv) Qualifications and experience of key site management and technical personnel proposed for the contract.

(xv) Current Single business license

(xvi) Audited accounts for previous three (3)years (Certified copies)

(xviii) Site visit familiarization form to be duly filled, signed and stamp.

Bidders applying for tenders reserved for the disadvantaged groups (Youth, Women & Disabled)  pursuant to Treasury circular no, 1/2015 No II serves as prequalified and must provide the following

additional information:

(i) A copy of certificate of registration under the Access to Government Procurement Opportunities (AGPO) Preferences and Reservations program

(ii) A copy of a recent CR12 Form from Registrar of Companies

(iii) A proof of having opened a Bank Account

(iv) Names and Copies of National Identity Cards / Valid Passports of directors

(v) Copies of National Identity Cards / Valid Passports of Directors

(vi) Certified copy of certificate from the National Council of Persons with Disability (for Persons Living With Disabilities)

Adequacy of qualifications will be determined through an evaluation procedure as described in the bid documents.

Interested eligible contractors may obtain tender documents from KeRRA website www.kerra.go.ke

Subsequent to Presidential directives issued on Covid-19 Pandemic there shall be no Pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of the bids. The bidders are also asked to fill, stamp and sign the site visit familiarization form in the document.

Tenders must be delivered in the tender box at the Regional Office, Homa Bay on or before 28th October, 2020 at 10.00 Am.

Opening of the tenders will take place immediately thereafter in the presence of tenderers who wish to attend.

NB: Canvassing by tenderers will lead to automatic disqualification.

 

 

 Eng. J. M. Kimilu

DEPUTY DIRECTOR

HOMABAY REGION

HOMABAY REGION SPECIAL FUND -F/Y 2020-21

 

 Download Tender Notice Here

 

KENYA RURAL ROADS AUTHORITY

                                                                                                Homa Bay Region Office

                                                                     P.O. Box 550,

                                                                                                             HOMA BAY, KENYA

                                                                                                                                    7th May, 2021  

                                                                      

                                     TENDER NOTICE

INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS

 

Bids are invited from contractors who are pre-qualified in the following Constituencies and in the respective work categories for the following Minor Road Works/Spot Improvement Works under GOK Development –F/Y 2020-2021.

 

 S/N

Road Name

Contract number

Const.

Comments

1

NGEGU – MIJERI BRIDGE

KeRRA/011/39/HB/RAN/GOKD/20|21-146

RANGWE

Y/W&PWD

2

NYAHUU -MARIWA

KeRRA/011/39/HB/RAN/GOKD/20|21-147

RANGWE

OPEN

3

DB RANGWE - OBOKE

KeRRA/011/39/HB/RAN/GOKD/20|21-148

RANGWE

OPEN

4

KADIO - KIPASI

KeRRA/011/39/HB/MBT/GOKD/20|21-149

MBITA

OPEN

5

GOT KOJOWI –KABONDO MKT –OTANGE PRI

KeRRA/011/39/HB/NDW/GOKD/20|21-150

NDHIWA

Y/W&PWD

6

KAWERA JN – APOUCHE PRI – SIBOUCHE PRI

KeRRA/011/39/HB/NDW/GOKD/20|21-151

NDHIWA

OPEN

 

 

  1. GENERAL SCOPE OF WORKS FOR TENDERS

The scope of works for various contracts are as stipulated in the pre-qualification work categories which have been identified above.

QUALIFICATION FOR BIDDING

The following documents MUST be submitted together with the priced bid. Failure to submit these documents will be a reason for disqualification. Bidders are instructed to read the advert along with the instructions to tenderers.

(i) Certified Certificate of Incorporation by the Registrar of Companies.

(ii) Duly filled, signed and stamped form of tender.

(iii) Current certified CR12 Certificate from the Registrar of Companies (within 12 Months before date of opening). This should be provided with Identification Documents of Directors. (ID or Passport).

(iv) Certified copy of VAT & PIN registration

(v) Copy of certified certificate of registration with the National Construction Authority and practicing licence in Category NCA8 and above.

(vi) Valid Tax Compliance Certificate to be confirmed at http://www.kra.go.ke/notices/tcc-checker.html

(vii) Attach a Duly signed, filled and stamped Confidential Business Questionnaire (CBQ)

(viii) All Pages of the submitted documents to be Serialised

 (ix) Major items of construction, equipment owned or leased.

(x) Any other information / condition as stipulated in the tender Documents

(xi) Authority to seek references from the Tenderer’s bankers

(xii) Experience in work of a similar nature and size.

(xiii) Qualifications and experience of key site management and technical personnel proposed for the contract.

(xv) Current Single business license

(xvi) Audited accounts and Bank Statements

(xviii) Site visit familiarization form to be duly filled, signed and stamp.

Bidders applying for tenders reserved for the disadvantaged groups (Youth, Women & Disabled) pursuant to Treasury circular no, 1/2015 No II serves as prequalified and must provide the following

additional information:

(i) A copy of certificate of registration under the Access to Government Procurement Opportunities (AGPO) Preferences and Reservations program

(ii) A copy of a recent CR12 Form from Registrar of Companies

(iii) A proof of having opened a Bank Account

(iv) Names and Copies of National Identity Cards / Valid Passports of directors

(v) Copies of National Identity Cards / Valid Passports of Directors

(vi) Certified copy of certificate from the National Council of Persons with Disability (for Persons Living with Disabilities)

Adequacy of qualifications will be determined through an evaluation procedure as described in the bid documents.

Interested eligible bidders will download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke .

Subsequent to Presidential directives issued on Covid-19 Pandemic there shall be No Pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of the bids. The bidders are also asked to fill, stamp and sign the site visit familiarization form in the document.

Tenders must be delivered in the tender box at the Regional Office, Homa Bay on or before 20th May,2021 at 10.00 a.m.

Opening of the tenders will take place immediately thereafter in the presence of tenderers who wish to attend.

NB: Canvassing by tenderers will lead to automatic disqualification.

 

 

Eng. J. M. Kimilu

REGIONAL DIRECTOR

HOMABAY REGION

 

HOMABAY REGION SPOT IMPROVEMENT -F/Y2019/20

Download Addendum Notice 1

 Download Tender Notice Here

                                                                                        KENYA RURAL ROADS AUTHORITY

                                                                                                           HOMABAY REGION                                                                     

                                                                                                                                                                                         Homa Bay Region Office

                                                                                                                                                                                          P.O. Box 550,

                                                                                                                                                                                           HOMA BAY, KENYA

 

Ref: HB/2019-20/05                                                                                                                                                           20th  April , 2020

                                                                      

                                                                                                       TENDER NOTICE

                   INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS

 

Bids are invited from contractors who are pre-qualified in the following Constituencies and in the respective work categories for the following Minor Road Works/Spot Improvement Works.

 

Road code

Road Name

Tender number

Const.

Work Category

Comments

1.

Uncl053

Kuja-Kokeno-Marion –Ojwanga Pri

KeRRA/011/39/HB/NDW/CS/19|20-071

NDHIWA

B ,C & E

OPEN

2.

Uncl131

Namba – Nyokal -Onyege

KeRRA/011/39/HB/RAN/CS/19|20-072

RANGWE

B,C & E

YWD

 

 

     
                   

 

  1. GENERAL SCOPE OF WORKS FOR TENDERS

The scope of works for various contracts are as stipulated in the pre-qualification work categories which have been identified above.

  1. QUALIFICATION FOR BIDDING

All bids must be accompanied by certified copies of the following;

            a). Certificate of  incorporation

            b). Proof of registration with the NCA 8 and above

c). VAT registration Certificate

d). PIN registration Certificate

e). Valid Tax compliance certificate

  1. f) Bank statements for past 6months or audited accounts for past 3 yrs
  2. g) Equipment holding and proof of ownership
  3. h) Similar work experience
  4. i) Professional and technical personnel
  5. j) Copy of receipt issued after purchase of tender document

NB: In addition to the above criteria, the under listed requirements shall apply to those bidding for works under the special target group of  YWD (women, youth and persons with disabilities), who necessarily may need not have been pre-qualified as Roadworks contractors of KeRRA  - Homabay Region.

  • Certified copy of certificate of registration in a target group issued by National Treasury
  • Certified copy of recent  CR 12 form – 12 months
  • Copy of National identity cards (IDs) or valid passports for all Directors of the Company

Tender documents shall be downloaded from Kenya Rural Roads Authority website.

 The pre-tender site visit

Subsequence to Presidential directives issued on the COVID -19 pandemic there shall be no pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids.

Tenders must be delivered in the tender box at the Regional Office, Homa Bay on or before 6th May, 2020 at 10.00 Am.

Opening of the tenders will take place immediately thereafter in the presence of tenderers who wish to attend.

NB: Canvassing by tenderers will lead to automatic disqualification.

 

 Eng. J. M. KIMILU

DEPUTY DIRECTOR

HOMABAY REGION- 22% RMLF -F/Y 2020-21

Download Tender Notice Here

 

KENYA RURAL ROADS AUTHORITY

                                                                                                                                                                                          Homa Bay Region Office

                                                                                                                                                                                          P.O. Box 550,

                                                                                                                                                                                          HOMA BAY, KENYA

                                                                                                                                                                                         22nd December, 2020  

                                                                      

         TENDER NOTICE

INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS

 

Bids are invited from contractors who are pre-qualified in the following Constituencies and in the respective work categories for the following Minor Road Works/Spot Improvement Works under 22% RMLF –F/Y 2020-2021.

 

 S/N

Road Name

Contract number

Const.

Comments

1

Kosele-Nyafare

KeRRA/011/39/HB/KAS/22%/20|21-036

Kasipul

Open

2

Kotieno - Nyangiela

KeRRA/011/39/HB/KAS/22%/20|21-037

Kasipul

Youth

3

JN A1 Nyatindo-Mathenge Mkt

KeRRA/011/39/HB/KAS/22%/20|21-038

Kasipul

Open

4

JN C18 – DOL Mititi - Karogo

KeRRA/011/39/HB/KAS/22%/20|21-039

Kasipul

Women

5

Onyege -Opinde

KeRRA/011/39/HB/KAS/22%/20|21-040

Kasipul

Open

6

Owade -Nyahera

KeRRA/011/39/HB/KAS/22%/20|21-041

Kasipul

Open

7

Sindo -Misare

KeRRA/011/39/HB/SUB/22%/20|21-042

Suba

Open

8

Gendo –Kigoto

KeRRA/011/39/HB/SUB/22%/20|21-043

Suba

Youth

9

Koguta –Nyasanja –Nyabera

KeRRA/011/39/HB/SUB/22%/20|21-044

Suba

Open

10

Kibuba –Obunga -Nyargusi

KeRRA/011/39/HB/SUB/22%/20|21-045

Suba

Open

11

Kagoro -Ororre

KeRRA/011/39/HB/SUB/22%/20|21-046

Suba

Women

12

Mirogi –Opapo

KeRRA/011/39/HB/NDW/22%/20|21-047

NDHIWA

Open

13

Ndhiwa –Otigo Bridge

KeRRA/011/39/HB/NDW/22%/20|21-048

NDHIWA

Open

14

JN C18 Katieno –Kopodo -Malela

KeRRA/011/39/HB/NDW/22%/20|21-049

NDHIWA

Open

15

Ototo –Ogada -Kamenya

KeRRA/011/39/HB/NDW/22%/20|21-050

NDHIWA

Open

16

Ramula -Sondu

KeRRA/011/39/HB/KAB/22%/20|21-055

Kabondo

Women

17

Kogoya JN –Andigo JN

KeRRA/011/39/HB/KAB/22%/20|21-056

Kabondo

Open

18

Ombiro Poly –Kakelo Sec Sch

KeRRA/011/39/HB/KAB/22%/20|21-057

Kabondo

Open

19

Kakacha JN – Corner Kowili -Ramba

KeRRA/011/39/HB/KAB/22%/20|21-058

Kabondo

Open

20

Kodada -Ongujo

KeRRA/011/39/HB/KAB/22%/20|21-059

Kabondo

Open

21

Kogalo Pri.-Kadie Pri- Oriang Diakonia

KeRRA/011/39/HB/KAB/22%/20|21-060

Kabondo

PWD

22

JN A1 Kadongo – Osuri (Got Rateng –Kachapa-Osuri)

KeRRA/011/39/HB/KAB/22%/20|21-061

Kabondo

Open

23

Opanga –Nyarabi Pri. Suna Pri.

KeRRA/011/39/HB/KAB/22%/20|21-062

Kabondo

Open

24

A1 JN – Othoro –Otondo-Ogengwe

KeRRA/011/39/HB/KAB/22%/20|21-063

Kabondo

Open

25

Adega - Kimori

KeRRA/011/39/HB/KAB/22%/20|21-064

Kabondo

Open

26

Namba- Ngeta  Sare –Warao –Lieta -Otaro

KeRRA/011/39/HB/KARA/22%/20|21-065

Karachuonyo

Youth

27

JN Konani –Doho- Mainga -Kanyakiti

KeRRA/011/39/HB/KARA/22%/20|21-066

Karachuonyo

Open

28

JN Kandiege - Uhuru

KeRRA/011/39/HB/KARA/22%/20|21-067

Karachuonyo

Open

29

Orire- Kichawa Dispensary

KeRRA/011/39/HB/KARA/22%/20|21-068

Karachuonyo

Open

30

Adhiro Got -Oyaro

KeRRA/011/39/HB/KARA/22%/20|21-069

Karachuonyo

Open

31

Nyatoto –Awacha foot bridge –Simbi Primary

KeRRA/011/39/HB/KARA/22%/20|21-070

Karachuonyo

Women

32

Litare –Gumba -Kolunga

KeRRA/011/39/HB/MBT/22%/20|21-071

Mbita

Youth

33

Rusinga Ring Road

KeRRA/011/39/HB/MBT/22%/20|21-072

Mbita

Open

34

Kamsama – Olweya Pri- Waondo

KeRRA/011/39/HB/MBT/22%/20|21-073

Mbita

Open

35

Godjope –Oganda -Kamato

KeRRA/011/39/HB/MBT/22%/20|21-074

Mbita

PWD

36

Lwanda Oloo -Morore

KeRRA/011/39/HB/MBT/22%/20|21-075

Mbita

Open

37

Mfangano (Yokia – Kiwiri- Mawanga )

KeRRA/011/39/HB/MBT/22%/20|21-076

Mbita

Open

38

JN Mbita High Sch – Ka Water Rd

KeRRA/011/39/HB/MBT/22%/20|21-077

Mbita

Open

39

Sena - Uozi

KeRRA/011/39/HB/MBT/22%/20|21-078

Mbita

Open

40

Uozi - Yokia

KeRRA/011/39/HB/MBT/22%/20|21-079

Mbita

Women

 

 GENERAL SCOPE OF WORKS FOR TENDERS

The scope of works for various contracts are as stipulated in the pre-qualification work categories which have been identified above.

QUALIFICATION FOR BIDDING

The following documents MUST be submitted together with the priced bid. Failure to submit these documents will be a reason for disqualification. Bidders are instructed to read the advert along with the instructions to tenderers.

(i) Certified Certificate of Incorporation by the Registrar of Companies.

(ii) Duly filled, signed and stamped form of tender.

(iii) Current certified CR12 Certificate from the Registrar of Companies (within 12 Months before date of opening). This should be provided with Identification Documents of Directors. (ID or Passport).

(iv) Certified copy of VAT & PIN registration

(v) Copy of certified certificate of registration with the National Construction Authority and practicing licence in Category NCA8 and above.

(vi) Valid Tax Compliance Certificate to be confirmed at http://www.kra.go.ke/notices/tcc-checker.html

(vii) Attach a Duly signed, filled and stamped Confidential Business Questionnaire (CBQ)

(viii) All Pages of the submitted documents to be Serialised

(ix) Bank Statement for the last Three months from the date of the advert. Please take note that the proceeds of the contract will be credited into the account number that is reflected in this bank statement.

(x) Major items of construction, equipment owned or leased.

(xi) Any other information / condition as stipulated in the tender Documents

(xii) Authority to seek references from the Tenderer’s bankers

(xiii) Experience in work of a similar nature and size for at least the last three years.

(xiv) Qualifications and experience of key site management and technical personnel proposed for the contract.

(xv) Current Single business license

(xvi) Audited accounts for previous three (3) years (Certified copies)

(xviii) Site visit familiarization form to be duly filled, signed and stamp.

Bidders applying for tenders reserved for the disadvantaged groups (Youth, Women & Disabled) pursuant to Treasury circular no, 1/2015 No II serves as prequalified and must provide the following

additional information:

(i) A copy of certificate of registration under the Access to Government Procurement Opportunities (AGPO) Preferences and Reservations program

(ii) A copy of a recent CR12 Form from Registrar of Companies

(iii) A proof of having opened a Bank Account

(iv) Names and Copies of National Identity Cards / Valid Passports of directors

(v) Copies of National Identity Cards / Valid Passports of Directors

(vi) Certified copy of certificate from the National Council of Persons with Disability (for Persons Living with Disabilities)

Adequacy of qualifications will be determined through an evaluation procedure as described in the bid documents.

Interested eligible bidders will download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke from Tuesday 28th December, 2020.

Subsequent to Presidential directives issued on Covid-19 Pandemic there shall be No Pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of the bids. The bidders are also asked to fill, stamp and sign the site visit familiarization form in the document.

Tenders must be delivered in the tender box at the Regional Office, Homa Bay on or before 12th January, 2020 at 10.00 Am.

Opening of the tenders will take place immediately thereafter in the presence of tenderers who wish to attend.

NB: Canvassing by tenderers will lead to automatic disqualification.

 

 

 Eng. J. M. Kimilu

DEPUTY DIRECTOR

HOMABAY REGION

HOMABAY-2019

KENYA RURAL ROADS AUTHORITY

                                                                                                                                                                    

 

 

Ref: HB/2018-19/002                                                                                                         6th February, 2019

                                                                     

                                     TENDER NOTICE

 

Bids are invited from contractors who are pre-qualified in the following Constituencies and in the respective work categories for the following Minor Road Works/Spot Improvement Works.

 DOWNLOAD TENDER NOTICE HERE

 

Road code

Road Name

Contract number

Const.

Work Category

Comments

1

UNCL066

CALIFONIA -OBUNGA-NYARUYA-NYAWITHA-ONJINYO

2-51-18/19-037

RANGWE

B or C

OPEN

2

UNCL069

NYAKWATHA-MBEKA-WIKOTENG -SINEMA

2-51-18/19-038

RANGWE

B or C

YOUTH

3

UNCL070

RANGWE - GULKAMBE - ASUMBI

2-51-18/19-039

RANGWE

B or C

OPEN

4

UNCL073

RANGWE - OMOCHE -NDIRU-ONJINYO

2-51-18/19-040

RANGWE

B or C

OPEN

5

UNCL074

OLUSO-ATILI-LUAHO-OMOCHE

2-51-18/19-041

RANGWE

B or C

WOMEN

Ref: HB/2018-19/001                                                                                                          29th January, 2019  

                                     TENDER NOTICE

INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS

 

Bids are invited from contractors who are pre-qualified in the following Constituencies and in the respective work categories for the following Minor Road Works/Spot Improvement Works.

The maximum estimated cost (kshs) of each particular contract is given in the document.

DOWNLOAD TENDER NOTICE HERE

 

 

Road code

Road Name

Contract number

Const.

Work Category

PRETENDER SITE VISIT

GROUP

DOWNLOAD

1

E1034

OYUGIS - SAMBA

2-51-18/19-001

KASIPUL

B or C

6TH FEB 2019

OPEN

Download

2

E1034X

KOSELE - NYAFARE

2-51-18/19-002

KASIPUL

B or C

6TH FEB 2019

PWD

Download

3

E213X

NYANGIELA - OYOMBE

2-51-18/19-003

KASIPUL

B or C

6TH FEB 2019

OPEN

Download

4

R37

KOTIENO - NYAGIELA

2-51-18/19-004

KASIPUL

B or C

6TH FEB 2019

OPEN

Download

5

R49

OYUGIS - KWOYO - KOTIENO

2-51-18/19-005

KASIPUL

B or C

6TH FEB 2019

YOUTH

Download

6

UNCL021

JN R49 OYUGIS - NYAMBORI - NYANDIWA

2-51-18/19-006

KASIPUL

B or C

6TH FEB 2019

WOMEN

Download

7

UNCL022

JN C26 KAYOMA - KALUOCH - NDUGA - KOSELE

2-51-18/19-007

KASIPUL

B or C

6TH FEB 2019

OPEN

Download

8

UNCL023

JN C18 DOL - MITITI - KAROGO

2-51-18/19-008

KASIPUL

B or C

6TH FEB 2019

OPEN

Download

9

C867

KISEGI - KITAWA

2-51-18/19-009

SUBA

B or C

7TH FEB 2019

OPEN

Download

10

C867

KISIAMBI - NYAGWETHE

2-51-18/19-010

SUBA

B or C

7TH FEB 2019

OPEN

Download

11

C867

KITAWA - NYANDIWA

2-51-18/19-011

SUBA

B or C

7TH FEB 2019

OPEN

Download

12

C867

NYANDIWA - KIABUYA

2-51-18/19-012

SUBA

B or C

7TH FEB 2019

OPEN

Download

13

C867

ST. JOSEPH MUKIUNDU - KISIAMBI

2-51-18/19-013

SUBA

B or C

7TH FEB 2019

OPEN

Download

14

C867

ST.JOSEPH MUKIUNDU- SINDO

2-51-18/19-014

SUBA

B or C

7TH FEB 2019

OPEN

Download

15

E15A

MAGUNGA - MANANJA

2-51-18/19-015

SUBA

B or C

7TH FEB 2019

WOMEN

Download

16

R26

ROO - KOYOMBE- SINDO

2-51-18/19-016

SUBA

B or C

7TH FEB 2019

YOUTH

Download

17

E120

RUSINGA RING ROAD

2-51-18/19-017

MBITA

B or C

7TH FEB 2019

OPEN

Download

18

UNCL031

GOD JOPE - KAMATO

2-51-18/19-018

MBITA

B or C

7TH FEB 2019

OPEN

Download

19

UNCL034

LWANDA - KANYAKIAMO (NYABERA)

2-51-18/19-019

MBITA

B or C

7TH FEB 2019

OPEN

Download

20

UNCL039

KOMBE - GERA

2-51-18/19-020

MBITA

B or C

7TH FEB 2019

YOUTH

Download

21

UNCL042

JN E120 - UTAJO- TOM MBOYA GIRLS - ULUGI BEACH

2-51-18/19-021

MBITA

B or C

7TH FEB 2019

WOMEN

Download

22

UNCL043

KOGUTA - NYABERA

2-51-18/19-022

MBITA

B or C

7TH FEB 2019

OPEN

Download

23

D214

OSANI - KALAMINDI

2-51-18/19-023

NDHIWA

B or C

7TH FEB 2019

OPEN

Download

24

UNCL 100

OPAPO - MAGINA

2-51-18/19-024

NDHIWA

B or C

7TH FEB 2019

OPEN

Download

25

UNCL053

JN C18 RAPEDHI - MIONYA

2-51-18/19-025

NDHIWA

B or C

7TH FEB 2019

YOUTH

Download

26

UNCL055

GOT KOJOWI - NYAMOGO

2-51-18/19-026

NDHIWA

B or C

7TH FEB 2019

PWD

Download

27

UNCL059

ONGENG - ONGAKO

2-51-18/19-027

NDHIWA

B or C

7TH FEB 2019

OPEN

Download

28

UNCL064

JN C18 KATIENO - KOBODO - MALELA

2-51-18/19-028

NDHIWA

B or C

7TH FEB 2019

OPEN

Download

29

G1

SDA JUNCTION - WATER SUPPLY ACCESS

2-51-18/19-029

HBT

B or C

7TH FEB 2019

OPEN

Download

30

UNCL047

MALINDI - OJUNGE- NGELE - OBANDE - OGONGO

2-51-18/19-031

HBT

B or C

7TH FEB 2019

OPEN

Download

31

UNCL050

NYAHUHU - OGUNDI - AGEDE

2-51-18/19-033

HBT

B or C

7TH FEB 2019

WOMEN

Download

32

UNCL051

ADONGO - KOGOLA - NYAKAYA

2-51-18/19-034

HBT

B or C

7TH FEB 2019

OPEN

Download

33

UNCL052

WIAMEN - RIWA-ARUJO ORWA DAM - LIETA

2-51-18/19-035

HBT

B or C

7TH FEB 2019

OPEN

Download

34

UNCL007

JN A1 KADONGO - OSURI

2-51-18/19-043

KABONDO

B or C

6TH FEB 2019

YOUTH

Download

35

UNCL008

JN D217 OGILO - ODINO

2-51-18/19-044

KABONDO

B or C

6TH FEB 2019

PWD

Download

36

UNCL009

JN A1 RINGA - TALA DISPENSARY

2-51-18/19-045

KABONDO

B or C

6TH FEB 2019

OPEN

Download

37

UNCL010

JN A1 MISAMBI - SIANY - OMUGA TTI

2-51-18/19-046

KABONDO

B or C

6TH FEB 2019

WOMEN

Download

38

UNCL011

JN URA23 - KILUSI SCHOOL

2-51-18/19-047

KABONDO

B or C

6TH FEB 2019

OPEN

Download

39

UNCL012

JN A1 BONGU - NYABONDO - MIKAYI

2-51-18/19-048

KABONDO

B or C

6TH FEB 2019

OPEN

Download

40

UNCL016

JN A1 CHABERA - ABURA - WASKOYA

2-51-18/19-049

KABONDO

B or C

6TH FEB 2019

OPEN

Download

41

E122

JN D219 KONANI - MAINUGA - TAUSI EACH

2-51-18/19-050

KARA

B or C

6TH FEB 2019

YOUTH

Download

42

E215

KODULA - PALA

2-51-18/19-051

KARA

B or C

6TH FEB 2019

WOMEN

Download

43

UNCL003

MALELE BEACH - KOUGO - NYANDUSI - JN D217

2-51-18/19-052

KARA

B or C

6TH FEB 2019

OPEN

Download

44

UNCL004

SEKA DOK - SOKO PRIMARY- JN D217

2-51-18/19-053

KARA

B or C

6TH FEB 2019

OPEN

Download

45

UNCL105

 KANYADHIANG - GENDIA HOSPITAL

2-51-18/19-054

KARA

B or C

6TH FEB 2019

OPEN

Download

46

UNCL106

JN C19 KANYADHIANG - KOSELE

2-51-18/19-055

KARA

B or C

6TH FEB 2019

OPEN

Download

Hon. Safina Kwekwe Tsungu is the current Principal Secretary for Gender Affairs

PS Gender Safina KwekweHon. Safina Kwekwe Tsungu is the current Principal Secretary for Gender Affairs

Hon. Safina Kwekwe Tsungu was appointed the Principal Secretary, State Department for Gender Affairs in the Ministry of Public Service, Youth and Gender Affairs on January 26th 2018 by His Excellency President Uhuru Kenyatta. Prior to her appointment as Principal Secretary, Hon. Tsungu was the County Executive Committee (CEC) Member in charge of Industry, Trade and Co-operative Development in the County Government of Kwale from May 2013 – October 2017.

Being the Principal Secretary in charge of Gender Affairs, she is charged with the responsibility of coordinating the implementation of Gender Equality and Women Empowerment (GEWE) programmes in the country, overseeing the access and utilization of Affirmative Action Funds; Women Enterprise Fund (WEF), Uwezo Fund, the National Government Affirmative Action Funds (NGAAF), the 30% Access to Government Procurement Opportunities (AGPO) for women, youth and persons with disabilities, elimination of Gender Based Violence in all its forms, including FGM, and ensuring access to justice and safeguarding gender equality as espoused in the Constitution.

How are RMLF allocations awarded?

The Kenya Roads Board Act of 1999 (amended by the Kenya Roads Act of 2007) defines the criteria for the allocation of the Roads Maintenance Levy Fund as follows:

  • 40% of the fund is dedicated to International and National Trunk Roads, managed by the Kenya National Highways Authority
  • 32% of the fund is allocated Rural Roads through the Kenya Rural Roads Authority
  • 15% of the fund is allocated Urban Roads, managed by the Kenya Urban Roads Authority.
  • 10% of the fund to be administered by the Minister for Roads
  • 2% of the Fund allocated to the Kenya Roads Board
  • 1% of the funds is allocated the Kenya Wildlife Services for maintenance of roads within national parks and game reserves

HQ Procured

HQ Procured Maintenance

 Item Tender Number Tender Name Click to Download Deadline
 1  KeRRA/011/39/47/2017-2018  Katila – Parakati Road    30-1-2018
 2  KeRRA/011/39/34/2017-18  Junct C77 Lkotikal - Tuum Road    30-1-2018
 3  KeRRA/011/39/45/2017-2018  Mazeras – Kinango    30-1-2018
 4  KeRRA/011/39/46/2017-2018  Sarame – Tapach - Sondany    30-1-2018
 5  KERRA/011/39/24/2017-1  Lela-Mtando-Kore (Urf3) Road    30-1-2018

HQ Procured Road works

IJARA CONSTITUENCY ROADS FUNDS (CRF) - 22% AND 10% RMLF FOR FINANCIAL YEAR 2023-2024

KENYA RURAL ROADS AUTHORITY

GARISSA REGION

RE-TENDER NOTICE

5TH APRIL 2024                                                                                                                            

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 network in Kenya.

 

The Authority hereby invites bids from registered (restricted tender) contractors and open to special category-(AGPO) bidders for the following roads in Garissa Region for the Financial Year 2023-2024 to be funded under Constituency Roads Funds (CRF)-22% & 10% RMLF (REGULAR) -IJARA CONSTITUENCY as indicated below:

TENDER NOTICE 

 

                                                                                  IJARA CONSTITUENCY

                                                  22% ROUTINE MAINTENANCE LEVY FUND(RMLF)

S/No

TENDER NO:

ROAD NAME & CODE:

ELIGIBILITY

NCA CATEGORY

CLOSING

DATE & TIME:

01.

KeRRA/08/

GSA/39/036/

2023-24.

Hulugho-Garabey Sinai (UK 07-40) Road.

OPEN

6 or 7 or 8.

18/04/2024.

10.00 AM

02.

KeRRA/08/

GSA/39/037/

2023-24.

Hulugho-Sarira

(UK 07-41) Road.

OPEN

6 or 7 or 8.

18/04/2024.

10.00 AM

03.

KeRRA/08/

GSA/39/038/

2023-24.

JNC B93(Sangailu)-Mataaraba-Darim (UK 07-42) Road.

OPEN

6 or 7 or 8.

18/04/2024.

10.00 AM

04.

KeRRA/08/

GSA/39/039/

2023-24.

EGE-Ruqa

(UK 07-43) Road.

OPEN

6 or 7 or 8.

18/04/2024.

10.00 AM

     05.

KeRRA/08/

GSA/39/040/

2023-24.

JNC C-255(Kotile)-Abalatiro

(UK 07-44) Road.

OPEN

6 or 7 or 8.

18/04/2024.

10.00 AM

      06.

KeRRA/08/

GSA/39/041/

2023-24.

JNC B93 (Hulugho)-Bulla riik-Gesireb

(UK 07-45) Road.

PWD

6 or 7 or 8.

18/04/2024.

10.00 AM

      07.

KeRRA/08/

GSA/39/042/

2023-24.

JNC B93 (Ijara)-Dawalweyne-Dalolo JNC A10

(UK 07-46) Road.

WOMEN

6 or 7 or 8.

18/04/2024.

10.00 AM

      08

KeRRA/08/

GSA/39/043/

2023-24.

Hulugho-Guded-Darusalam

(UK 07-47) Road.

YOUTH

6 or 7 or 8.

18/04/2024.

10.00 AM

                                                                              

                                                                                   IJARA CONSTITUENCY

                                                  10 % (REGULAR) ROUTINE MAINTENANCE LEVY FUND:

09.

KeRRA/08/

GSA/39/059/

2023-24.

Masalani-Haji Mohamed-Jalich (G50-74) Road.

OPEN

6 or 7 or 8.

18/04/2024.

10.00 AM

10.

KeRRA/08/

GSA/39/060/

2023-24.

Dubadubeisa-Ruqa(C-256) Road.

        OPEN

6 or 7 or 8.

18/04/2024.

10.00 AM

 

  S/No.

 

                                                MANDATORY REQUIREMENTS:

 1.

Form of tender MUST be done on the tenderer’s letterhead clearly showing the Tenderer's complete name and business address.

 2.

Certified Certificate copy of Incorporation.

 3.

Certified Copies of KRA-PIN and VAT Registration Certificates.

 4.

Copy of Valid Tax Compliance Certificate-To be verified on KRA-TCC Checker.

 5.

Valid National Construction Authority (NCA) Certificates and annual contractors practicing license in the category of (6) or (7) or (8).

 6.

All pages of the bid document MUST be serialized (this should be sequentially in the format of 1,2,3,4,5……) from the first page to the last page.

 7.

Certified valid single business permit issued within the last one year-12 months.

 8.

Proof of bank account and bank statement in the name of the bidding firm for the last Three months.

 9.

Authority to seek reference from the contractor’s bank.

10.

Letter from the bank showing signatory/ies to the bidding firm’s account.

11.

Certified Current (dated within 12 Months before date of opening) CR12 Certificate from the Registrar of Companies.

12.

Certified copy/ies of National Identity cards/Passports for company director/s.

13.

Written Power of Attorney authorizing the signatory of the bid to commit the bidder witnessed by a commissioner of oaths.

14.

Current sworn -in Affidavit to proof all litigation history for the last 3 months.

15.

Brief work methodology relevant to the specific works.

16.

Bidders for citizen/open tenders MUST be registered contractors in Garissa region.

    

 

                                               OTHER REQUIREMENTS:

     (a)

Two major items of construction equipment owned or leased by the bidder, attach certified copies of log books or active lease agreements.

     (b)

General construction and specific work experience-Notification of awards and completion certificates should be attached. Due diligence will be done to authenticate the documents.

     (c)

Professional and technical personnel-Provide CVs and academic certificates.

     (d).

Turnover and liquid assets supported by audited accounts for the previous three years.

     (e).

Prices quoted MUST remain valid for a period of One hundred and eighty (180) days from the date of bid opening.

     (f).

Properly and dully filled, signed and stamped Bill of Quantities (BOQ), errors in the pricing of bill of quantities will not be corrected.

     (g)

All bids of value above Kes. Five (5) million under restricted (Registered) tender shall be required to submit tender/bid Security of two (2%) percent of the budget estimate.

     (h)

Pre- Tender site Visit Certificate MUST be duly endorsed by the Authorized KeRRA Staff.

 

                          ADDITIONAL REQUIREMENT FOR SPECIAL GROUP BIDDERS:

     (i).

Provide Registration Certificate with the relevant government body on Access to Government Procurement

Opportunities-AGPO in either of the following Categories-Youth/Women or Persons Living with Disability-PWD. Note: Verification shall be done online from AGPO-website.

Interested bidders may download complete tender documents free of charge from the Authority’s website: www.kerra.go.ke. from Wednesday, 10th April, 2024 and bidders should continually check regional office notice board and website for any tender addendums or clarifications that may arise before submission date.

Bidders must ensure that their completed tender documents are enclosed in plain sealed envelope marked with Tender Number, Road Name and Constituency to be deposited in the relevant Tender Box situated at Kenya Rural Roads Authority Garissa Regional Office-Garissa Town or addressed to:

Regional Director,

Kenya Rural Roads Authority, P.o Box 1391-70100,

GARISSA.

Email: This email address is being protected from spambots. You need JavaScript enabled to view it.

Telephone: +254 743 207672/02022403007.

 

Canvassing and/or any form of corrupt malpractice intended to influence the outcome of the whole or part of the process will lead to disqualification irrespective of the procurement stage.

Any bid that doesn’t fulfill all conditions/requirements described above alongside the Technical, Financial and other requirements contained in the tender documents shall not be subjected to any further evaluation and will automatically be disqualified.

Bids to be received on or before the date/s and time provided and opening will take place immediately thereafter, tenders submitted after the closing date and time shall be disqualified and returned to bidder un-opened.

 

Information relating to the examination, evaluation of applications and recommendations for the successful bidder shall not be disclosed to applicants or any other persons not officially concerned with such process until approval to the successful applicant has been announced.

Patrick K. Ringera.

REGIONAL DIRECTOR,

GARISSA REGION:

IMPLEMENTATION OF ARID AND SEMI - ARID LAND (ASAL) RURAL ROADS PROJECT-ADDENDAM NO. 2

INVITATION TO TENDER

 

ADDENDUM No. 2

 

IMPLEMENTATION OF ARID AND SEMI - ARID LAND (ASAL) RURAL ROADS PROJECT

  • REHABILITATION AND IMPROVEMENT AND PERFORMANCE BASED ROUTINE MAINTENANCE, &

 

  • LOW VOLUME SEALING, AND PERFORMANCE BASED ROUTINE MAINTENANCE FOR VARIOUS ROADS.

 

Download Addendum 2 and ANNEX here

Reference is made to the Tender Notice that appeared in the Authority’s website and the Local Dailies dated 19th January, 2024 and Addendum No. 1 that appeared on 14th February, 2024 on the Authority’s website as well as the PPIP Portal.

  1. The Authority has received various requests for clarification and interested bidders are requested to note as detailed in the table below;

No.

Item               

Clarifications Requested                

Tender No.

Response

1

Invitation to tenderers: Evaluation Criteria (4):

Have at least one Director and two Technical Supervisors who have been trained on gravel works Labour Based course from Kenya Institute of Highways and Building Technology (KIHBT) or Kisii Training Centre (KTC) 

If director or supervisor has been trained on low volume Labour Based course from Kenya Institute of Highways and Building Technology (KIHBT) or Kisii Training Centre (KTC), do they qualify to bid for gravel works having not trained on gravel works but trained on Low Volume Labour Based course?

All tenders (Gravel & LVS Tenders)

Bidders for gravel roads require the Gravel Training certificates while bidders for LVS roads require the Low Volume Labour Based Training certificates.

2

TDS -ITT 16.7

The Employer will assist in initiating the process of tax exemption certificate for VAT. Bidders should note that the withholding income tax (3%) will apply as per the law.

Are the contracts VAT exempt?

All tenders (Gravel & LVS Tenders)

The contract is NOT VAT exempt until it is granted by Kenya Revenue Authority (KRA). The bidders should include VAT in their Tender as outlined in the form of tender and the Bills of Quantity.

3

01-60-002: Clearance on Completion 01-60-003: Insurance and Securities

The quantity indicated in the BoQ is erroneous

All gravel contracts in Laikipia, Meru and Tharaka Nithi

The error has been corrected.

The unit for both items is “Lumpsum” thus Quantity is one (1).

The revised BoQ is attached as Annex 1 herewith.

4

01-60-007: Provision of site sanitation facility

01-60-006: Drinking Water

The unit in BoQ provided is Lump Sum.

Can it be revised to month, to be same as drinking water?

All tenders (Gravel & LVS Tenders)

The unit has been revised to “Lumpsum”,

as per the specifications.

The revised BoQ is attached as Annex 1 herewith.

5

Bill 9

09-50-004: Traffic Control

Quantity provided for 8 Months which does not match the construction period of 12 months.

All tenders (Gravel & LVS Tenders)

The unit has been revised to “Lumpsum” as per the specifications.

 

The revised BoQ is attached as Annex 2 herewith.

5b

09-50-004: Specifications

 

Measurement and Payment

The unit is in months to be changed to lump sum

AFD/EU/LKP/ LVS /1/2023/24

AFD/EU/ME/LVS/1/2023/24

AFD/EU/ TN/LVS/1/2023/24

AFD/EU/LKP/GR/1/2023/24

AFD/EU/LKP/GR/2/2023/24

AFD/EU/LKP/GR/3/2023/24

AFD/EU/ME/GR/1/2023/24

AFD/EU/ME/GR/2/2023/24

AFD/EU/ TN/GR /1/2023/24

AFD/EU/ TN/GR /2/2023/24

Amend to read

Measurement Unit: Lump Sum as a percentage of the physical progress done monthly, upon the approval of the Engineer that satisfactory control measures are in place.

6

Section IX: Special Conditions of Contract GCC 49.1

The clause states that Advance Payments shall be 20% for LVS and 10% for gravel of the Contract Sum and shall be paid to the Contractor no later than [N/A].

Please clarify if advance payment shall be granted for as per the statement?

All tenders (Gravel & LVS Tenders)

Advance Payment shall be paid.

Special Conditions of Contract Clause GCC 49.1 has been reviewed for all tenders to be as follows;

Gravel Road Contracts: The Advance Payments shall be: 10% of the Contract Amount and shall be paid to the Contractor no later than 60 days.

LVS Road Contracts: The Advance Payments shall be: 10% of the Contract Amount and shall be paid to the Contractor no later than 60 days.

7

Section 14: Cement, Lime and Emulsion Treated Subbase & Base

Please clarify if the cement to be used is Ordinary Portland Cement (CEM 1 - 42.5N/mm2 complying to KS EAS 18-1)?

AFD/EU/SA/LVSR/03/2023-24

Specifications for cement to be used in Section 14 will be Ordinary Portland Cement (32.5N/mm2 mortar strength)

8

16-60-002: Provision of Cold Mix Asphalt

The Bill Item states that “Provide, mix, place and compact Cold Asphalt Mix to include provision and spraying   of Anionic Emulsion bitumen A4-60% tack coat   with 1:6 dilution at a spray rate of 1.0-1.2litres/m2. All inclusive” For purposes of pricing, can the tack coat be separated as an independent bill item as opposed to an all-inclusive item?

All LVS Tenders

The item remains all-inclusive,

as outlined in the specifications.

9

Specifications. Clause 1703(D) -Concrete Works (Class 25/20)

The Specifications indicate concrete Class 25/20 whereas the BoQ in 17-80-007b states as follows;

Provide, place and compact concrete Class 30/20 for the Box Culvert. For purposes of pricing, please clarify the concrete class to use in all Box Culverts

AFD/EU/SA/LVSR/03/2023-24

Concrete class 30/20 will be used on Box Culverts (slabs and walls) and drifts(slab).

The specifications for concrete class 30/20 has been is attached as Annex 3 herewith.

 

10

Section II: Tender Data Sheet (TDS)

Provide proof of overall financial soundness (attach bank statements, letter of credit & signed and stamped audited accounts for the last 5 years). Can this be revised to 2 or 3 years?

All tenders (Gravel & LVS Tenders)

Proof of overall financial soundness signed and stamped audited accounts has been revised to 3 years. Interested bidders should therefore provide Audited Accounts for the last 3 years. A letter of credit should be current (within 6 months from the date submission) and should be specific to the project.

11

Section II: Tender Data Sheet (TDS)

Clause ITT13.1 (h)

Current Certificate of registration with National Construction Authority in the Category “NCA 6 or 7”.

Can the category please be revised to include NCA 5, 6 &7 for fair competition and broaden the band?

All gravel Tenders

The category remains as NCA 6 or 7.

However, a valid NCA practicing license will be required to be submitted together with the NCA Certificate.

12

Lump sum Items 01-06-002 and 01-06-003

Items 01-06-004 (prime cost sum) and 04-50-010 (provisional sum)

No quantity has been provided

AFD/EU/ TN/LVS/1/2023/24

ITUGURURU KAMAENDE BATCH 1

The Bill of quantities have been revised. The revised BoQ is attached as Annex 1 herewith.

12b

04-50-010 (provisional sum)

No quantity has been provided

AFD/EU/ TN/LVS/1/2023/24

ITUGURURU KAMAENDE BATCH 1

The Bill of quantities have been revised. The revised BoQ is attached as Annex 4 herewith.

12 c

Bill 8 

Some rates have been indicated

13

Bill item 01-08-144 for security (PC Sum)

 

No quantity has been provided

AFD/EU/ME/GR/1/2023/24

KACHULU - GOTU

The Bill of quantities has been revised and errors corrected. The revised BoQ is attached as Annex 1 herewith.

13b

Bill 8 - items

Some rates have been indicated

AFD/EU/ME/GR/1/2023/24

KACHULU - GOTU

The Bill of quantities has been revised and errors corrected. The revised BoQ is attached as Annex 5 herewith.

14

Lump sum items number 01-06-002, and 01-06-003

Item 01-06-004 (PC sum)

No quantity has been provided

AFD/EU/LKP/ LVS /1/2023/24: MIRERA - MALLE

The Bill of quantities has been revised to indicate the quantities. The revised BoQ is attached as Annex 1 herewith.

15

Lump sum items No.  01-06-002 and 01-06-003

Item 01-06-004 (PC sum)

No quantity has been provided

AFD/EU/ME/LVS/1/2023/24 ISIOLO - MURIRI

The Bill of quantities has been revised to indicate the quantities. The revised BoQ is attached as Annex 1 herewith.

16

Bill of Quantities

Bill no 25

Bill no 26

The quantity indicated in the BoQ is erroneous for lump sum items

AFD/EU/LKP/LVS/1/2023/ 24

AFD/EU/ME/LVS/1/2023/24

AFD/EU/TN/LVS/1/2023/24

AFD/EU/LKP/GR/1/2023/24

AFD/EU/LKP/GR/2/2023/24

AFD/EU/LKP/GR/3/2023/24

AFD/EU/ME/GR/1/2023/24

AFD/EU/ME/GR/2/2023/24

AFD/EU/ TN/GR /1/2023/24

AFD/EU/ TN/GR /2/2023/24

The Unit for this item is “Lumpsum” and thus the quantity is one (1).

 

The revised BoQ is attached as Annex 6 herewith.

17

Bill of Quantities.

Bill No. 1: Preliminary and General Items

The projects that are in areas that are insecure and will have problems with labour.

We request introduction of an item in Bill 1 for mobilization and setting up camp for the contractor?

All Tenders

Refer to;

Specifications; Section 01: Preliminary and General Items,

Item 01-50-001: Mobilization and Establishment of the site.

18

Bill of Quantities.

Bill No.5: Earthworks

Bill Item 05-50-016

Request for clarification of the Bill Item to avoid ambiguity of works to be undertaken

TENDER No.: AFD/EU/ TN/LVS/1/2023/24 ITUGURURU- KAMAENDE ROAD

For clarity, the description has been amended to read as follows:

Scarify water and compact existing ground (Including ripping off any bituminous material and breaking it into pieces) to at least 95%MDD (AASHTO T180) to a depth of 150mm below ground level.

The revised BoQ is attached as Annex 7 herewith.

19

Bid Guarantee (ITT 21.1)

Clarify if a bank guarantee is applicable as bid security?

If it’s applicable, kindly amend the TDS accordingly

All tenders (Gravel & LVS Tenders)

Bank Guarantee is applicable as a bid security as outlined in the Instruction to Tenderers clause 21.2.

 

Amend TDS Clause ‘21.1’ and ‘ITT 21.2(d)’ and Qualification Criteria (QC) A (1) by revising the statement

 

(TDS Clause 21.1) - “A Tender Security shall be required from an insurance company registered and licensed by the Insurance Regulatory Authority”

 

(QC) A (1) - “A Tender Security shall be a guarantee by an insurance

company registered and licensed by the Insurance Regulatory

Authority and listed by the authority.

N/B This form of tender security (tender bond) is not applicable;

bidders that submit it to be disqualified”

 

and replace with;

 

“A Tender Security shall be required and shall be a demand guarantee in any of the forms given under ITT 21.1 at the Tenderer's option”

 

Delete ITT 21.2(d).

20

Evaluation Criteria

B. Detailed Evaluation Criteria Table 3: 3.2(a)

Participation as contractor, management contractor or subcontractor, in at least Two (2) contracts with a value of at least Kshs. 20Million within the last Five (5) Years that have been successfully and substantially completed and that are similar to the proposed works. The similarity shall be based on the physical size, complexity, methods/technology or other characteristics as described in the Scope of Works)

Request for bidders who have less than 5 years be considered.

All tenders (Gravel & LVS Tenders)

The criteria has not debarred any interested bidder to table his experience if it is less than 5 years. It indicates experience within the last five (5) years.

21

Is there possibility of client doing boreholes in areas of water scarcity e.g.at Gotu and Ilpolei?

AFD/EU/LKP/GR/2/2023/24

AFD/EU/LKP/GR/3/2023/24

AFD/EU/ME/GR/1/2023/24

Please refer to preamble of Bill of quantities item (8).

 

The contractor is responsible for providing water for construction works

22

Are there Security arrangements in Gortu?

AFD/EU/ME/GR/1/2023/24

Please refer to BoQ item No. 01-80-144

23

Are there security issues in Ilpolei in Laikipia county?

AFD/EU/LKP/GR/2/2023/24

AFD/EU/LKP/GR/3/2023/24

There are no serious insecurity issues in Ilpolei - Kimanjo road in Laikipia County

24

The client needs to confirm on the status of land acquisition in Itugururu - Kamaende Section near the Air Strip

AFD/EU/TN/LVS/1/2023/24

The client through County Government has settled land acquisition issues

25

Form of tender needs the tenderer’s letter head, can the tenderer typeset the form of tender separately due to space?

All tenders (Gravel & LVS Tenders)

It is okay to type set the form of tender as per the instructions. Changing of the format and content will however lead to disqualification.

26

Does the beneficial ownership form need to be submitted during Tendering or after award?

All tenders (Gravel & LVS Tenders)

The Beneficial ownership forms are not to be filled during bidding. They will be submitted upon receipt of intent to enter into contract – (form of tender XX1)

27

Tender No.: AFD/EU/LKP/GR/1/2023/24

Page 65: Bill of Quantities

Section 26- PBRM

Clarify the length of road that will be considered under PBRM.

AFD/EU/LKP/GR/1/2023/24

Section 26- PBRM

Length of road revised to 7 km

27b

Bill item 10.60.001

The bill quantity is different from the one in the implementation plan

AFD/EU/LKP/GR/1/2023/24

The Bill of quantities has been revised to indicate the quantities. The revised BoQ is attached as Annex 8 herewith.

     

 

28

Tender No. AFD/EU/ TN/GR /2/2023/24

The road name reads as Matiri - Kamarandi Road in the invitation to tender but Matiri – Kamanyaki in the tender document. Which is correct name of the road?

AFD/EU/ TN/GR /2/2023/24

AFD/EU/ TN/GR /2/2023/24 MATIRI – KAMANYAKI BATCH 1 as per the Tender Document. 

29

Evaluation Criteria

B. Detailed Evaluation Criteria Table 3: 5.1

With regard to the size of the works, can the site agents having a qualification minimum of Higher Diploma with the required training be considered instead of site agent with Bsc Civil Engineering with the required training?

All tenders (Gravel & LVS Tenders)

Item No. 5.1 on Site Agent Qualification given under Table 3 on Technical & Financial Evaluation (Part B of Detailed Evaluation Criteria) is hereby revised to read as follows;

 

5.1 Site Agent qualification;

Qualification = Diploma in Civil Eng.

General Experience= 5yrs,

Specific Experience = 3 Yrs

30

14-50-001: Provide and Transport to site Cement Stabilizer

14-50-002: Provide and Transport to site Lime Stabilizer

What is the percentage of cement / lime to be used and on what thickness?

AFD/EU/ TN/LVS/1/2023/24 ITUGURURU KAMAENDE

AFD/EU/LKP/ LVS /1/2023/24 MIRERA - MALLE BATCH 1

The percentage of lime and cement to be determined on site by the Engineer.

Thickness of Hydraulic Improve Gravel (HIG) 160 Base is 125mm.

31

14-50-003: Provide and Transport to site Bitumen Emulsion (A4-60)

What is the percentage of emulsion A4/60 to be used and on what is the quantity?

A4-60 will not be used in the base works

32

BOQ repetition of VAT& Contingency in the Gravel roads In Laikipia

There seems to be a repetition on the issues of contingencies and VAT. Please advise on the above-mentioned matter.

AFD/EU/LKP/GR/3/2023/24

AFD/EU/LKP/GR/2/2023/24

The VAT and Contingency component are for Improvement works and Performance based maintenance components of the works

33

Road Name: Sololo Town-Mado Adhi-Wayegodda (4.3 Km)

The following errors noted;

-The title for summary pages read ‘Area 2 Isiolo County

- The BoQ has 4 different summaries. However, the Form of Tender provides for only two spaces to fill in;

i) Improvement Works and

ii) PBRM. Please clarify this disparity

AFD/EU/MA/GR/02/2023-24.

The errors in the document reading Isiolo County have been corrected to read Marsabit County.

The revised BoQ is attached as Annex 9 herewith.

 

The BoQ for this tender has been prepared into two sections;

1.   Km 0+000 to Km 1+000 (Improvement works and PBRM)

2.   Km 1+000 to Km 3+300 (Improvement works and PBRM)

The total to be forwarded into the Form of Tender should be the sum of the respective improvement works and PBRM for the entire 4.3kms.

34

Road No: C605 – 01C

Road Name: Baragoi-Masikita-Sereolipi (10 Km)

Section VII: Bill Of Quantities

 

AFD/EU/SA/GR/01C/2023-24

The detailed BoQ for the 30m Non-Vented Drift, 6m wide at Km 29+700 has been added and is attached as Annex 10 herewith.

35

ITT 24.1 submission and opening date

Bidders requested extension of time for submission of bids to allow more time in preparation of bids.

All tenders (Gravel & LVS Tenders)

Submission and Tender Opening has been revised and shall be on or before 5th March 2024 at 11.00am. The submission location will be at the respective KeRRA Regional Offices

36

Evaluation Criteria

B. Detailed Evaluation Criteria Table 3: 3.1 General Construction Experience

Consideration of the General Construction Experience Period

All tenders (Gravel & LVS Tenders)

Amend Item No. 3.1 on General Construction Experience Qualification given under Table 3 on Technical & Financial Evaluation (Part B of Detailed Evaluation Criteria)

by deleting the statement

 

Experience under construction

contracts in the role of contractor,

subcontractor, or management

contractor for at least the last five

(5) years prior to the applications

submission deadline”

 

and replace with;

 

Experience under construction

contracts in the role of contractor,

subcontractor, or management

contractor for at least the last three

(3) years prior to the applications

submission deadline”

37

Evaluation Criteria

B. Detailed Evaluation Criteria Table 3: 3.2(a)

Consideration of the value of similar works of a value of at least KShs. 100 million within the last Five (5)

All Tenders for LVS (Not Applicable to Gravel Works Tenders)

Amend Item No. 3.2 (a) on Specific Construction Experience Qualification given under Table 3 on Technical & Financial Evaluation (Part B of Detailed Evaluation Criteria)

by deleting the statement

 

Participation as contractor, management contractor or subcontractor, in at least Two (2) contracts with a value of at least KShs. 100 million within the last Five (5) Years that have been successfully and substantially completed and that are similar to the proposed works. The similarity shall be based on the physical size, complexity, methods/technology or other characteristics as described in the Scope of Works)  

For subcontracted Works the Bidder 

should provide the following: 

·      Award letter of the Main Contract

·      Award letter of the subcontract 

·      Completion letter of the Subcontract

Proof of payment (attach payment certificates and certified bank statements indicating proof of payment) Certified by a Commissioner of Oath

 

and replace with;

 

Participation as contractor, management contractor or subcontractor, in at least Two (2) contracts with a value of at least KShs. 60 million within the last Five (5) Years that have been successfully and substantially completed and that are similar to the proposed works. The similarity shall be based on the physical size, complexity, methods/technology or other characteristics as described in the Scope of Works)  

For subcontracted Works the Bidder 

should provide the following: 

·      Award letter of the Main Contract

·      Award letter of the subcontract 

·      Completion letter of the Subcontract

Proof of payment (attach payment certificates and certified bank statements indicating proof of payment) Certified by a Commissioner of Oath

38

Evaluation Criteria

B. Detailed Evaluation Criteria Table 3: 3.2(a)

Consideration of the value of similar works of a value of at least KShs. 20 million within the last Five (5)

All Tenders for Gravel Works (Not Applicable to LVS Tenders)

Amend Item No. 3.2 (a) on Specific Construction Experience Qualification given under Table 3 on Technical & Financial Evaluation (Part B of Detailed Evaluation Criteria)

by deleting the statement

 

Participation as contractor, management contractor or subcontractor, in at least Two (2) contracts with a value of at least KShs. 20 million within the last Five (5) Years that have been successfully and substantially completed. and that are similar to the proposed works. The similarity shall be based on the physical size, complexity, methods/technology or other characteristics as described in the Scope of Works)  

For subcontracted Works the Bidder 

should provide the following: 

·      Award letter of the Main Contract

·      Award letter of the subcontract 

·      Completion letter of the Subcontract

Proof of payment (attach payment certificates and certified bank statements indicating proof of payment) Certified by a Commissioner of Oath

 

and replace with;

 

Participation as contractor, management contractor or subcontractor, in at least Two (2) contracts with a value of at least KShs. 10 million within the last Five (5) Years that have been successfully and substantially completed. 

For subcontracted Works the Bidder 

should provide the following: 

·      Award letter of the Main Contract

·      Letter of the subcontract 

·      Completion letter of the Subcontract

Proof of payment (attach fully signed and stamped payment certificates

39

Special specification Cl 25-50-002

Measurement and Payments for Environmental & social Mitigation

A tool to measure Compliance has been introduced 

All Tenders

special specifications clause 25-50-002 add Environmental and social Impact compliance tool as Annex 11 herewith

           
  1. Full details of the Clarification Response will be available as from 19th February, 2024 and eligible and interested bidders can download the response from Authority’s website www.kerra.go.ke and or www.tenders.go.ke as from then.
  1. The submission dates for Tenders for (1) The Rehabilitation and Improvement and Performance Based Routine Maintenance, (2) Low Volume Sealing, and Performance Based Routine Maintenance for the various roads is hereby revised from 29th February, 2024 to on or before 5th March, 2024 at 11.00am.
  1. Completed tender documents should be enclosed in plain sealed envelope, clearly marked with the Tender Name, Tender Number and deposited in the Tender Boxes at the offices of the respective Regional Directors as indicated in the Initial Invitation Notice or be addressed and posted to the respective regional addresses Indicated in the same Initial Invitation Notice.
  1. Bids not received at the submission venue by the closing time will not be accepted for opening and will be rejected and returned unopened.
  1. Bidders with enquiries are encouraged to do so vide the email address This email address is being protected from spambots. You need JavaScript enabled to view it..
  1. Bidders are advised to regularly visit the KeRRA website for any information/addendums on the above tender.
  1. All other information remains the same.

 

Deputy Director (Supply Chain Management)

For: Director General

Kenya Rural Roads Authority   

IMPLEMENTATION OF ARID AND SEMI - ARID LAND (ASAL) RURAL ROADS PROJECT-ADDENDUM NO. 1-

INVITATION TO TENDER

ADDENDUM NO. 1

IMPLEMENTATION OF ARID AND SEMI - ARID LAND (ASAL) RURAL ROADS PROJECT

(1) REHABILITATION AND IMPROVEMENT AND PERFORMANCE BASED ROUTINE MAINTENANCE, &

(2) LOW VOLUME SEALING, AND PERFORMANCE BASED ROUTINE MAINTENANCE FOR VARIOUS ROADS.

Download addendum 1 here
Reference is made to the Tender Notice that appeared in the Authority’s website and the Local Dailies dated 19th January, 2024.

Interested Bidders are requested to note the following;

1. That the Authority has received various requests for clarifications on the above Tenders and is in the process of preparing a response.

2. Full details of the Clarification Response will be available as from 19th February, 2024 and eligible and interested bidders can download the response from Authority’s website www.kerra.go.ke and or www.tenders.go.ke as from then.

3. The submission dates for Tenders for (1) The Rehabilitation and Improvement and Performance Based Routine Maintenance, (2) Low Volume Sealing, and Performance Based Routine Maintenance for various roads is hereby revised from 15th February, 2024 to on or before 29th February, 2024 at 11.00am.

4. Completed tender documents should be enclosed in plain sealed envelope, clearly marked with the Tender Name, Tender Number and deposited in the Tender Boxes at the offices of the respective Regional Directors as indicated in the Initial Invitation Notice or be addressed and posted to the respective regional addresses Indicated in the same Initial Invitation Notice.

5. Bids not received at the submission venue by the closing time will not be accepted for opening and will be rejected and returned unopened.

6. All other information remains the same.

Deputy Director (Supply Chain Management)
For: Director General
Kenya Rural Roads Authority

IMPROVEMENT OF VARIOUS ROADS AND CONSTRUCTION OF DRAINAGE STRUCTURES-ADDENDUM 1

KENYA RURAL ROADS AUTHORITY                       

TENDER NOTICE

 

ADDENDUM NO. 1

 

IMPROVEMENT OF VARIOUS ROADS AND CONSTRUCTION OF DRAINAGE STRUCTURES

DOWNLOAD ADDENDUM 1 & ANNEX HERE

ADDENDUM 2 & ANNEXES DOWNLOAD

Download Addendum 3 & Annex Here

 

Reference is made to the Tender Notice that appeared in the Authority’s website and the Local Dailies dated 29th September, 2023, and

Interested Bidders are requested to note the following amendments for the Tenders published under the referenced Tender Notice;

  1. The Project Location for the Tender for Spot Improvement of Riverside Sironi Road, Tender No. KeRRA/08/39/36/2023-24 has been errenously captured as Laikipia Region. The Project Location is hereby being revised to indicate Kiambu Region. With this, the Tender Document has been revised to capture the correct details under Special Specifications. Interested bidders are requested to download the Revised Tender Document from the Authority’s Website.
  1. The Tender name given under the Tender Notices referenced above for the Tender for Spot Improvement of Kipkundul – Makutano – Kaptalamwa - Segut Road, Tender No. KeRRA/08/39/2/2023-24 in Elgeyo Marakwet County is hereby captured correctly in this Notice as Spot Improvement of Kipkundul – Kapyego – Kamelei Road as given in the Tender Document.
  1. The Qualification Criteria given under Table 3 - Technical & Financial Capacity Evaluation (Section III – Evaluation & Qualification Criteria) Item No. 3.3 (c ) on Value of Current Contract Commitments / Works in Progress with the Procuring Organization stating that “the value of pending works with the procuring entity SHALL not exceed KShs. 7.5 Billion” for the Tender for Spot Improvement of Kipkundul – Kapyego – Kamelei Road, Tender No. KeRRA/08/39/2/2023-24 in Elgeyo Marakwet County is hereby deleted. Interested bidders are to note this and omit the criteria.
  1. The Qualification Criteria given under Table 3 - Technical & Financial Capacity Evaluation (Section III – Evaluation & Qualification Criteria) Item No. 3.3 (c ) on Value of Current Contract Commitments / Works in Progress with the Procuring Organization stating that “the value of pending works with the procuring entity SHALL not exceed KShs. 7.2 Billion” for the Tender for Spot Improvement of Jnct C540 -Kangari - Gichagini - Jnct B23 Gacharage Road, Tender No. KeRRA/08/39/3/2023-24 in Murang’a County is hereby deleted. Interested bidders are to note this and omit the criteria.
  1. The Special Specifications Clause 102 Extent of Contract item No. 8 is hereby be amended to read as ( 8 Provision of 150mm hand packed stone base as shall be directed by the Engineer) for the Tender for Spot Improvement of Jnct C540 -Kangari - Gichagini - Jnct B23 Gacharage Road, Tender No. KeRRA/08/39/3/2023-24 in Murang’a County.
  1. The scope of work and Bills of Quantity for Tender, Spot Improvement of A2 Gwa Kairu – Jacaranda), Tender No. KeRRA/08/39/30/2023-24 in Kiambu County has been revised. Bidders should note that the NCA category has been amended, the NCA Category is now 4 or 5 or 6 or 7.  Interested bidders are requested to download the Revised Tender Document from the Authority’s Website.
  1. The scope of work and Bills of Quantity for Tender, Spot Improvement of Chobe - Kambi George- Weru - Matundura & Muti-ini - Thindi, Tender No. KeRRA/08/39/65/2023-24 in Nyandarua County has been revised. Bidders should note that the NCA category has been amended, the NCA Category is now 5 or 6 or 7.  Interested bidders are requested to download the Revised Tender Document from the Authority’s Website.
  1. The scope of work and Bills of Quantity for Tender, Mwachon ICT Access Road, Tender No. KeRRA/08/39/17/2023-24 in Baringo County has been revised. Bidders should note  that the NCA category has been amended, the NCA Category is now 4 or 5 or 6 or 7.  Interested bidders are requested to download the Revised Tender Document from the Authority’s Website.
  1. The scope of work and Bills of Quantity for Tender, Jnct C660 - Access To Kapkombe Secondary School, Tender No. KeRRA/08/39/74/2023-24 in Baringo County has been revised. Bidders should note  that the project name is Jnct C660 - Access To Kapkombe Primary School Baringo County.  Interested bidders are requested to download the Revised Tender Document from the Authority’s Website.
  1. The scope of work and Bills of Quantity for Tender, Kapsaos - Kipkenyo- Aturei –Tuiyo, Tender No. KeRRA/08/39/73/2023-24 in Uasin Gishu County has been revised. Bidders should note  that the NCA category has been amended, the NCA Category is now 4 or 5 or 6 or 7.  Interested bidders are requested to download the Revised Tender Document from the Authority’s Website.
  1. That the NCA category for Tender Limo - Ilula Road/ Jua Kali - Sugoi- Limo Hospital – Illula, Tender No. KeRRA/08/39/68/2023-24 in Uasin Gishu County has been amended, the NCA Category is now 2 or 3 or 4 or 5 or 6.
  1. That the NCA category for Tender, Construction of Turbo Bridge and Approach Roads, Tender No. KeRRA/08/39/80/2023-24 in Uasin Gishu County has been amended, the NCA Category is now 1 or 2 or 3 or 4 or 5 or 6.
  1. That for Tender, Mlango-Benon-State Lodge-Sach 3-No. 4 – Riwo Pri – Store – Mto Mbili Road, Tender No. KeRRA/08/39/25/2023-24 in Trans Nzoia County, was missing List of Appendices A,B and C. The Appendices are attached as Annex 7.
  1. That the Fund source for Tender, Bissil – Olmotiok Box Culverts, Tender No. KeRRA/08/39/76/2023-24 in Kajiado County is Road Maintenance Levy Fund and not Equilization Fund.
  1. The Tender Document provided for download on the KeRRA website for the Tender for Spot Improvement for Bandaptai Street Eldoret Road, Tender No. KeRRA/08/39/70/2023-24 in Uasin Gishu Region erroneously contained location description for a road P195 :Kipangawau Pry Acess/P.199-Mwariki Sec School-Pembe Mbili –Eldo in Nakuru County. By this Addendum, the correct Tender Document for the Tender for Spot Improvement for Bandaptai Street Eldoret Road, Tender No. KeRRA/08/39/70/2023-24 in Uasin Gishu Region has been uploaded on the KeRRA website. Interested bidders are requested to download the Revised Tender Document from the Authority’s Website.
  1. The Tender for Spot Improvement of Mulot Central – Enelaiemarti - Kabolecho Road In Narok County, Tender No. KeRRA/08/39/57/2023-24 is OPEN to Citizen Contractors. ITT No. 35.2 under the Tender Data Sheet is therefore revised to read Not Applicable.
  1. The Tender for Spot Improvement of Nyanturago - Ekonabong’ota - Mecheo Road in Kisii Region, Tender No. KeRRA/08/39/58/2023-24 is OPEN to Citizen Contractors. ITT No. 35.2 under the Tender Data Sheet is therefore revised to read Not Applicable.
  1. The Engineers' Estimate should be viewed as a guide and hence will not be used for evaluation purposes. Interested bidders are encouraged to visit the various project sites to enable them do their own costings and preparation of the Tender Documents.
  1. The Tender Documents for the following tenders have been revised and their amendments annexed as shown in the table below;

S/No

Region

Tender No.

Road Name

Length (Km)

Remarks

 
 

 

 
 

Murang'a

KeRRA/08/39/3/2023-24

Jnct C540 -Kangari - Gichagini - Jnct B23 Gacharage

26

Bill items 1 and 25 have been amended, also the summary page of the BOQ has been revised to include the missing bill items 10 and 26 as attached in ANNEX 1

 
 

Murang'a

KeRRA/08/39/13/2023-24

Completion of Itaru - Kayuyu Bridge

Bridge

The summary page of the BOQ has been revised to include the missing bill item 10 as attached in ANNEX 2

 
 

Murang'a

KeRRA/08/39/45/2023-24

Gacharu - Mbombo

5

The summary page of the BOQ has been revised to include the missing bill item 21 as attached in ANNEX 3

 

 

 
 

Nyeri

KeRRA/08/39/4/2023-24

 Muthua - Kabiruini  C512 Junction

15

The summary page of the BOQ has been revised to include the missing bill item 26 as attached in ANNEX 4

 

v)               

Nakuru

KeRRA/08/39/52/2023-24

Jogoo-Kiptangwanyi-Tangi Tano-Canaan Road

25

The bill 1 item is amended as attached in ANNEX 5

 

vi)             

Kilifi

KeRRA/08/39/30/2023-24

Gede Forest-Turtle Bay Road

14

The bill 1 item is amended as attached in ANNEX 6

 
  1. The submission date and time for ALL the tenders listed under the initial Advertisement published on 29th September, 2023 has been revised from 24th October, 2023 to 31st October, 2023 at 11.00am.
  1. Completed tender documents should be enclosed in plain sealed envelopes, clearly marked with the Tender Name, Tender Number and deposited in the Tender Boxes at the offices of RESPECTIVE REGIONAL DIRECTORS as indicated in the initial Long Advertisement that can be downloaded from the Authority’s website.
  1. All interested bidders are required to continually check the Kenya Rural Roads Authority website: kerra.go.ke for any tender addendums or clarifications that may arise before submission date.
  1. Bidders with enquiries are encouraged to do so vide the email address This email address is being protected from spambots. You need JavaScript enabled to view it..  
  1. All other information as pertaining to the tenders remains the same.

Deputy Director (Supply Chain Management)

FOR: DIRECTOR GENERAL

IMPROVEMENT OF VARIOUS ROADS AND CONSTRUCTION OF DRAINAGE STRUCTURES-ADDENDUM 2

KENYA RURAL ROADS AUTHORITY                       

TENDER NOTICE

 

ADDENDUM NO. 2

 

IMPROVEMENT OF VARIOUS ROADS AND CONSTRUCTION OF DRAINAGE STRUCTURES

ADDENDUM 2 & ANNEXES DOWNLOAD

Download Addendum 3 & Annex Here

 

 

Reference is made to the Tender Notice that appeared in the Authority’s website and the Local Dailies dated 29th September, 2023, and Addendum No. 1 dated 19th October, 2023.  

Interested Bidders are requested to note the following amendments for the Tenders published under the referenced Tender Notice;

  1. Under qualification criteria 3.2(a) of the Bid Documents, the last statement:……proof of payment (Attach payment certificates and certified bank statements, indicating proof of payment)…… has been deleted.
  2. That the NCA category for Tender Spot Improvement of Garissa – Sankuri-Saka- Balambala C251 Road In Garissa County, Tender No. KeRRA/08/39/75/2023-24, has been revised, the NCA Category is now 5 or 6 or 7.
  3. The Bills of Quantities for Bill No.1 for the tenders shown below have have been revised. Interested bidders are requested to use in their bids the Revised Bill 1 Items as shown in respective Annex. The Tenders are as listed below:

S/No

Region

Tender No.

Road Name

 

Annex

 

Kiambu

KeRRA/08/39/11/2023-24

Dagoreti - Baranaki - Shauri - Kidifarmaco /  Kikuyu Link Roads /  Kidfarmaco Access Road

(Annex 1)

 

Murang'a

KeRRA/08/39/45/2023-24

Muchungucha – Gacheru - Mbombo

(Annex 2)

 

Kiambu

KeRRA/08/39/12/2023-24

Kiore - Muslim / Kiore - Lusingeti / Jambu TV - Njumbi

(Annex 3)

 

Kiambu

KeRRA/08/39/28/2023-24

 Magana Flowers-Springs Connector

(Annex 4)

5.               

Laikipia

KeRRA/08/39/15/2023-24

Maina Village Roads

(Annex 5)

6.               

Murang'a

KeRRA/08/39/3/2023-24

Jnct C540 -Kangari - Gichagini - Jnct B23 Gacharage

(Annex 6)

7.               

Murang'a

KeRRA/08/39/7/2023-24

 Maragi - Kahuti (Kirogokiruri - Gitui - Gathera - Kariciungu Jnct C544) Road

(Annex 7)

8.               

Laikipia

KeRRA/08/39/9/2023-24

 Mwireri - Maili Sita -Umande - Ngenia

(Annex 8)

9.               

Murang'a

KeRRA/08/39/13/2023-24

Completion of Itaru - Kayuyu Bridge

(Annex 9)

10.            

Kiambu

KeRRA/08/39/26/2023-24

 Jnct B115 Tatu City -Junct B116 (Oaklands) Road

(Annex 10)

11.            

Meru

KeRRA/08/39/42/2023-24

 Mitundu - Ititu Road

(Annex 11)

12.            

Murang'a

KeRRA/08/39/46/2023-24

 Githambo Junction - Githiga Road

(Annex 12)

13.            

Nairobi

KeRRA/08/39/50/2023-24

 Wangai - Karugu Road

(Annex 13)

14.            

Nyeri

KeRRA/08/39/4/2023-24

 Muthua - Kabiruini  C512 Junction

(Annex 14)

15.            

Bungoma

KeRRA/08/39/18/2023-24

 Salmond Hotel - Sikata jct Phase 1

(Annex 15)

16.            

Kiambu

KeRRA/08/39/27/2023-24

 Gikambura - Southern Bypass Underpass

(Annex 16)

17.            

Machakos

KeRRA/08/39/39/2023-24

 Kaseve-Muthwani

(Annex 17)

18.            

Murang'a

KeRRA/08/39/47/2023-24

 Kahatia - Theri - Nduruini

(Annex 18)

19.            

Embu

KeRRA/08/39/5/2023-24

Rukuriri - Kathageri - Kanyuambora

(Annex 19)

20.            

Murang'a

KeRRA/08/39/8/2023-24

Mitarakwa - Ha Paulo (Jct  C505(D428) – Mahuaini - Ititu Road E2154 -Mitundu Road F2208)

(Annex 20)

  1. The Special Specifications Clause 138: Vehicles and Drivers for the Engineer and His Staff and Method of Payment is revised to read as detailed in (Annex 21) for the following projects:

S/No

Region

Tender No.

Road Name

1.               

Nyeri

KeRRA/08/39/4/2023-24

 Muthua - Kabiruini  C512 Junction

2.               

Embu

KeRRA/08/39/5/2023-24

Rukuriri - Kathageri - Kanyuambora

3.               

Kericho

KeRRA/08/39/6/2023-24

 Kapsurer - Sosiot - Kiplamat

4.               

Murang'a

KeRRA/08/39/7/2023-24

 Maragi - Kahuti (Kirogokiruri - Gitui - Gathera - Kariciungu Jnct C544) Road

5.               

Trans Nzoia

KeRRA/08/39/25/2023-24

Mlango-Benon-State Lodge-Sach 3-No. 4 – Riwo Pri – Store – Mto Mbili Road

6.               

Murang'a

KeRRA/08/39/8/2023-24

Mitarakwa - Ha Paulo (Jct C505(D428) Mahuani- Ititu Road E2154 - Mitundu Road F2208) (Jct C505(D428) Mahuani- Ititu Road E2154 - Mitundu Road F2208) Road

7.               

Laikipia

KeRRA/08/39/9/2023-24

 Mwireri - Maili Sita -Umande - Ngenia

8.               

Kiambu

KeRRA/08/39/10/2023-24

Nachu - SGR Road and  Mikuyuini Access Culvert

9.               

Kiambu

KeRRA/08/39/11/2023-24

Dagoreti - Baranaki - Shauri - Kidifarmaco /  Kikuyu Link Roads /  Kidfarmaco Access Road

10.            

Kiambu

KeRRA/08/39/12/2023-24

Kiore - Muslim / Kiore - Lusingeti / Jambu TV - Njumbi

11.            

Elgeyo-Marakwet

KeRRA/08/39/20/2023-24

 Iten- Milimani- mororia-Kiptabus

12.            

Kiambu

KeRRA/08/39/26/2023-24

 Jnct B115 Tatu City -Junct B116 (Oaklands) Road

13.            

Kiambu

KeRRA/08/39/27/2023-24

 Gikambura - Southern Bypass Underpass

14.            

Kiambu

KeRRA/08/39/28/2023-24

 Magana Flowers-Springs Connector

15.            

Kirinyaga

KeRRA/08/39/33/2023-24

 Kerugoya-Baricho

16.            

Laikipia

KeRRA/08/39/36/2023-24

 Riverside Sironi

17.            

Meru

KeRRA/08/39/42/2023-24

 Mitundu - Ititu Road

18.            

Murang'a

KeRRA/08/39/45/2023-24

Muchungucha – Gacheru- Mbombo

19.            

Murang'a

KeRRA/08/39/46/2023-24

 Githambo Junction - Githiga Road

20.            

Murang'a

KeRRA/08/39/47/2023-24

 Kahatia - Theri - Nduruini

21.            

Murang'a

KeRRA/08/39/48/2023-24

 Gaithega - Gituri Road

22.            

Nairobi

KeRRA/08/39/50/2023-24

 Wangai - Karugu Road

23.            

West Pokot

KeRRA/08/39/51/2023-24

Rehabilitation of Kolobot Vented Structure& Approach Roads

24.            

Narok

KeRRA/08/39/57/2023-24

 Mulot Central - Enelai - Emarti - Kapolesho

25.            

Kisii

KeRRA/08/39/58/2023-24

 Nyanturago - Ekona - Bogonta - Mecheo

26.            

Tana River

KeRRA/08/39/64/2023-24

 Masalani - Kotile - Gamba - Malindi Road

27.            

Nakuru

KeRRA/08/39/67/2023-24

 Kipangawau - Kibowen Pry Access/Mwariki Sec School- Pembe Mbili- Eldo

28.            

Uasin Gishu

KeRRA/08/39/68/2023-24

 Limo - Ilula Road/ Jua Kali - Sugoi- Limo Hospital - Illula

29.            

Uasin Gishu

KeRRA/08/39/69/2023-24

 Talket market roads, Elgeyo Border Town, Uasin Gishu (3km)

30.            

Uasin Gishu

KeRRA/08/39/70/2023-24

 Bandaptai street Eldoret

31.            

Baringo

KeRRA/08/39/74/2023-24

Jnct C660 - Access To Kapkombe Secondary School Baringo County

32.           

Uasin Gishu

KeRRA/08/39/80/2023-24

Construction of Turbo Bridge and Approach Turbo

  1. In the Summary page, Bill 11 of the Bills of Quantities for Tender, Rehabilitation of Jnct C540 -Kangari - Gichagini - Jnct B23 Gacharage Road under Tender No. KeRRA/08/39/3/2023-24 in Murang’a County has been revised to read ‘Shoulders to Pavement’ (Annex 22).
  1. The submission date and time for ALL the tenders listed under the initial Advertisement published on 29th September, 2023 remains 31st October, 2023 at 11.00am as per Addendum No. 1
  1. Completed tender documents should be enclosed in plain sealed envelopes, clearly marked with the Tender Name, Tender Number and deposited in the Tender Boxes at the offices of respective Regional Directors as indicated in the initial Long Advertisement that can be downloaded from the Authority’s website.
  1. All interested bidders are required to continually check the Kenya Rural Roads Authority website: kerra.go.ke for any tender addendums or clarifications that may arise before submission date.
  1. Bidders with enquiries are encouraged to do so vide the email address This email address is being protected from spambots. You need JavaScript enabled to view it..  
  1. All other information as pertaining to the tenders remains the same.

Deputy Director (Supply Chain Management)

FOR: DIRECTOR GENERAL

IMPROVEMENT OF VARIOUS ROADS AND CONSTRUCTION OF DRAINAGE STRUCTURES-ADDENDUM 3

KENYA RURAL ROADS AUTHORITY                       

TENDER NOTICE

 

ADDENDUM NO. 3

 

IMPROVEMENT OF VARIOUS ROADS AND CONSTRUCTION OF DRAINAGE STRUCTURES

 

Download Addendum 3 & Annex Here

 

Reference is made to the Tender Notice that appeared in the Authority’s website and the Local Dailies dated 29th September, 2023, Addendum No. 1 dated 19th October, 2023 and Addendum No. 2 dated 24th October, 2023

Interested Bidders are requested to note the following amendments for the Tenders published under the referenced Tender Notice;

  1. The summary page of the BOQ for Spot Improvement of E7309 Maili Saba-Karunga-Forest Gate Road In Nakuru County Tender No. KeRRA/08/39/21/2023-24  has been revised to include the missing bill item 14, attached as (Annex 1).
  1. Bill 1 and Bill 25 of the Bills of Quantities for Tender, Spot Improvement of Jogoo-Kiptangwanyi-Munanda-Tangi Tano Munanda – Kiambogo - Kongasis Roads under Tender No. KeRRA/08/39/52/2023-24 in Nakuru County have been revised as shown in (Annex 2).
  1. Bill 1, Bill 4 and Bill 26 of the Bills of Quantities for Tender, Spot Improvement of Jnct C540 -Kangari - Gichagini - Jnct B23 Gacharage Road, Tender No. KeRRA/08/39/3/2023-24 in Murang’a County have been revised as shown in (Annex 3).
  1. The summary page of the BOQ for Spot Improvement of Access to Torongo - Mwachon Ict Center in Baringo County Tender No. KeRRA/08/39/17/2023-24  has been revised to include the missing bill item 5, attached as (Annex 4).
  1. Under SECTION III-EVALUATION AND QUALIFICATION CRITERIA Foreign Tenderers are required to Properly and dully fill, sign and stamp form of foreign Tenderers 40% rule (Attached as Annex 5). The affected Tenders are as listed below;
  1. Tender No. KeRRA/08/39/2/2023-24 Spot Improvement of Kipkundul – Kapyego- Kamelei Road in Elgeyo Marakwet and West Pokot Counties
  2. Tender No. KeRRA/08/39/3/2023-24 Spot Improvement of Jnct C540 -Kangari - Gichagini - Jnct B23 Gacharage Road in Murang’a County
  • Tender No. KeRRA/08/39/52/2023-24 Spot Improvement of Jogoo-Kiptangwanyi-Tangi Tano-Canaan Road in Nakuru County
  1. Bill 1 of the Bills of Quantities for Tender, Spot Improvement of Nachu - Sgr Road & Mikuyuini Box Culvert under Tender No. KeRRA/08/39/10/2023-24 in Kiambu County has been revised as shown in (Annex 6).
  1. Bill 1 of the Bills of Quantities for Tender, Spot Improvement of Gede Forest-Turtle Bay Road under Tender No. KeRRA/08/39/30/2023-24 in Kilifi County has been revised as shown in (Annex 7).
  1. The submission date and time for ALL the tenders listed under the initial Advertisement published on 29th September, 2023 remains 31st October, 2023 at 11.00am as per Addendum No. 2.
  1. Completed tender documents should be enclosed in plain sealed envelopes, clearly marked with the Tender Name, Tender Number and deposited in the Tender Boxes at the offices of respective Regional Directors as indicated in the initial Long Advertisement that can be downloaded from the Authority’s website.
  1. All interested bidders are required to continually check the Kenya Rural Roads Authority website: kerra.go.ke for any tender addendums or clarifications that may arise before submission date.
  1. Bidders with enquiries are encouraged to do so vide the email address This email address is being protected from spambots. You need JavaScript enabled to view it..  
  1. All other information as pertaining to the tenders remains the same.

Deputy Director (Supply Chain Management)

FOR: DIRECTOR GENERAL

IMPROVEMENT OF VARIOUS ROADS AND CONSTRUCTION OF DRAINAGE STRUCTURES-OCTOBER 2023

KENYA RURAL ROADS AUTHORITY

TENDER NOTICE

 

IMPROVEMENT OF VARIOUS ROADS AND CONSTRUCTION OF DRAINAGE STRUCTURES

ADDENDUM 1 & ANNEX DOWNLOAD

ADDENDUM 2 & ANNEXES DOWNLOAD

Download Addendum 3 & Annex 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.

  1. The Authority hereby invites bids from eligible Construction Companies to bid for Spot Improvement and Construction of Drainage structures to be financed by the Government of Kenya through the Road Maintenance Levy Fund and Development Vote.
  1. Bidders are required to download full details of the advertisement and tender documents from the Authority’s website kerra.go.ke from 2nd October, 2023.

List of the project roads is as shown below:

S/No

County

Tender No.

Road Name

NCA Category

Reservation

 

1

Taita Taveta

KeRRA/08/39/1/2023-24

Cess – Rekeke - Lake Jibe Road (C908) (Phase 1)

1

Open

2

Elgeyo Marakwet

KeRRA/08/39/2/2023-24

Kipkundul-Makutano-Kaptalamwa-Segut road

1

Open

3

Murang'a

KeRRA/08/39/3/2023-24

Jnct C540 -Kangari - Gichagini - Jnct B23 Gacharage

1

Open

4

Nyeri

KeRRA/08/39/4/2023-24

 Muthua - Kabiruini  C512 Junction

 2 or 3

Citizen

5

Embu

KeRRA/08/39/5/2023-24

Rukuriri - Kathageri - Kanyuambora

1 or 2 or 3

Citizen

6

Kericho

KeRRA/08/39/6/2023-24

 Kapsurer - Sosiot - Kiplamat

1 or 2 or 3

Citizen

7

Murang'a

KeRRA/08/39/7/2023-24

 Maragi - Kahuti (Kirogokiruri - Gitui - Gathera - Kariciungu Jnct C544) Road

1 or 2 or 3

Citizen

8

Trans Nzoia

KeRRA/08/39/25/2023-24

Mlango-Benon-State Lodge-Sach 3-No. 4 – Riwo Pri – Store – Mto Mbili Road

1 or 2

Citizen

9

Murang'a

KeRRA/08/39/8/2023-24

Mitarakwa - Ha Paulo (Jct C505(D428) Mahuani- Ititu Road E2154 - Mitundu Road F2208) (Jct C505(D428) Mahuani- Ititu Road E2154 - Mitundu Road F2208) Road

1 or 2 or 3

Citizen

10

Nakuru

KeRRA/08/39/52/2023-24

Jogoo-Kiptangwanyi-Tangi Tano-Canaan Road

1

Open

11

Laikipia

KeRRA/08/39/9/2023-24

 Mwireri - Maili Sita -Umande - Ngenia

1 or 2 or 3

Citizen

12

Kiambu

KeRRA/08/39/10/2023-24

Nachu - SGR Road and  Mikuyuini Access Culvert

1 or 2 or 3

Citizen

13

Kiambu

KeRRA/08/39/11/2023-24

Dagoreti - Baranaki - Shauri - Kidifarmaco /  Kikuyu Link Roads /  Kidfarmaco Access Road

1 or 2 or 3

Women

14

Kiambu

KeRRA/08/39/12/2023-24

Kiore - Muslim /  Kiore - Lusingeti / Jambu TV - Njumbi

1 or 2 or 3

Citizen

15

Murang'a

KeRRA/08/39/13/2023-24

Completion of Itaru - Kayuyu Bridge

4 or 5 or 6

Women

16

Nyandarua

KeRRA/08/39/14/2023-24

 Bridge along KALRO - Ngano Rd

6 or 7

Youth

17

Laikipia

KeRRA/08/39/15/2023-24

Maina Village Roads

6 or 7

PLWD

18

West Pokot

KeRRA/08/39/16/2023-24

Cheposmai - Kasisim - Kayap - Tokolto - Kaprom - Sakat

6 or 7

PLWD

19

Baringo

Revised Document

KeRRA/08/39/17/2023-24

 Mwachon ICT Access Road

6 or 7

Citizen

20

Bungoma

KeRRA/08/39/18/2023-24

 Salmond Hotel - Sikata jct Phase 1

6 or 7

Citizen

21

Busia

KeRRA/08/39/19/2023-24

 Mundere - Ruambwa

6 or 7

Youth

22

Elgeyo-Marakwet

KeRRA/08/39/20/2023-24

 Iten- Milimani- mororia-Kiptabus

5 or 6

Citizen

23

Nakuru

KeRRA/08/39/21/2023-24

 E7309 Maili Saba-Karunga-Forest Gate

5 or 6 or 7

Citizen

24

Garissa

KeRRA/08/39/22/2023-24

 Diiso - Fafi Centre Road

6 or 7

Citizen

25

Garissa

KeRRA/08/39/23/2023-24

 Modogashe - Dhalelehe Road

6 or 7

Citizen

26

Kajiado

KeRRA/08/39/24/2023-24

 Jnct Roimen - Roimen Police - Kiserian

5 or 6 or 7

Citizen

27

Kiambu

KeRRA/08/39/26/2023-24

 Jnct B115 Tatu City -Junct B116 (Oaklands) Road

4 or 5 or 6

Citizen

28

Kiambu

KeRRA/08/39/27/2023-24

 Gikambura - Southern Bypass Underpass

3 or 4 or 5

Citizen

29

Kiambu

KeRRA/08/39/28/2023-24

 Magana Flowers-Springs Connector

6 or 7

Women

30

Nakuru

KeRRA/08/39/29/2023-24

 Kabazi - Gituru - Marigu road

6 or 7

Citizen

31

Kiambu

Revised Document 

KeRRA/08/39/30/2023-24

 A2 Gwa Kairu - Jacaranda

6 or 7

Women

32

Kilifi

KeRRA/08/39/31/2023-24

 Gede Forest - Turtle Bay

6 or 7

Women

33

Kilifi

KeRRA/08/39/32/2023-24

 Timboni - Crab Shark

6 or 7

Citizen

34

Kirinyaga

KeRRA/08/39/33/2023-24

 Kerugoya-Baricho

6 or 7

Citizen

35

Migori

KeRRA/08/39/34/2023-24

 Taraganya - Senta- Ntimaru & Nyamatiro - Kegonga

6 or 7

Women

36

Kisumu

KeRRA/08/39/35/2023-24

 Usari Bridge

5 or 6 or 7

Citizen

37

Laikipia

Revised Document

KeRRA/08/39/36/2023-24

 Riverside Sironi

5 or 6 or 7

Citizen

38

Lamu

KeRRA/08/39/37/2023-24

 Witu-Sendemke Prr. Sch.-Kakath-Maleli -Boramoyoo-Katsakakairu(17KM)

6 or 7

Youth

39

Garissa

KeRRA/08/39/38/2023-24

 Hulugho - Elikambere Road

6 or 7

Youth

40

Machakos

KeRRA/08/39/39/2023-24

 Kaseve-Muthwani

6 or 7

Citizen

41

Marsabit

KeRRA/08/39/40/2023-24

 DF - Ambalo Road

6 or 7

Citizen

42

Meru

KeRRA/08/39/41/2023-24

 Micii Mikuru -Mikinduri Girls -Kathwana

6 or 7

Citizen

43

Meru

KeRRA/08/39/42/2023-24

 Mitundu - Ititu Road

5 or 6 or 7

Citizen

44

Migori

KeRRA/08/39/43/2023-24

 Stella - Gogo Falls - Oyani

6 or 7

Citizen

45

Homa Bay

KeRRA/08/39/44/2023-24

 Sindo Box Culverts

6 or 7

Citizen

46

Murang'a

KeRRA/08/39/45/2023-24

Muchungucha – Gacheru- Mbombo

5 or 6 or 7

Citizen

47

Murang'a

KeRRA/08/39/46/2023-24

 Githambo Junction - Githiga Road

5 or 6 or 7

Citizen

48

Murang'a

KeRRA/08/39/47/2023-24

 Kahatia - Theri - Nduruini

5 or 6 or 7

Citizen

49

Murang'a

KeRRA/08/39/48/2023-24

 Gaithega - Gituri Road

5 or 6 or 7

Citizen

50

Nyeri

KeRRA/08/39/49/2023-24

 Mucharage - Kariki

6 or 7

Citizen

51

Nairobi

KeRRA/08/39/50/2023-24

 Wangai - Karugu Road

4 or 5 or 6

Citizen

52

West Pokot

KeRRA/08/39/51/2023-24

 Rehabilitation of Kolobot Vented Structure& Approach Roads

5 or 6 or 7

Citizen

53

Nakuru

KeRRA/08/39/53/2023-24

 E7173 Maili Sita-Kabatini

6 or 7

Citizen

54

Nakuru

KeRRA/08/39/54/2023-24

 Mwahe - Masaita

6 or 7

PLWD

55

Nakuru

KeRRA/08/39/55/2023-24

 Maombi - Kamwohi - Bahati Forest Road

6 or 7

Citizen

56

Nandi

KeRRA/08/39/56/2023-24

 Savani - Kaptumo - Chepkongony - Enego

6 or 7

Citizen

57

Narok

KeRRA/08/39/57/2023-24

 Mulot Central - Enelai - Emarti - Kapolesho

5 or 6 or 7

Citizen

58

Kisii

KeRRA/08/39/58/2023-24

 Nyanturago - Ekona - Bogonta - Mecheo

5 or 6 or 7

Citizen

59

Nyandarua/

Nakuru

KeRRA/08/39/59/2023-24

 Ithagani-Ngorika-Kajuiri Road

6 or 7

PLWD

60

Nyeri

KeRRA/08/39/60/2023-24

 Ruruguti - Nyamari

6 or 7

Citizen

61

Nyeri

KeRRA/08/39/61/2023-24

 Kariki - Gitandara -Gatugi -Kagumo - Gaikundo

6 or 7

Youth

62

Nyeri

KeRRA/08/39/62/2023-24

 Ndunyu - Mahiga - Kagere

6 or 7

Citizen

63

Nyeri

KeRRA/08/39/63/2023-24

 Kagere - Gachami - Thuti River

6 or 7

Citizen

64

Tana River

KeRRA/08/39/64/2023-24

 Masalani - Kotile - Gamba - Malindi Road

6 or 7

Citizen

65

Nyandarua

Revised Document

KeRRA/08/39/65/2023-24

 Chobe - Kambi George- Weru - Matundura & Muti-ini - Thindi

6 or 7

Citizen

66

Nakuru

KeRRA/08/39/67/2023-24

 Kipangawau - Kibowen Pry Access/Mwariki Sec School- Pembe Mbili- Eldo

4 or 5 or 6

Citizen

67

Uasin Gishu

KeRRA/08/39/68/2023-24

 Limo - Ilula Road/ Jua Kali - Sugoi- Limo Hospital - Illula

2 or 3

Citizen

68

Uasin Gishu

KeRRA/08/39/69/2023-24

 Talket market roads, Elgeyo Border Town, Uasin Gishu (3km)

4 or 5 or 6

Citizen

69

Uasin Gishu

Revised Document

KeRRA/08/39/70/2023-24

 Bandaptai street Eldoret

4 or 5 or 6

Citizen

70

Uasin Gishu

KeRRA/08/39/71/2023-24

 Ngeria - Platteau

6 or 7

Citizen

71

Uasin Gishu

KeRRA/08/39/72/2023-24

 Kipkabus-Flax murram road.

6 or 7

Youth

72

Uasin Gishu

Revised Document 

KeRRA/08/39/73/2023-24

 Kapsaos - Kipkenyo- Aturei -Tuiyo

6 or 7

Citizen

73

Baringo

Revised Document

KeRRA/08/39/74/2023-24

Jnct C660 - Access To Kapkombe Secondary School Baringo County

4 or 5 or 6

 Citizen

74

Kilifi

KeRRA/08/39/66/2023-24

Access Roadsto Jibana Sub District Hospital

6 or 7

Youth

75

Kitui

KeRRA/08/39/78/2023-24

Mwingi – Kalisasi Phase 3

4 or 5 or 6

Citizen

76

Busia

KeRRA/08/39/79/2023-24

Angurai - Aloeti - Chamasir

5 or 6

Citizen

77

Uasin Gishu

KeRRA/08/39/80/2023-24

Construction of Turbo Bridge and Approach Turbo

4 or 5 or 6

Citizen

EQUILIZATION FUND.

78

Garissa

KeRRA/08/39/75/2023-24

Garissa – Sankuri – Salkan - Balambala Road C251

6 or 7

Women

79

Kajiado

KeRRA/08/39/76/2023-24

Bissil – Olmotiok Box Culverts

6 or 7

Women

80

Garissa

KeRRA/08/39/77/2023-24

Bulla - Arghi - Korakora  Road

4 or 5 or 6

PLWD

  1. MANDATORY PRE-TENDER site visits shall be held on agreed dates and times with the respective Regional Directors. Bidders are required to have the Certificate of Bidder`s visit to site signed by the respective Regional Directors.
  2. The contact details for the Regional Directors are as detailed in the table below.

ADDRESSES FOR TENDERS

S/NO.

REGION

ADDRESS

1)     

Embu

Kenya Rural Roads Authority

Embu Regional Office

P.O. Box 2718-60100, EMBU.

Eng. Peter Wachai

Mobile No. 0722 876 853

E-Mail Address: This email address is being protected from spambots. You need JavaScript enabled to view it.

2)     

Kiambu

Kenya Rural Roads Authority

Kiambu Regional Office

P.O. Box 700-0900, KIAMBU.

Eng. Joseph Irungu

Mobile No. 0722 826 793

E-Mail Address: This email address is being protected from spambots. You need JavaScript enabled to view it.

3)     

Laikipia

Kenya Rural Roads Authority

Laikipia Regional Office

P.O. Box 495-10400, NANYUKI.

Eng. Willy Mburu

Mobile No. 0721 254742

E-Mail Address: This email address is being protected from spambots. You need JavaScript enabled to view it.

4)     

Kericho

Kenya Rural Roads Authority

Kericho Regional Office

P.O. Box1483 - 20200, KERICHO

Eng. Gibson Nyamota

Mobile No. 0725529076

E-Mail Address: This email address is being protected from spambots. You need JavaScript enabled to view it.

5)     

Murang'a

Kenya Rural Roads Authority

Murang’a Regional Office

P.O. Box 633-10200, MURANG’A.

Eng. Joseph Wanjohi

Mobile No. 0729-874704

E-Mail Address: This email address is being protected from spambots. You need JavaScript enabled to view it.

6)     

Nyandarua

Kenya Rural Roads Authority

Nyandarua Regional Office

P.O. Box 82, NYAHURURU.

Eng. Willy Mburu

Mobile No. 0721 254742

E-Mail Address: This email address is being protected from spambots. You need JavaScript enabled to view it.

7)     

Nyeri

Kenya Rural Roads Authority

Nyeri Regional Office

P.O. Box 2044 – 10100, NYERI.

Eng. Joseph Wanjohi

Mobile No. 0729-874704

E-Mail Address: This email address is being protected from spambots. You need JavaScript enabled to view it.

8)     

Uasin Gishu

Kenya Rural Roads Authority

Uasin Gishu Regional Office

P.O. Box 2708-30100, ELDORET.

Eng. Michael Rono

Mobile No. 0726957897

E-Mail Address: This email address is being protected from spambots. You need JavaScript enabled to view it.

9)     

Taita Taveta

Kenya Rural Roads Authority

Taita Taveta Regional Office

P.O. Box 131-80300 Voi.

Eng. Bash G. Abdille

Tel: 0720879082

E-Mail Address: This email address is being protected from spambots. You need JavaScript enabled to view it.

10)  

Elgeyo Marakwet

Kenya Rural Roads Authority

Elgeyo Marakwet Regional Office

P.O. Box 233-30700, ITEN.

Eng. David Kibet

Mobile No. 0724 814 447                                          

E-Mail Address: This email address is being protected from spambots. You need JavaScript enabled to view it.

11)  

West Pokot

Kenya Rural Roads Authority

West Pokot Regional Office

P.O. Box 132 30600, KAPENGURIA.

Eng. Moses Chelang’a

Mobile No. 0724706430

E-Mail Address: This email address is being protected from spambots. You need JavaScript enabled to view it.

12)  

Garissa

Kenya Rural Roads Authority,

Garissa Regional Office

P.O. Box 1391-70100, GARISSA.

Eng. Patrick Ringera

Mobile No. 0711319111

E-Mail Address: This email address is being protected from spambots. You need JavaScript enabled to view it.

13)  

Nakuru

Kenya Rural Roads Authority,

Nakuru Regional Office

P.O. Box 17791-20100, NAKURU.

Eng. Laban Ngigi

Mobile No. 0722212185

E-Mail Address: This email address is being protected from spambots. You need JavaScript enabled to view it.

14)  

Trans Nzoia

Kenya Rural Roads Authority,

Trans Nzoia Regional Office

P.O. Box 135 - 30200, KITALE

Eng.Moses Chelanga

Mobile No. 0724706430

E-Mail Address: This email address is being protected from spambots. You need JavaScript enabled to view it.

15)  

Busia

Kenya Rural Roads Authority,

Busia Regional Office

P.O. Box 470-50400, Busia.

Eng. Jared Omondi

Mobile No. 0722993760

E-Mail Address: This email address is being protected from spambots. You need JavaScript enabled to view it.

16)  

Baringo

Kenya Rural Roads Authority,

Baringo Regional Office

P.O. Box 156, KABARNET

Eng. Elijah Bor

Mobile No. 0713118268

E-Mail Address: This email address is being protected from spambots. You need JavaScript enabled to view it. 

17)  

Kilifi

Kenya Rural Roads Authority,

Kilifi Regional Office

P.O. Box 27–80108, Kilifi.

Eng. Timothy Kendagor

Mobile No. 0722946287

E-Mail Address: This email address is being protected from spambots. You need JavaScript enabled to view it.

18)  

Kisii

Kenya Rural Roads Authority,

Kisii Regional Office

P.O. Box 1084-00100, Kisii.

Eng. Walter Nyariki

Mobile No. 0726957897

E-Mail Address: This email address is being protected from spambots. You need JavaScript enabled to view it.

19)  

Nairobi

Kenya Rural Roads Authority,

Nairobi Regional Office

P.O. Box 5277–00506, Nairobi.

Eng. Kenneth Mbogori

Mobile No. 0724310808

E-Mail Address: This email address is being protected from spambots. You need JavaScript enabled to view it.

20)  

Meru

Kenya Rural Roads Authority,

Meru Regional Office

P.O. Box 442-60200, Meru.

Eng. Hillary Akwiri

Mobile No. 9711593390

E-Mail Address: This email address is being protected from spambots. You need JavaScript enabled to view it.

21)  

Tana River

Kenya Rural Roads Authority,

Tana River Regional Office, MOR offices

P.O. Box 125-70101, Tana River.

Eng. Peter Mbaabu

Mobile No. 0720664740

E-Mail Address: This email address is being protected from spambots. You need JavaScript enabled to view it.

22)  

Narok

Kenya Rural Roads Authority,

Narok Regional Office

P.O. Box 398 - 20500, Narok.

Eng. David Kerembu

Mobile No. 0723088534

E-Mail Address: This email address is being protected from spambots. You need JavaScript enabled to view it.

23)  

Migori

Kenya Rural Roads Authority,

Migori Regional Office

P.O. Box 164-40400 Suna-Migori.

Eng. Joash Michoma

Mobile No. 0722471634

E-Mail Address: This email address is being protected from spambots. You need JavaScript enabled to view it.

24)  

Kisumu

Kenya Rural Roads Authority,

Kisumu Regional Office

P.O. Box 1448-40100, Kisumu.

Eng. Ken Ochieng

Mobile No. 0722660557

E-Mail Address: This email address is being protected from spambots. You need JavaScript enabled to view it.

25)  

Lamu

Kenya Rural Roads Authority,

Lamu Regional Office

P.O. Box 102 –80500, Lamu.

Eng. Peter Mbaabu

Mobile No. 0720664740

E-Mail Address: This email address is being protected from spambots. You need JavaScript enabled to view it.

26)  

Bungoma

Kenya Rural Roads Authority,

Bungoma Regional Office

P.O. Box 470–50400, Bungoma.

Eng. Jared Omondi

Mobile No. 0722993760

E-Mail Address: This email address is being protected from spambots. You need JavaScript enabled to view it.

27)  

Machakos

Kenya Rural Roads Authority,

Machakos Regional Office

P.O. Box 874-90100, Machakos.

Eng. Cyprian Mukuva

Mobile No. 0721881304

E-Mail Address: This email address is being protected from spambots. You need JavaScript enabled to view it.

28)  

Kajiado

Kenya Rural Roads Authority,

Kajiado Regional Office

P.O. Box 64 - 01100, Kajiado

Eng. Washington Mugambi

Mobile No. 0722730803

E-Mail Address: This email address is being protected from spambots. You need JavaScript enabled to view it.

29)  

Kirinyaga

Kenya Rural Roads Authority,

Kirinyaga Regional Office

P.O. Box 390-10300, KERUGOYA.

Eng. Joseph Murage

Mobile No. 0722802088

E-Mail Address: This email address is being protected from spambots. You need JavaScript enabled to view it.

30)  

Nandi

Kenya Rural Roads Authority,

Nandi Regional Office

P.O. Box 87-30300. KAPSABET.

Eng. Januaries Kimilu

Mobile No. 0722428945

E-Mail Address: This email address is being protected from spambots. You need JavaScript enabled to view it.

31)  

Marsabit

Kenya Rural Roads Authority,

Marsabit Regional Office

P.O. Box 365-50500, Marsabit

Eng. Dominic Kundu

Mobile No. 0723658485

E-Mail Address: This email address is being protected from spambots. You need JavaScript enabled to view it.

32)  

Kitui

Kenya Rural Roads Authority,

Kitui Regional Office

P.O. Box, KITUI

Seif Mwanzia Ngui

Mobile No. 0712953899

Eng. E-Mail Address: This email address is being protected from spambots. You need JavaScript enabled to view it.

33)  

Homa Bay

Kenya Rural Roads Authority,

Kitui Regional Office

P.O. Box, Homa Bay

Eng. Ogogo

Mobile No. 0712953899

Eng. E-Mail Address: This email address is being protected from spambots. You need JavaScript enabled to view it.

  1. Completed tender documents should be enclosed in plain sealed envelopes, clearly marked with the Tender Name, Tender Number and deposited in the Tender Boxes at the offices of respective Regional Directors on or before 24th October at 11:00 A.M.
  1. Opening of the bids will take place immediately thereafter in the presence of the tenderers or their representatives who choose to attend.
  1. Bids not received at the submission venue by the closing date and time will not be accepted for opening and will be rejected and returned unopened.
  1. To enhance equity, bidders will only be Awarded a Maximum of Two (2) Tenders, under this Tender Notice and the most advantageous to the employer.
  1. Director (s) bidding under different companies for the same tender will be disqualified.
  1. Errors in the pricing of the Bills of Quantities will not be corrected. Bidders with such errors will be disqualified.

  1. Clarity on Serialization of Tender Documents

All pages of the tender documents submitted by bidders shall be sequentially serialized including the cover page.

All interested bidders are required to continually check the Kenya Rural Roads Authority website: www.kerra.go.ke  for any tender addendums or clarifications that may arise before submission date.

 

 

The Director General,

Kenya Rural Roads Authority,

Barabara Plaza Block B, Mazao road, Opposite KCAA building

P.O. Box 48151 – 00100,

NAIROBI, KENYA

Email Adresses : This email address is being protected from spambots. You need JavaScript enabled to view it., This email address is being protected from spambots. You need JavaScript enabled to view it.

Tel: +254 (020) 780600/01-05, Mobile: 0711851103

 

 

 

DIRECTOR GENERAL

KENYA RURAL ROADS AUTHORITY

IMPROVEMENT TO BITUMEN STANDARD OF COMMUNITY ROAD SYOKIMAU.

   

  KENYA RURAL ROADS AUTHORITY

                                                          Opening up Rural Kenya                          

TENDER NOTICE

IMPROVEMENT TO BITUMEN STANDARD OF COMMUNITY ROAD SYOKIMAU.

 

The Kenya Rural Roads Authority (KeRRA) is a State corporation established under the Kenya Roads Act of 2007, with the responsibility for management, development, rehabilitation and maintenance of rural roads.

The Authority hereby invites Bids from eligible construction companies for improvement to Bitumen Standard of Community Road Syokimau on behalf of the Government of Kenya funded through the development budget. The details are as indicated here below;

Item

Name of Road

County

NCA Class

Download

Eligibility

1.

Community Road Syokimau

Nairobi

NCA 4 - NCA 5

Tender

Tender Notice

ADDENDUM NO 1

Citizen Contractors

Pre-tender Site visit shall be OPEN but MANDATORY and bidders can make arrangements with the KeRRA Regional Office, Nairobi to visit the site.

Bidders are requested to download the revised Bid Document from the IFMIS supplier portal; supplier.treasury.go.ke or/and our website www.kerra.go.ke free of charge.

Also note that the tender closing date has been changed as follows;

Item

Name of Road

Initial Tender Closing Date

New Tender Closing Date

1.

Community Road Syokimau

27th April, 2018

4th May, 2018

All other information on the tender remains the same.

PROCUREMENT MANAGER

FOR: DIRECTOR GENERAL

KENYA RURAL ROADS AUTHORITY  

M(S-E)                                                                                                                                                   GM (D&C)

INSTALLATION, MAINTENANCE OF WAN & PROVISION OF INTERNET SERVICE IN KeRRA HEAD OFFICE & 47 REGIONS - FEB 2020

 ADDENDUM NO.1 - Please download here!

 

TENDER NOTICE - Download here!

INSTALLATION, MAINTENANCE OF WIDE AREA NETWORK (WAN) & PROVISION OF INTERNET SERVICE IN KeRRA HEAD OFFICE AND 47 REGIONAL OFFICES

TENDER No. KeRRA/011/38/34/2019-2020 -  Download Document here!

The Kenya Rural Roads Authority (KeRRA) is a State corporation established under the Kenya Roads Act of 2007, with the responsibility for management, development, rehabilitation and maintenance of rural roads.

The Authority hereby invites Bids from eligible firms/companies for the Maintenance of Wide Area Network (WAN) & Provision of Internet Service in KeRRA Head Office and 47 Regional Offices.

 

Interested Bidders may obtain further information from and inspect the tender documents at Kenya Rural Roads Authority, Supply Chain Management Office, situated at the Block ‘B’ Ground Floor, South Wing, Barabara Plaza, off Mombasa Road, Opposite KCAA along Airport South Road, JKIA, Nairobi, during normal working hours.

There will be a Mandatory Pre-tender site visit is scheduled on 20th February, 2020 at 10.00A.M. at the Kenya Rural Roads Authority Information Communications Technology (ICT) Department, located at 2nd Floor South Wing, Headquarters Barabara Plaza Block ‘B’, Off  Mombasa Road, Opposite KCAA along Airport South Road, JKIA, Nairobi. However, all tenderers should make their own arrangements to visit at least Five (05) KeRRA Regional Offices at their own convenient time during normal working hours before the close of the tenders.  Bidders MUST ensure that Site Visit forms are duly filled and signed by the appointed KeRRA official.

A complete tender document, Long Advert and Detailed information on the tenders will be available for downloading FREE of CHARGE on the Authority’s Website www.kerra.go.ke, with effect from 17th February, 2020.

Completed serialized bid documents are to be enclosed in plain sealed envelopes, marked with the tender number and name and be deposited in the Tender Box at Kenya Rural Roads Authority Headquarters, Block ‘B’ Ground  Floor West Wing, Barabara Plaza, located off Mombasa Road, Opposite KCAA along Airport South Road, JKIA, Nairobi.  So as to be received on or before Wednesday 11th March, 2020 at 11.00AM or be addressed:

 

The Director General,

Kenya Rural Roads Authority,

Barabara Plaza, Block ‘B’ Off Mombasa Road,

Opposite KCAA along Airport South Road, JKIA, Nairobi.

P.O Box 48151-00100, Nairobi Kenya.

 

Tenders will be opened immediately thereafter in the presence of the bidders representatives who choose to attend at the Boardroom, Kenya Rural Roads Authority Headquarters, Block ‘B’ Ground  Floor West Wing, located at Barabara Plaza, off Mombasa Road, Opposite KCAA along Airport South Road, JKIA, Nairobi. 

Bids not received at the submission venue by the closing time will not be accepted for opening and will be rejected and returned unopened.

Deputy Director - Supply Chain Management

FOR: DIRECTOR GENERAL

INVITATION FOR REGISTRATION OF CONTRACTORS, SUPPLIERS AND CONSULTANTS FOR GOODS, WORKS AND SERVICES FOR THE PERIOD STARTING JULY, 2019 AND ENDING JUNE, 2021

 

TENDER NO. KeRRA/011/34/Vol 1(1)

INVITATION FOR REGISTRATION OF CONTRACTORS, SUPPLIERS AND CONSULTANTS FOR GOODS, WORKS AND SERVICES FOR THE PERIOD STARTING JULY, 2019 AND ENDING JUNE, 2021

The Authority hereby invites eligible contractors, suppliers and consultants of goods, works and services to apply for registration for the period starting July, 2019 and ending June, 2021.

Registration documents for various categories of goods, works and services can be downloaded and printed free of charge from the KeRRA website: www.kerra.go.ke and / or IFMIS portal www. Supplier.treasury.go.ke. A schedule of all our Regional Offices and their Locations are available on our website and KeRRA Head office located at Blue Shield Towers, off Hospital Road, Upper Hill Nairobi.

Completed applications documents shall be submitted in plain sealed envelope clearly marked Category and the region and deposited in the Tender Box of the respective regional Offices or at KeRRA headquarters Tender Box located at 6th floor, Blue Shield Towers Upper Hill.

All applications MUST be submitted not later than Thursday ,20th June, 2019 at 10:00 Am.

The applications will be opened thereafter at the Respective offices in the presence of tenderers or their representatives who wish to attend.

 

CATEGORY DOCUMENT TENDER NOTICE
CONTRACTORS DOWNLOAD DOWNLOAD
SUPPLIERS DOWNLOAD DOWNLOAD

 

Deputy Director - Supply Chain Management

FOR.DIRECTOR GENERAL

INVITATION FOR REGISTRATION OF CONTRACTORS/ SUPPLIERS FOR ROAD MAINTENANCE WORKS FOR THE PERIOD STARTING JULY, 2023 AND ENDING JUNE 2025. (2)

INVITATION FOR REGISTRATION OF CONTRACTORS/ SUPPLIERS FOR ROAD MAINTENANCE WORKS FOR THE PERIOD STARTING JULY, 2023 AND ENDING JUNE 2025.

 DOWNLOAD REGISTRATION DOCUMENT

INVITATION NO. KeRRA/08/39/27/ 2022 - 2023

 

  1. The Kenya Rural Roads Authority intends to register contractors/Suppliers in various categories for Road Maintenance Works for the Period Starting July, 2023 and Ending June 2025.
  2. It is expected that the Invitation for registration will be made in The Financial Period Starting July, 2023 and Ending June, 2025. Tendering will be conducted through National procedures using a standardized tender document and will be open to all applicants who register.
  3. Qualified and interested applicants may obtain further information and inspect a complete set of the Registration Documents in English from the Authority’s website kerra.go.ke, click e-services drop-down menu and select-e-procurement portal or use the https://eprocurement.kerra.go.ke/ URL, effect from 26th June 2023.
  4. Bidders should download a complete set of the Registration Document from the portal, fill as appropriate, sign, stamp, scan the document into PDF format and upload to the Authorities e-procurement portal. All other required documents should be uploaded as well on the portal.
  5. Registration Documents will be opened immediately after the deadline date and time specified above or any deadline date and time specified later. The Registration Documents will be publicly opened through the portal in the presence of the Tenderers' designated representatives who choose to attend physically at the various regional offices or virtually through the links provided in the KeRRA website Tender Page.
  6. Qualified and Interested Applicants will be registered under the following categories:

KeRRA/W/1: Paved Road Works (Regions only)

KeRRA/W/2: Bridge Works (Regions only)

KeRRA/W/3: Grading and Gravelling Works (Equipment Based) (Regions only)

KeRRA/W/4: Labour Based Construction (Regions only)

KeRRA/W/5: Labour Based Routine Maintenance (Regions only)

KeRRA/W/6: Supply and Delivery of Road Construction and Other Material (Regions only)

KeRRA/W/7: Hire of Road Construction Equipment and Services (Regions only)

KeRRA/W/8: Road Marking (For Headquarters only)

KeRRA/W/9: Performance Based Road Maintenance (Regions only)

  1. Applicants Must provide the following: -
  1. Duly Filled, Signed and Stamped Registration Document uploaded on the portal in PDF.
  2. Copy of Certificate of Incorporation/Registration.
  3. Current Certified CR12 Certificate (dated within 6 Months before date of opening) from the Registrar of Companies. This should be provided with Identification Documents of Directors, Shareholders and all individuals listed on the CR12. (ID or Passport).
  4. Copy of Valid Certificate of Registration with the National Construction Authority. For Category A – Paved Road Works, Category B – Bridge Works and Category H – Road Marking, bidders must have NCA registration Class NCA 7 and above.

For Category C - Grading and Gravelling Works (Equipment Based), Category D - Labor Based Construction, Category E - Labour Based Routine Maintenance, Category F - Supply and Delivery of Road Construction and Other Material and Category J - Performance Based Road Maintenance, bidders must have NCA registration NCA 8 and above.

  1. Copy of Valid Practicing License from NCA
  2. Valid Tax Compliance Certificate (Will be verified in the KRA TCC Checker).
  3. Duly filled and Signed Confidential Business Questionnaire
  4. Proof of having a Bank Account
  5. A copy of Valid Current Trade License/ Single Business Permit from local authorities

Other Requirements:

  • Physical Registered office address, Mobile Number and Email address.
  • Company Profile.
  • Certificate from relevant professional body (Where applicable)
  • AGPO Certificate (For Information)
  • Serialization of all the pages (this should be sequential in the format of 1,2,3,4,5…….) from the first page to the last page. This includes the Registration Document plus accompanying Attachments.
  1. Applications for Registration should be submitted electronically by following the link at the Authority’s website kerra.go.ke, click e-services drop-down menu and select-e-procurement portal or use the https://eprocurement.kerra.go.ke/ URL, on and not later than 19th July 2023 at 11.00am.
  2. Registration shall be done per Category, Per Region - Per Constituency. Applicants should therefore indicate the Regions/County and Constituencies that fall under that Region/County they intend to be Registered under through the portal when making their application.
  3. Interested applicants with queries may send an email to This email address is being protected from spambots. You need JavaScript enabled to view it. or send their queries through the address indicated below;

The Director General,

Kenya Rural Roads Authority,

Block ‘B’, Third Floor, South Wing, Barabara Plaza, off Mombasa Road,

Opposite KCAA along Airport South Road, JKIA, Nairobi.

P.O Box 48151-00100, Nairobi, Kenya

Deputy Director (Supply Chain Management)

FOR: DIRECTOR GENERAL

KENYA RURAL ROADS AUTHORITY

INVITATION OF BIDS FOR ROAD DRAINAGE STRUCTURES AND ROUTINE MAINTAINANCE WORKS IN HOMA BAY REGION

KENYA RURAL ROADS AUTHORITY

Telephone: +254 769 736 399

REGIONAL OFFICE

Email:         This email address is being protected from spambots. You need JavaScript enabled to view it.

HOMABAY REGION

 

P.O BOX 550 - 40300

 

HOMA BAY

 

Ref No.: KeRRA/HB/RD4/TN/2024/(08)

Date: 23rd July, 2024

                                                                                  

TENDER NOTICE

INVITATION OF BIDS FOR ROAD DRAINAGE STRUCTURES AND ROUTINE MAINTAINANCE WORKS

The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act 2007 with a mandate to manage, develop, and maintain the rural road network in the country.

Homabay Region hereby invites bids from Registered Contractors in the Region and others within the special category (YWPLD) for Road Drainage Structures and Routine Maintenance Works for the following tenders.

S/No.

Tender Reference Number

Name of Road

Reservation/Target Group

NCA Category

1

KeRRA/HB/08/39/099/23-24

Kipingi -Miriu

For Contractors registered in the Region

NCA 8 and above

2

KeRRA/HB/08/39/100/23-24

Loo Rateng -JN E1020-Ndori

Reserved for YOUTH

NCA 8 and above

3

KeRRA/HB//08/39/101/23-24

Kanyadhiang - Gendia Hospital Road

For Contractors registered in the Region

NCA 8 and above

4

KeRRA/HB/08/39/102/23-24

Mango -Twist –Achuth Road

Reserved for WOMEN

NCA 8 and above

5

KeRRA/HB/08/39/103/23-24

Nyagwete-Maingu Beach

For Contractors registered in the Region

NCA 8 and above

6

KeRRA/HB/08/39/104/23-24

Adiedo -Twist-Border Road

Reserved for PLD

NCA 8 and above

7

KeRRA/HB/08/39/105/23-24

Border –Pala Road

For Contractors registered in the Region

NCA 8 and above

8

KeRRA/HB/08/39/106/23-24

Njeri -Oriwo-Border

For Contractors registered in the Region

NCA 8 and above

9

KeRRA/HB/08/39/107/23-24

Simbi-Kanyadhiang-Kosele Road

Reserved for YOUTH

NCA 8 and above

10

KeRRA/HB/08/39/108/23-24

Kobala –Chuoe Road

For Contractors registered in the Region

NCA 8 and above

11

KeRRA/HB/08/39/109/23-24

Nyakwere -Limara

Reserved for WOMEN

NCA 8 and above

12

KeRRA/HB/08/39/110/23-24

Dol Kodera –Matieko Road

For Contractors registered in the Region

NCA 8 and above

13

KeRRA/HB/08/39/111/23-24

Rangwe –Ndiru Road

For Contractors registered in the Region

NCA 8 and above

14

KeRRA/HB/08/39/112/23-24

Nyagidha Magare –Lala  Road

For Contractors registered in the Region

NCA 8 and above

15

KeRRA/HB/08/39/113/23-24

Rodi -Ndori –Orego Road

For Contractors registered in the Region

NCA 8 and above

16

KeRRA/HB/08/39/114/23-24

Kalamindi -Wachara

For Contractors registered in the Region

NCA 8 and above

17

KeRRA/HB/08/39/115/23-24

Ogada -Pap Kamenya

For Contractors registered in the Region

NCA 8 and above

18

KeRRA/HB/08/39/116/23-24

Miranga –Dago Primary Sch

For Contractors registered in the Region

NCA 8 and above

19

KeRRA/HB/08/39/117/23-24

Kipasi Jn -Ocheng Odero Pri - Aringo Primary

Reserved for WOMEN

NCA 8 and above

20

KeRRA/HB/08/39/118/23-24

Sena -Wakinga –Ugina Road

For Contractors registered in the Region

NCA 8 and above

21

KeRRA/HB/08/39/119/23-24

Uozi -Mulundu

Reserved for PLD

NCA 8 and above

22

KeRRA/HB/08/39/120/23-24

Ngodhe -Usao –Uwi Road

For Contractors registered in the Region

NCA 8 and above

23

KeRRA/HB/08/39/121/23-24

God Ariyo - Ngodhe-Uwii

For Contractors registered in the Region

NCA 8 and above

24

KeRRA/HB/08/39/122/23-24

Wasaria - Utajo -Ulugi

Reserved for YOUTH

NCA 8 and above

25

KeRRA/HB/08/39/123/23-24

Otati -Angolo -Muok

Reserved For WOMEN

NCA 8 and above

26

KeRRA/HB/08/39/124/23-24

Tonga -Kisaku -Ligongo Chief Camp Road

For Contractors registered in the Region

NCA 8 and above

27

KeRRA/HB/08/39/125/23-24

Gendo Box Culvert

For Contractors registered in the Region

NCA 8 and above

28

KeRRA/HB/08/39/126/23-24

Nyawacha- Olando- Ring Road

Reserved for YOUTH

NCA 8 and above

29

KeRRA/HB/08/39/127/23-24

Nyaburu -Kokorwa-Nyasoti-Kinchochororio

For Contractors registered in the Region

NCA 8 and above

30

KeRRA/HB/08/39/128/23-24

Ongayo -Manyala

Reserved for PLD

NCA 8 and above

31

KeRRA/HB/08/39/129/23-24

Dol-Mosocho

Reserved for PLD

NCA 8 and above

32

KeRRA/HB/08/39/130/23-24

Ramula-Sondu

Reserved for YOUTH

NCA 8 and above

33

KeRRA/HB/08/39/131/23-24

Wepesi-Kamunyonge

Reserved For WOMEN

NCA 8 and above

34

KeRRA/HB/08/39/132/23-24

Kadongo-Osuri-Kibwon

Reserved for PLD

NCA 8 and above

35

KeRRA/HB/08/39/133/23-24

Kakeno-Daraja Mbili

For Contractors registered in the Region

NCA 8 and above

36

KeRRA/HB/08/39/134/23-24

Arum-Abururu-Tar-Nyamasai

For Contractors registered in the Region

NCA 8 and above

37

KeRRA/HB/08/39/135/23-24

JN A1 Ringa-Tala Dispensary

Reserved for WOMEN

NCA 8 and above

38

KeRRA/HB/08/39/136/23-24

Adiedo Health Centre-Kadel

Reserved for WOMEN

NCA 8 and above

39

KeRRA/HB/08/39/137/23-24

Nyasanja-Doho

Reserved for YOUTH

NCA 8 and above

40

KeRRA/HB/08/39/138/23-24

Seka-Kagwa-Adipo

Reserved for WOMEN

NCA 8 and above

41

KeRRA/HB/08/39/139/23-24

Ruga-Ruga Full Gospel-Wiamen

For Contractors registered in the Region

NCA 8 and above

42

KeRRA/HB/08/39/140/23-24

Miranga-Gaena

For Contractors registered in the Region

NCA 8 and above

43

KeRRA/HB/08/39/141/23-24

Kuja Kokeno-Rapedhi

Reserved for WOMEN

NCA 8 and above

44

KeRRA/HB/08/39/142/23-24

Kodumba-Sigama

For Contractors registered in the Region

NCA 8 and above

45

KeRRA/HB/08/39/143/23-24

Mirogi-Kodumba

Reserved for WOMEN

NCA 8 and above

46

KeRRA/HB/08/39/144/23-24

Oseno-Nyaroya

Reserved for PLD

NCA 8 and above

47

KeRRA/HB/08/39/145/23-24

Lwanda-Kanyakiamo

For Contractors registered in the Region

NCA 8 and above

48

KeRRA/HB/08/39/146/23-24

Sindo-Manyala

For Contractors registered in the Region

NCA 8 and above

49

KeRRA/HB/08/39/147/23-24

Karabok JN – St.Vincent

For Contractors registered in the Region

NCA 8 and above

50

KeRRA/HB/08/39/148/23-24

Kadongo –Kilusi Kibwao

For Contractors registered in the Region

NCA 8 and above

51

KeRRA/HB/08/39/149/23-24

Mikai - Nyatere

For Contractors registered in the Region

NCA 8 and above

52

KeRRA/HB/08/39/150/23-24

Wanga –Dango Oneno –Nam -Maryland

For Contractors registered in the Region

NCA 8 and above

53

KeRRA/HB/08/39/151/23-24

Leeds –Sinongo -Randung

For Contractors registered in the Region

NCA 8 and above

54

KeRRA/HB/08/39/152/23-24

Oneno Omoche

Reserved For PLD

NCA 8 and above

55

KeRRA/HB/08/39/153/23-24

Ngere -Oturbum

For Contractors registered in the Region

NCA 8 and above

56

KeRRA/HB/08/39/154/23-24

Ongeng -Kobodo

Reserved for WOMEN

NCA 8 and above

57

KeRRA/HB/08/39/155/23-24

JN ICIPE MKT-Mbita Central SDA-Kaminahenyo

For Contractors registered in the Region

NCA 8 and above

58

KeRRA/HB/08/39/156/23-24

Kiwani Beach –Rinya Primary School

Reserved for WOMEN

NCA 8 and above

59

KeRRA/HB/08/39/157/23-24

Off Kiabuya –Kandiege -Orongo

For Contractors registered in the Region

NCA 8 and above

60

KeRRA/HB/08/39/158/23-24

Nyabera Victor Musogo- Sawinji

For Contractors registered in the Region

NCA 8 and above

61

KeRRA/HB/08/39/159/23-24

Kisuri - Owade

For Contractors registered in the Region

NCA 8 and above

62

KeRRA/HB/08/39/160/23-24

Ooga –Dago Market

For Contractors registered in the Region

NCA 8 and above

63

KeRRA/HB/08/39/161/23-24

Kandiege- Border

For Contractors registered in the Region

NCA 8 and above

64

KeRRA/HB/08/39/162/23-24

JN C18 Nyandiwa -Randung

For Contractors registered in the Region

NCA 8 and above

65

KeRRA/HB/08/39/163/23-24

Ndori Box Culvert Protection Works

For Contractors registered in the Region

NCA 8 and above

66

KeRRA/HB/08/39/164/23-24

Kotieno - Mirogi

For Contractors registered in the Region

NCA 8 and above

67

KeRRA/HB/08/39/165/23-24

Oseno - Genge

For Contractors registered in the Region

NCA 8 and above

68

KeRRA/HB/08/39/166/23-24

Sindo -Omuthama

Reserved for YOUTH

NCA 8 and above

69

KeRRA/HB/08/39/167/23-24

Disii-Yogo

Reserved for WOMEN

NCA 8 and above

70

KeRRA/HB/08/39/168/23-24

Border-Oriwo

Reserved for PLD

NCA 8 and above

71

KeRRA/HB/08/39/169/23-24

Angiya Dispensary-Waturi

For Contractors registered in the Region

NCA 8 and above

72

KeRRA/HB/08/39/170/23-24

Ondow-Ang’iya-Nyamasare-Ogono JN

Reserved for YOUTH

NCA 8 and above

INSTRUCTIONS TO BIDDERS

Bidders MUST meet the following requirements alongside other qualification requirements contained in the tender documents. 

  1. The scope of works for the respective roads are as stipulated in the Tender Documents.
  2. Bidders participating under tenders that are reserved for Youth, Women or Persons with Disability (PLD) need not to be registered in the region and their qualification criteria is outlined in the Bid document.
  3. Bidders participating under Youth, Women or Persons Living Disability must attach copies of registration certificates issued by National Treasury.
  4. All MANDATORY documents must be attached.
  5. To enhance equity, bidders will only be awarded a maximum of two tenders either as a Director or as a Company under this Tender Notice.
  6. Regarding Pre-Tender Site Visits, Bidders are requested to make their own arrangement and familiarise themselves with the sites before tendering, and thereafter sign pretender site visit register and collect pre-tender site visit certificates which MUST be signed and stamped by the Regional Director on or before 31st July, 2024.
  7. For purposes of signing the pretender site visit register and collecting pre-tender site visit certificates, the Bidders' representative must have an official introduction letter from the Bidder.
  8. Bidders MUST provide 1 (One) Original document and 1 (One) copy.
  9. Bidders are advised to continually check KeRRA website kerra.go.ke/tenders for tender addendum and/or clarification that may arise before the submission date.


NOTES

  1. All attachments MUST be certified by a Commissioner for Oaths.         
  2. The cost estimates of the proposed works have been provided in the respective tender documents.
  3. Tender documents shall be obtained from KeRRA website www.kerra.go.ke.

Completed Tender Documents, duly sealed in Wax Sealed Plain Envelopes, marked with Tender Reference Number and Road Name, should be marked to the address below and deposited in the Tender Box located within the Kenya Rural Roads Authority, Homabay Regional Offices situated along Junction Homabay Central SDA Church Road,  so as to be received on or before 7th August 2024 at 11:00 am.

 

Regional Director

Kenya Rural Roads Authority,

P.O. Box 550-40300,

HOMABAY 

 

Tenders will be opened immediately thereafter in the presence of Bidders or Bidders’ Representatives who may wish to attend. Bidders may request for any information through the Regional Office.

Bidders are advised that canvassing by tenderers will lead to automatic disqualification.

Eng. Ogogo C.T

REGIONAL DIRECTOR

HOMABAY REGION

INVITATION TO TENDER PROPOSAL FOR THE PROVISION OF MOTOR VEHICLE INSURANCE FOR KeRRA VEHICLES

INVITATION TO TENDER

 

PROPOSAL FOR THE PROVISION OF MOTOR VEHICLE INSURANCE FOR KeRRA VEHICLES

 

TENDER No. KeRRA/08/38/07/2020/2021

 

The Kenya Rural Roads Authority invites sealed tenders for the provision of Insurance Services for (Motor Vehicles, for both Headquarters and Regional Motor Vehicles for a period of Two (2) Years).

Download Tender Notice Here

Download Tender Document Here

QUALIFICATION FOR TENDERING

 

The following must be submitted with the Tender:-

  • Certified Copy of Certificate of Incorporation / Registration
  • Proof of Principal Place of Business (Lease agreement or rental agreement/ ownership title for premises/water bill, electricity bill indicating business permanent premises).
  • Certified Certificate from Commissioner of Insurance for the current year (2021).
  • Certified Certificate of Registration as a member of AIB/AKI for the current year (2021).
  • Must have a Bank guarantee of at least 5 Million deposited with the Commissioner of Insurance and a Copy be submitted. (Provide certified copy or confirmatory letter from Commissioner of Insurance).
  • Current (dated within 12 Months before date of opening) Certified CR12 Certificate from the Registrar of Companies. This should be provided with Identification Documents of Directors. (ID or Passport). For Corporate Directors identification documents for the corporate Director and it’s directors MUST be provided.
  • Copy of PIN Certificate
  • Copy of Valid Tax Compliance Certificate (Will be confirmed through TCC checker with KRA)
  • Certified Copy of Valid Single Business Permit related to this line of Business) from County Governments.
  • Audited accounts for the last three (3) financial years (2020, 2019 and 2018).
  • Tender validity period of Two Hundred Ten (210) days from the tender opening date.
  • Provide a Tender Security of 500,000.00 in the required format. The tender guarantee (security) will remain in force up to and including Two Hundred Ten (210) days after the date of bid submission.
  • Must provide proof that the underwriter has paid up capital of at least 300 Million.
  • Must provide proof that the underwriter has Annual Gross Premium of at least 200 Million. (Provide copies of award letters and contracts.)
  • Duly filled Confidential Business Questionnaire.
  • Provide a Written power of attorney.
  • Bidders should have their documents paginated (serialized) to ensure compliance with section 74 (1) (i) of the Public Procurement and Asset Disposal Act, 2015. This should be in the format 1,2,3,4,5 ……. up to Last Page).
  • All forms provided in the tender document must be properly and dully filled with the relevant information as required.
  • Qualified and interested tenderers may obtain further information and inspect the Tender Documents during office hours 0800 to 1500 hours at the address given Tender documents may be viewed and/or downloaded from the website www.kerra.go.ke. free of charge.

Kenya Rural Roads Authority,

Barabara Plaza Block B,

Mazao road, Opposite KCAA building,

  1. O. Box 48151 – 00100, NAIROBI.

 

  • Tender documents may be viewed and downloaded for free from the website kerra.go.ke. Tenderers who download the tender document must forward their particulars immediately to (This email address is being protected from spambots. You need JavaScript enabled to view it.; This email address is being protected from spambots. You need JavaScript enabled to view it.; This email address is being protected from spambots. You need JavaScript enabled to view it.) to facilitate any further clarification or addendum.
  • All Tenders must be accompanied by a “tender Security” of 500,000.00 [Kenya Shillings Five Hundred Thousand Only.]
  • The Tenderer shall chronologically serialize all pages of the tender documents submitted.
  • Completed tenders must be delivered to the address below on or before Wednesday 31st May, 2021 at 11.00AM. Electronic Tenders will not be permitted.

The Director General,

Kenya Rural Roads Authority,

Block ‘B’ Ground Floor South Wing,

 Barabara Plaza, off Mombasa Road,

Opposite KCAA along Airport South Road, JKIA, Nairobi.

P.O Box 48151-00100, Nairobi, Kenya.

1.9 Tenders will be opened immediately after the deadline date and time specified above or any deadline date and time specified later. Tenders will be publicly opened in the presence of the Tenderers' designated representatives who choose to attend at the address below.

  • Late tenders will be rejected.
  • The addresses referred to above are:

10.12    Address for obtaining further information

The Director General,

Kenya Rural Roads Authority,

Block ‘B’, Third Floor, South Wing, Barabara Plaza, off Mombasa Road,

Opposite KCAA along Airport South Road, JKIA, Nairobi.

P.O Box 48151-00100, Nairobi, Kenya.

10.13    Address for Submission of Tenders.

The Director General,

Kenya Rural Roads Authority,

Block ‘B’, Ground Floor, South Wing, Barabara Plaza, off Mombasa Road,

Opposite KCAA along Airport South Road, JKIA, Nairobi.

P.O Box 48151-00100, Nairobi, Kenya.

 [Authorized Official]

Director General

KENYA RURAL ROADS AUTHORITY

Deputy Director Supply Chain Management

INVITATION TO TENDERS UNDER 22%RMLF SAVINGS AND 10%RMLF ALLOCATIONS FOR THE FY 2023/2024 IN KITUI REGION

KENYA RURAL ROADS AUTHORITY

                                 KITUI REGION

TENDER NOTICE

 

DATE: 21ST FEBRUARY 2024

 

INVITATION TO TENDERS UNDER 22%RMLF SAVINGS AND 10%RMLF ALLOCATIONS FOR THE FY 2023/2024 IN KITUI REGION

 

Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007 with a responsibility for Management, development, rehabilitation and maintenance of Rural Roads.

Kenya Rural Roads Authority (Kitui Region) wishes to invite sealed tenders from Eligible Registered Contractors in Kitui Region the below road works. It’s an open tender to Registered Contractors in Categories KERRA/W/2 or KERRA/W/3 in the Financial Year 2023/2025 and Special Group (Women, Youths and PWD).

DOWNLOAD ADVERT HERE

CONSTITUENCY

 CONTRACT NO.

ROAD NAME

BUDGET PROVISION

CATEGORY

SITE VISIT DATE

MWINGI CENTRAL

KeRRA/KTI/008/039/138/10%/MC/2023-2024

C416, Yoonye-Nyaani-Mwambiu-Nuu-Mwalili

              1,655,320.00

 

WOMEN

28/2/2024

KeRRA/KTI/008/039/139/10%/MC/2023-2024

C417, Nguni-Masavi-Mwasuma-Mwania

              1,655,320.00

 

WOMEN

28/2/2024

KeRRA/KTI/008/039/140/10%/MC/2023-2024

C425, Kanzui-Lundi-Miambani-Yoonye

              1,655,320.00

YOUTH

28/2/2024

KeRRA/KTI/008/039/141/10%/MC/2023-2024

C425, River Enziu Kathonzweni - Munyuni

              1,655,320.00

 

YOUTH

28/2/2024

KeRRA/KTI/008/039/142/10%/MC/2023-2024

D1246, Kalitini - Lundi

              1,655,320.00

 

PWD

28/2/2024

KeRRA/KTI/008/039/143/10%/MC/2023-2024

D1246, Kaunguni - Kalitini

              1,644,184.00

 

PWD

28/2/2024

KeRRA/KTI/008/039/144/10%/MC/2023-2024

D1246, Kisolelo - Karunga

              1,655,320.00

 

KERRA/W/2 or W/3

28/2/2024

KeRRA/KTI/008/039/145/10%/MC/2023-2024

D1246, Kwa Nyota - Mui

              1,307,320.00

 

KERRA/W/2 or W/3

28/2/2024

KeRRA/KTI/008/039/146/10%/MC/2023-2024

D1246, Mutwangombe-Thitha-Karunga-Isekele-Kanzui

              1,655,320.00

 

KERRA/W/2 or W/3

28/2/2024

KeRRA/KTI/008/039/147/10%/MC/2023-2024

D1246, Mwingi-Muthainga -Koliani-Kwa Ngoka - Ngalilii

              1,314,976.00

 

KERRA/W/2 or W/3

28/2/2024

KeRRA/KTI/008/039/148/10%/MC/2023-2024

D1246, Waita-Kyulungwa-Malioni-Kivui-Mutwangombe

              1,655,320.00

 

KERRA/W/2 or W/3

28/2/2024

KeRRA/KTI/008/039/149/10%/MC/2023-2024

F4052, Kalitini-Kavoko-Kalesi-Kimongo

              1,421,000.00

 

KERRA/W/2 or W/3

28/2/2024

KeRRA/KTI/008/039/150/10%/MC/2023-2024

C416, Ndovoini-Ndolongwe-Kathanze-Tuvaani-Kyumbe

              1,307,320.00

 

KERRA/W/2 or W/3

28/2/2024

MWINGI NORTH

KeRRA/KTI/008/039/195/22%/S/2022-2023

F4041, Kamuwongo - Itiva Nzou - Gai

               2,590,106.00

 

PWD

28/2/2024

MWINGI WEST

KeRRA/KTI/008/039/196/22%/S/2022-2023

E4097, Kwa Mulandi - Kiatineni

              2,157,192.43

 

PWD

28/2/2024

KeRRA/KTI/008/039/137/Aid/MW/2023-2024

C422, Nzeluni - Mumbuni - Mwanzilu

              4,999,999.04

KERRA/W/2 or W/3

28/2/2024

KITUI SOUTH

KeRRA/KTI/008/039/203/22%/S/2022-2023

C418, Kasaala - Kaluluini

              2,265,868.60

WOMEN

28/2/2024

KITUI WEST

KeRRA/KTI/008/039/198/22%/S/2022-2023

C427, Matinyani - Katheuni

              2,137,300.00

 

YOUTH

28/2/2024

KITUI EAST

KeRRA/KTI/008/039/201/22%/S/2022-2023

C420, Nzangathi - Ngomango primary

              5,313,670.00

 

KERRA/W/2 or W/3

28/2/2024

 

 

 

 

 

 

 

 

INSTRUCTION TO TENDERERS

 

Qualifications for those bidding

 

Must be registered in the Categories indicated at the tender notice respective Constituency in Kitui Region in the Financial Year 2023/2025 and Special Group (Women, Youths and PWD).

  1. Certified Certificate of Incorporation
  2. Certified Copy of a recent 6 months CR12
  3. Valid / Up to date National Construction Authority Certificate (NCA 8 to NCA 3) under road works contractor
  4. Valid / Up to date National Construction Authority practicing licence as a road works contractor
  5. Valid VAT / PIN registration Certificate
  6. Valid Tax Compliance Certificate
  7. Pre – tender site visit is mandatory as scheduled above. For pre bid site visits the bidders will have to visit site with KeRRA representative and be issued with signed pretender site visit certificate. Bidders interested in Kitui East, Kitui South, Kitui Central, Kitui Rural and Kitui west to converge at KeRRA Kitui Office in Kitui Town at 10.00a.m and those interested in Mwingi North, Mwingi Central and Mwingi West to converge at KeRRA Mwingi Office in Mwingi town and leave for site at 10:00am
  8. Litigation history as a sworn affidavit within the last 3 months from date of tender opening/closing.
  9. Duly filled and stamped form of bid with 150 days tender validity from tender closing date
  10. Duly filled Bid document including Tender questionnaire, confidential business questionnaire, written power of attorney and Bills of Quantities-must be stamped and signed.
  11. Serialized document in all pages
  12. Experience in Similar Works with at least one (1) contracts amounting to Kshs 2,000,000.00 being fully or substantially completed in the last three years, attach completion certificate as proof of completion not required in works reserved for special group.
  13. Equipment holding of at least two different core plant /Machinery necessary to undertake the project (if owned attach evidence) if not owned attach valid one year lease agreement from mechanical & Transport Division –MTD
  14. Current Three (3) previous years Audited accounts not required in works reserved for special group.
  15. History of non-performing contracts in the last 2 years in Kitui region (due diligence will be done)
  16. CVs and Certificates of technical staff, minimum of Diploma in Civil Engineering
  17. Copies of National Identity cards of all directors of the company
  18. Current three months bank statement in the company name or Confirmation Letter from Bank.

A bidder will ONLY be considered for NOT more the TWO contract in the Region and they are also encouraged to quote reasonable rates of owing to long distances of getting materials to site.

 

Interested registered and eligible bidders may download the tender documents from www.tenders.go.ke or www.kerra.go.ke from 21st February, 2024. Tenders sealed in separate envelopes clearly labelled for each Constituency should be addressed to;

 

The Regional Director

Kenya Rural Roads Authority

Kitui Region

Po Box 41-90200, KITUI.

 

Tenders MUST be deposited in the Respective Tender Boxes at Kitui Regional office on or before 6th March 2024 at 10:00am

Submitted bids will be opened publicly immediately after closing time in the presence of bidders or their representative who choose to attend.

Late Bids will be returned unopened.

 

 

 

ENG. S.M NGUI

REGIONAL DIRECTOR

KITUI REGION

 

             

ISIOLO 10%BY MIN 021/22 TENDERS

KENYA RURAL ROADS AUTHORITY

download here

INVITATION TO TENDER

19TH OCTOBER 2022

For Roads Maintenance Works in Isiolo Region in the Financial Year 2021-2022, KeRRA has Funds for Maintenance of the Roads listed below and invites bids from Eligible Contractors to carry out the works.

CONTRACT NO.

Road Name/Code

Works

Description

Prequalification Category

/GROUP

Budget/

Estimate(kshs)

KeRRA/08/ISL/039/060/10 % BY MIN-21122

A2 - Iwasco Water

Kiosk-Catholic Church Milimani Rd)

Emergency

Drainage

Works

OPEN

 

Eligible Bidders must meet the following criteria, among others detailed in the tender document;

  1. Have a Valid Tax Compliance Certificate (To be TCC on-line checked).
  2. Valid NCA certificates for Road Works (To be confirmed on-line).
  3. There will be MANDATORY pre-tender site visit on 26th October, 2022. Bidders are to make their own transport arrangements and assemble at KeRRA Isiolo Regional Office at

10.00am for the exercise.

  1. 'OPEN' category requires bidders to be registered/ prequalified for 2021-2023 in Isiolo Region.

Tender documents detailing additional requirements, specification and scope of works Should be obtained from KeRRA WEBSITE; www.kerra.go.ke or ifmis supplier portal for free.

Completed and Duly serialized tender documents in Wax sealed plain envelopes marked with Tender reference (KeRRA/008/1SL/39/ /2021-2022) and description, without bidder's identity, should be deposited in the Tender Box located at the entrance to KeRRA Isiolo Region Office with Public Works Yard in Isiolo or be addressed and sent to;

The Regional Director,

Kenya Rural Roads Authority-Isiolo Region, P.O. Box 528-30100, ISIOLO.

So as to be received by 1st November, 2022 at 11.00 am.

Opening of bids will take place immediately thereafter in presence of Tenderers' representatives who wish to attend.

 

ENG. Z. N. KABATA

REGIONAL DIRECTOR:

KENYA RURAL ROADS AUTHORITY rs10L0.

Isiolo Region

 Addendum 1

 

 Ref No. KeRRA/ISO/Vol. 001/2017/18                                                       Date 12th February 2018

Contractors registered in the region and or registered with ministry of finance (treasury) under preference and reservation regulations (youth, women and persons with disability) are hereby invited to tender for the road works on the following roads.

Item

Road no.

Link name

constituency

category

Package

No.ISLN22%KeRRA/011/ISL/39/

Downloads
1

E 822

Goda-Merti

Isiolo North

PWD’s

005

 Download
2

E 470

LMD-

Barsalinga

Youths

004

 Download
3

E 810

Kachuru- Drift

Isiolo North

PWD’s

002

 Download
4

E 470

LMD-

Barsalinga

Women 

010

 Download
5

UCB 9

A2-Policehospital loopDc’s Residence

Women 

016

 Download
6

E 1873

Archers’ postMlango

Women 

008

 Download
7

E 1873

Archers’ postMlango

Youths 

011

 Download
8

E 855

Badana-Biligi

Isiolo South

Youths

020

 Download
9

E 855

Biliqu-Sericho

Women 

022

 Download 
10

E 855

Badana-

Iresaboru

Youths 

024

 Download
11

E 855

Garfasa-

Kombola

PWD’S

026

 Download
12

E 855

Kombola-

Iresaboru

Women 

027

 Download

Contrac tors are require d to

downlo ad free soft copy of the same from

www.k erra.go. ke.

Duly comple

ted and bound

tender

docume

nt should be deposited with clearly labeled constituency and contract number in the correct tender box at kerra regional office on or before 28th February  2018 11.00AM. Thereafter opening will be done in the presence of tenderers who choose to attend.

Pre tender site visit will be on 19th and 20th February 2018 for Isiolo north and 21st February 2018 for Isiolo south venue KeRRA regional office at 9.00 am All contractors are required to make their own transport arrangements. Non attendance will lead to automatic disqualification.

The following are the requirements are to be submitted by bidders. 

1

Proof of attending pre tender site visit

2

Must be registered with ministry of finance (treasury) under the access to the government procurement opportunities (AGPO) for the last two years

3

At least 70% membership to special group (s)

4

100% leadership by the special group (s)

5

Current and valid tax compliance certificate

6

Certificate of incorporations

7

Registered with National Construction Authority.

8

KRA Pin / VAT

9

Properly and duly filled form of tender

10

Properly and duly filled tender questionnaire

11

Properly and duly filled confidential business questionnaire

12

Properly and dully filled fraud and corruption form

13

Properly and dully filled environmental and social commitment

14

Properly and dully filled declaration form

15

Proof of having tenderer’s bank account

16

Tender document must be serialized 

17

Key personnel

18

CR 12 and copies of ID’s of directors

19

Copy of the Tenderer’s Bank Account details 

20

Principal place of business / physical location/ location of business office  (attach business permit or trading license)

21

Key personnel (their CV and Academic qualifications) 

Procurement officer

For: Regional Manager

Kenya Rural roads authority

Isiolo Region

 

 

Ref No. KeRRA/ISO/Vol. 002/2017-18                                            Date 12th February 2018

Contractors prequalified in category B, C & E in the region are hereby invited to tender for the road works on the following roads.

Item

Road no.

Link name

constituency

category

Package No.ISL

N/22%KeRRA/011/ISL/39/-

Downloads
1

E822

Gotu-Bissan Biliqu

Isiolo North

B,C

003

 Download
2

E810

Gotu Pry SchJunct B9

Gachuru

C

006

 Download
3

E 822

Bissan BiliquGoda

C

001

 Download
4

E470

LMD-Barsalinga

B,C

007

 Download
5

UBC 3

Local Mkt along D1212

B,C 

012

 Download
6

E 803

Benane-Laga Kubwa

Isiolo South

B,C &E

019

 Download
7

E 803

GarbatullaBenane

B,C

021

 Download
8

E 855

 B9 ModegasheSericho-

Malkadaka

B,C

023

 Download
9

E 855

Mogore-

Iresaboru

C

025

 Download

Contractors are required to Contractors are required to download free soft copy of the same from www.kerra.go.ke.

Duly completed and bound tender document should be deposited with clearly labeled constituency and contract number in the correct tender box at kerra regional office on or before 28th February 2018 11.00AM. Thereafter opening will be done in the presence of tenderers who choose to attend.

Pre tender site visit will be on 19th and 20th February 2018 for Isiolo north and 21st February 2018 for Isiolo south venue Regional office 9.00 Am.

 All contractors are required to make their own transport arrangements. Non attendance will lead to automatic disqualification.

The following are the requirements are to be submitted by bidders. 

1

Proof of attending pre tender site visit

2

Must be pre qualified in respective category

3

Copy of certificate of incorporation by commissioner of oaths

4

Copy of registration with the ministry or national construction authority

5

Current and valid tax compliance certificate

6

Properly and duly filled form of tender

7

Properly and duly filled tender questionnaire

8

Properly and duly filled confidential business questionnaire

9

Authority to seek reference from tenderer’s bank account

10

Tender document must be serialized

11

Current one year bank statement

12

General and specific experience in related works

13

Current work commitment

14

Key personnel

15

Equipment holding

16

Litigation history if any

Procurement officer

For; Regional Manager

Kenya Rural roads authority

Isiolo Region

 

ISIOLO REGION

KENYA RURAL ROADS AUTHORITY

INVITATION TO TENDER-ISIOLO REGION

ADDENDUM

 

                                                                                                                                               21ST DECEMBER, 2018

This Addendum is for the Tenders for Isiolo Region advertised on 29th November 2018 whose opening date was slated for 3rd January 2019. The tender notice is amended as follows;

  1. The date of opening of the tenders has been adjusted to 10th January 2019 at 11:00am.
  2. The Budget/Estimate for tender number KeRRA/011/ISL/39/011/2018-2019- Longopito-Logaman Road is Kshs. 3,010,000.00 and not Kshs 1,775,000.00 indicated on the tender notice.

All other conditions stated in the tender notice remain as they were; except for the changes above.

PROCUREMENT OFFICER

FOR REGIONAL MANAGER,

KENYA RURAL ROADS AUTHORITY, ISIOLO.

 

 

 

KENYA RURAL ROADS AUTHORITY

INVITATION TO TENDER

29TH NOVEMBER, 2018

For Roads Maintenance Works in Isiolo Region in the Financial Year 2018-2019, KeRRA has Received Funds for Maintenance of the Roads listed below and invites bids from Eligible Contractors to carry out the works.

 

DOWNLOAD TENDER NOTICE HERE

CONTRACT NO.

Road Name/Code

Works

Description

Prequalification

Category

/GROUP

Budget/

Estimate(kshs)

CONSTITUENCY

DOCUMENT

KeRRA/011/ISL/39/001/

2018-2019

BADANA-BILIGI

Routine

Maintenance

C,D,E-OPEN

2,900,000.00

ISIOLO SOUTH

DOWNLOAD

KeRRA/011/ISL/39/002/

2018-2019

GARBATULLA-

BENANE

Routine

Maintenance

PWD

1,670,000.00

ISIOLO

SOUTH

DOWNLOAD

KeRRA/011/ISL/39/003/

2018-2019

KOMBOLA-

IRESABORU

Routine

Maintenance

OPEN

2,454,000.00

ISIOLO SOUTH

DOWNLOAD

KeRRA/011/ISL/39/004/

2018-2019

IRESABORU-

BADANA

Routine

Maintenance

C,D,E-OPEN

4,349,000.00

ISIOLO

SOUTH

DOWNLOAD

KeRRA/011/ISL/39/005/

2018-2019

SERICHO-

MODOGASHE

Routine

Maintenance

YOUTH

4,312,000.00

ISIOLO SOUTH

DOWNLOAD

KeRRA/011/ISL/39/015/

2018-2019

BOJI-TANA

Routine

Maintenance

OPEN

1,812,000.00

ISIOLO

SOUTH

DOWNLOAD

KeRRA/011/ISL/39/016/

2018-2019

IRESABORU-

FOROSA- MODOGASHE

Routine

Maintenance

WOMEN

3,195,000.00

ISIOLO SOUTH

DOWNLOAD

KeRRA/011/ISL/39/008/

2018-2019

BISANI BILIQO-

BULESA

Routine

Maintenance

PWD

1,972,000.00

ISIOLO NORTH

DOWNLOAD

KeRRA/011/ISL/39/009/

2018-2019

GOTU-BISANI BILIQO

Routine

Maintenance

C,D,E-OPEN

3,709,000.00

ISIOLO

NORTH

DOWNLOAD

 

KeRRA/011/ISL/39/010/

2018-2019

MLANGO-KIPSING

Routine

Maintenance

C,D,E-OPEN

4,146,000.00

ISIOLO

NORTH

Download

KeRRA/011/ISL/39/011/

2018-2019

LONGOPITO-

LOGAMAN

Spot Improvement

YOUTH

1,775,000.00

ISIOLO NORTH

DOWNLOAD

KeRRA/011/ISL/39/012/

2018-2019

GACHURU-GOTU

Spot Improvement

C,D,E-OPEN

3,926,000.00

ISIOLO

NORTH

DOWNLOAD

KeRRA/011/ISL/39/019/

2018-2019

BISANI BILIQO

MADO HAGA- YACHISA

Spot Improvement

C,D,E-OPEN

2,878,000.00

ISIOLO NORTH

DOWNLOAD

KeRRA/011/ISL/39/020/

2018-2019

NGAREMARA-

DAABA

Spot Improvement

WOMEN

1,621,000.00

ISIOLO NORTH

DOWNLOAD

Eligible Bidders must meet the following criteria, among others;

  1. 1. For works open to ‘ALL’, Bidders must be pre-qualified in the respective Constituency and

Category

  1. 2. Have a valid tax compliance Certificate (To be confirmed on-line).
  2. 3. Individually attend pre-tender site visit: Isiolo South- 13th December 2018, Isiolo North-

20th&21st December 2018. Assemble at Regional Office at 9:00am on respective dates.

  1. 4. NCA certificate (To be confirmed on-line).
  2. 5. Youth, Women and People with Disabilities, the company must be registered under the

preference categories as Women, Youth or Persons with Disabilities and show proof of

registration with the relevant government body and category.

  1. 6. PWD shall show proof of disability by registration with National Council of Persons with

Disability.

NB: Youth, Women and Persons with Disability do not need prequalification for the Works reserved for their respective categories but should be prequalified if they wish to participate in the OPEN category.

Tender documents detailing additional requirements, specification and scope of works Should be obtained from KeRRA WEBSITE; www.kerra.go.ke or ifmis supplier portal for free.

Completed tender documents in Wax sealed plain envelopes marked with Tender reference (KeRRA/011/ISL/39/……/2018-2019) and description, without bidder’s identity, should be deposited in the Tender Box located at the entrance to KeRRA Isiolo Region Office with Public Works Yard in Isiolo or be addressed and sent to;

The Regional Manager,

Kenya Rural Roads Authority-Isiolo Region, P.O. Box 528-30100,

ISIOLO.

So as to be received by Thursday 3rd January 2019 at 11.00 am.

Opening of bids will take place immediately thereafter in presence of Tenderers’ representatives who wish to attend.

clip_image001.gifPROCUREMENT OFFICER FOR REGIONAL MANAGER,

KENYA RURAL ROADS AUTHORITY, ISIOLO.

ISIOLO REGION 10%RMLF TENDERS

INVITATION TO TENDER

Date: 20th January, 2022

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 of selected roads in various constituencies within Isiolo Region to be funded under 10% RMLF for the financial year 2022/2023. Interested eligible contractors may obtain further information and inspect tender documents from the Procurement Office in Isiolo during the normal working hours Monday – Friday. 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

1

 ROUTINE MAINTENANCE OF GOTU -  BISANI BILIQO ROAD (C340)

KeRRA/08/ISL/039/021/10%RMLF-22|23

ISIOLO NORTH

WOMEN

4.2M

10% RMLF

2

 ROUTINE MAINTENANCE OF GOTU -  BISANI BILIQO ROAD (C340)

KeRRA/08/ISL/039/022/10%RMLF-22|23

ISIOLO NORTH

OPEN TO ALL

4.8M

10% RMLF

3

 ROUTINE MAINTENANCE OF  GACHURU - GOTU ROAD (C346)

KeRRA/08/ISL/039/023/10%RMLF-22|23

ISIOLO NORTH

OPEN TO ALL

5.8M

10% RMLF

4

 ROUTINE MAINTENANCE OF  GACHURU - GOTU ROAD (C346)

KeRRA/08/ISL/039/024/10%RMLF-22|23

ISIOLO NORTH

YOUTH

2.8 M

10% RMLF

5

 ROUTINE MAINTENANCE OF  GACHURU - GOTU ROAD (C346)

KeRRA/08/ISL/039/025/10%RMLF-22|23

ISIOLO NORTH

PWD

1.8 M

10% RMLF

6

 ROUTINE MAINTENANCE OF  

KULAMAWE - MBARAMBATE ROAD (C341)

KeRRA/08/ISL/039/026/10%RMLF-22|23

ISIOLO SOUTH

PWD

2.4 M

10% RMLF

7

 ROUTINE MAINTENANCE OF   MBARAMBATE – MALKADAKA ROAD (C341)

KeRRA/08/ISL/039/027/10%RMLF-22|23

ISIOLO SOUTH

WOMEN

3.6M

10% RMLF

8

 ROUTINE MAINTENANCE OF  

KINNA - KULAMAWE ROAD (C343)

KeRRA/08/ISL/039/028/10%RMLF-22|23

ISIOLO SOUTH

OPEN TO ALL 

3.8M

10% RMLF

9

 ROUTINE MAINTENANCE OF  

KINNA - KULAMAWE ROAD (C343)

KeRRA/08/ISL/039/029/10%RMLF-22|23

ISIOLO SOUTH

YOUTH

3.1M

10% RMLF

10

 ROUTINE MAINTENANCE OF  

KINNA - KULAMAWE ROAD (C343)

KeRRA/08/ISL/039/030/10%RMLF-22|23

ISIOLO SOUTH

OPEN TO ALL

6.5M

10% RMLF

 

QUALIFICATIONS FOR TENDERING

Mandatory Requirements

The following MUST be submitted together with the Bid:

  1. Certified copy of Certificate of Incorporation.
  2. Certified Copy of Valid Certificate of Registration &Annual Practicing License with the National Construction Authority (NCA 5,6,7,8)
  3. Certified copy of PIN certificate
  4. Certified VAT Registration (ACTIVE)
  5. Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
  6. Certified Copy of recent CR12 within one (1) year (Will be verified on the register of the company)
  7. Certified copies of National Identity Cards / Passports of all the Directors
  8. Certified copy of Valid Single Business Permit  
  9. Certified copy of Valid Certificate of Registration for Access to Government Procurement Opportunities (AGPO), from the National Treasury (For disadvantage groups, Women, Youth and Persons with Disability).- Where applicable.
  10. Those bidding for Persons with Disabilities contracts must attach copies of IDs issued by the NCPWD for the Directors who are disabled (Certified Copies). (Will be verified from the website)
  11. Certified copies of Log books for ownership of Machines and Equipment. Those hiring must provide certified copies of valid Lease Agreements supported by certified copies of Lessor’s log books.
  12. Current power of attorney for the person signing the tender/ affidavit not more than 6 months from the tender opening date
  13. Litigation History as a Sworn – in Affidavit.
  14. Provide letter of Recommendation from the Bank being proof of ownership of Bank Account under company’s Name.
  15. Form of tender correctly filled, signed & stamped and with a letter head.
  16. Confidential Business Questionnaire correctly filled, signed & stamped
  17. Bidders Must Serialize sequentially ALL pages of the tender documents using a serialization machine.

Other Requirements

As specified in the respective tender documents covering the following:

  1. Compliance to Technical Proposal Forms eg. Construction Schedule, Site Organization, Method Statement (Methodology), etc
  2. Similar previous experience is required (Not applicable to special group category)
  3. Professional and Technical Personnel (provide certificates and CVs for the employees)
  4. Turnover and liquid Assets Supported by Audited Accounts for the previous three (3) years (Not applicable to special group category)
  5. Eligibility
  6. To enhance equity, bidders shall bid for a maximum of Two (2) Tenders, but can only be Awarded a Maximum of One (1) Tender, under this Tender Notice. Bidders who participate in more than Two (2) tenders shall be disqualified.
  1. Current work load if any
  2. Any form of Canvassing will lead to disqualification
  3. To enhance EQUITY, each bidder is eligible for award of only ONE CONTRACT
  4. There will be a Mandatory Pre-tender site visit which will be conducted as scheduled below;

S/No.

Road Name / Number

Date & Time of Site Visit

01

Gachuru - Gotu Road (C346) and Gotu -  Bisani Biliqo Road (C340)

26th January,2023 at 7.00 am

02

Kinna - Kulamawe Road (C343) and Kulamawe - Mbarambate – Malkadaka Road (C341)

27th January,2023 at 7.00 am

 Bidders are advised to make their own off-road Transport arrangements for the site visit and assemble at The Regional Director’s Office situated at Ministry of Roads Building, off Isiolo- Marsabit Road at 7.00am as scheduled above.  Bidders will also ensure they sign site visit attendance register.

NOTE:

  1. All certification of documents shall be original and executed by Commissioner for Oaths or Notaries Public. They shall be clearly marked ‘Certified True copy of the Original’
  2. Certificates / Licenses may be verified from or with the Issuing Authorities or Agencies

Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 25th January, 2023.

 

Completed bid documents in plain sealed envelope clearly marked Tender No. and description, “DO NOT OPEN BEFORE THURSDAY, 9TH FEBRUARY, 2023 at 10.00AM, should be addressed to:

The Regional Director

Kenya Rural Roads Authority

  1. O. Box 528-60300

ISIOLO

And deposited in the tender box market in respective Constituency situated at the KeRRA Regional Office at Isiolo so as to be received on/or before Thursday, 9th February, 2023 at 10.00am. 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.

REGIONAL DIRECTOR

ISIOLO REGION

ISIOLO REGION JULY TENDER NOTICE FOR FY 2023/2024

KENYA RURAL ROADS AUTHORITY

                                                                                                                                                                                                                           23rd July, 2024

TENDER NOTICE

DOWNLOAD ADVERT HERE

The Kenya Rural Roads Authority (KeRRA) is a state corporate established under the Kenya Roads Act 2007 with a mandate to manage, develop, and maintain the rural road network in the country.

Isiolo Region, wish to hereby invite bids from REGISTERED contractors in the Region and others within the special category (YWPLD) for Road Maintenance project for FY 2023/24 for the following tenders.

Tender Ref.

Region:

Road Name

Category & Target group

Eligible bidders/

NCA

 

KeRRA/08/ISL/039/032/23|24

Biliqo -Malala-Dimado

Youth

6 or 7

DOWNLOAD

KeRRA/08/ISL/039/033/23|24

Rapsu - Korbesa

Open

6 or 7

 DOWNLOAD

KeRRA/08/ISL/039/034/23|24

Tractor attan - Ngaremara

Women

6, 7 or 8

DOWNLOAD

KeRRA/08/ISL/039/035/23|24

Goda - Merti

PWD

6, 7 or 8

 DOWNLOAD

KeRRA/08/ISL/039/036/23|24

Kiwanja -Capture

Open

6 or 7

 DOWNLOAD

KeRRA/08/ISL/039/037/23|24

Biligi - Sericho

Women

6, 7 or 8

 DOWNLOAD

KeRRA/08/ISL/039/038/23|24

Sericho - Yaato Kutwa

Youth

6, 7 or 8

 DOWNLOAD

Bidders MUST meet the following requirements alongside other requirements contained in tender documents. 

  1. To enhance equity bidders will only be awarded a maximum of two tenders either as a director or a company under this tender notice.
  2. Bidders are requested to familiarise themselves with the site before tendering by

making their own arrangements in consultation with the Regional director's Office and ensure their pretender site visit certificate is signed and stamped. (within the first 10 days of the notice)

  1. For pretender site visit all bidders' representative must have an introduction letter from the company.
  2. MUST provide original document and a copy.
  1. All Interested bidders are required to continually check the KeRRA website kerra.go.ke/tenders for any tender addendum or clarification that may arise before the submission date.
  2. The following MUST be submitted together with the Bid:

 Copy of Certificate of Incorporation.

  1. Copy of Valid Certificate of Registration & Annual Practicing License with the National Construction Authority (NCA 6,7,or 8) as indicated in the above table
  2. Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
  3. Copy of recent CR12 within Six (6) Months with Copies of National Identity Cards / Passports of all the Directors
  4. Copy of Valid Single Business Permit  
  5. Copy of Valid Certificate of Registration for Access to Government Procurement Opportunities (AGPO), from the National Treasury (For disadvantaged groups, Women, Youth and Persons with Disability).- Where applicable.
  6. Those bidding for Persons with Disabilities contracts must attach copies of IDs issued by the NCPWD for the Directors who are disabled (Certified Copies).
  7. Copies of Log books for ownership of Machines and Equipment. Those hiring must provide copies of valid Lease Agreements supported by certified copies of Lessor’s log books.
  8. Current power of attorney for the person signing the tender/ affidavit not more than 6 months from the tender opening date
  9. Litigation History as a Sworn – in Affidavit.
  10. Provide letter of Recommendation from the Bank being proof of ownership of Bank Account under company’s Name.
  11. Form of tender correctly filled, signed & stamped and with a letter head.
  12. Confidential Business Questionnaire correctly filled, signed & stamped.
  13. Turnover and liquid Assets Supported by Audited Accounts for the previous three (3) years ie 2020, 2021, 2022. (Not applicable to special group category).
  14. Provide General and specific Construction Experience.
  15. Provide Method Statement (Methodology)
  16. Current work load if any
  17. Staff CVs and Testimonials
  18. Tender Validity is 259 days.
  19. Bidders Must Serialize sequentially ALL pages of the tender documents.
  20. The Bidders Must ensure that their rates in Bills of Quantities are within the known prevailing market rates for road works pursuant to section 70(6) (b) of PPADA, 2015 read together with Regulations 43 (4) of the Public Procurement and Asset Disposal Regulations , 2020.

NOTE

All attachments must be certified by a commissioner for oaths.         

Note: The cost estimate of the proposed works has been provided in the tender document.

Tender documents detailing requirements shall be obtained from the KeRRA website www.kerra.go.ke Complete tender document Duly serialized; in Wax Sealed Plain Envelopes marked

 with Tender Reference (KeRRA/015/ISIOLO/….) number and Description, should be sent to the address below or deposited in the Tender Box located Ministry of Roads Building, off Isiolo- Marsabit Road within the Kenya Rural Roads Authority Isiolo Region offices situated along Isiolo- Marsabit Road.

 

     Regional Director

     Kenya Rural Roads Authority,

P.O. Box 528 - 60300,

ISIOLO  

So as to be received on or before 6th August, 2024 at 11:00 am and be opened immediately thereafter in the presence of bidders’ representatives who may wish to attend, however bidders may request for any information through the office. 

ESTHER MWANGI

REGIONAL DIRECTOR, 

ISIOLO  REGION.

ISIOLO REGION MAY 2021

KENYA RURAL ROADS AUTHORITY

INVITATION TO TENDER

                                                                 ...........DOWNLOAD COPY OF ADVERT HERE.................. 

                                                                                                                                                                                                             12TH MAY, 2021

For Roads Maintenance Works in Isiolo Region in the Financial Year 2020-2021, KeRRA has Received Funds for Maintenance of the Roads listed below and invites bids from Eligible Contractors to carry out the works.

CONTRACT NO.

Road Name/Code

Works Description

Prequalification

Category /GROUP

Budget/

Estimate(kshs)

KeRRA/011/ISL/39/030/2020-2021

BISANI BILIQO-BULESA

Routine Maintenance

YOUTH

1,841,000.00

KeRRA/011/ISL/39/031/2020-2021

BISANI BILIQI-GODA

Routine Maintenance

PWD

1,829,000.00

KeRRA/011/ISL/39/034/2020-2021

GACHURU-GOTU

Routine Maintenance

OPEN

2,624,000.00

KeRRA/011/ISL/39/035/2020-2021

KULA MAWE-MBARAMBATE

Routine Maintenance

WOMEN

1,668,000.00

KeRRA/011/ISL/39/036/2020-2021

KULA MAWE MBARAMBATE

Routine Maintenance

OPEN

2,261,000.00

KeRRA/011/ISL/39/037/2020-2021

KINNA-KULA MAWE

Routine Maintenance

OPEN

2,419,000.00

Eligible Bidders must meet the following criteria, among others;

  1. Have a Valid Tax Compliance Certificate (To be confirmed on-line).
  2. Valid NCA certificate for Road Works (To be confirmed on-line).
  3. Must not have on-going works (Confirmed by completion certificate).
  4. Have not been awarded works in the financial year 2020-2021.
  5. Youth, Women and People with Disabilities, the company must be registered under the preference categories as Women, Youth or Persons with Disabilities and show proof of registration with the relevant government body and category.
  6. Bidders are advised to familiarize themselves with the sites; as there will be no pre-tender site visit done for the entire group.

NB: Youth, Women and Persons with Disability do not need prequalification for the Works reserved for their respective categories but should be prequalified if they wish to participate in the OPEN category.

Tender documents detailing additional requirements, specification and scope of works Should be obtained from KeRRA WEBSITE; www.kerra.go.ke or ifmis supplier portal for free.

Completed and Duly serialized tender documents in Wax sealed plain envelopes marked with Tender reference (KeRRA/011/ISL/39/……/2020-2021) and description, without bidder’s identity, should be deposited in the Tender Box located at the entrance to KeRRA Isiolo Region Office with Public Works Yard in Isiolo or be addressed and sent to;

 The Regional Director,

Kenya Rural Roads Authority-Isiolo Region,

P.O. Box 528-30100,

ISIOLO. 

So as to be received by Friday 21st May 2021 at 11.00 am.

Opening of bids will take place immediately thereafter in presence of Tenderers’ representatives (a maximum of 15 persons will be allowed, in compliance with Ministry of Health Protocols for Covid-19) who wish to attend.

PROCUREMENT OFFICER

FOR REGIONAL MANAGER,

KENYA RURAL ROADS AUTHORITY, ISIOLO.

ISIOLO REGION TENDER NOTICE FOR 10% RMLF FUNDING FY 2023/2024

KENYA RURAL ROADS AUTHORITY

ISIOLO REGION

INVITATION TO TENDER

DOWNLOAD ADVERT HERE

Date: 5th October, 2023

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 of selected roads in various constituencies within Isiolo Region to be funded under 10% RMLF (LOT2) for the financial year 2023/2024. Interested eligible contractors may obtain further information and inspect tender documents from the Procurement Office in Isiolo during the normal working hours Monday – Friday. Tender documents can also be downloaded free of charge from the KeRRA website, www.kerra.go.ke.

NO

CONTRACT DESCRIPTION

TENDER NUMBER

CONSTITUENCY

RESERVATION

FUNDING

 

1

SPOT IMPROVEMENT OF KIPSING – LONGOPITO ROAD (C344)

KeRRA/08/ISL/039/022/10%RMLF-23|24

ISIOLO NORTH

WOMEN

10% RMLF

DOWNLOAD

2

 SPOT IMPROVEMENT OF NGARENDARE – KIPSING ROAD (C344)

KeRRA/08/ISL/039/023/10%RMLF-23|24

ISIOLO NORTH

OPEN

10% RMLF

DOWNLOAD

3

SPOT IMPROVEMENT OF GACHURU - THABATAGI (C346)

KeRRA/08/ISL/039/024/10%RMLF-23|24

ISIOLO NORTH

PWD

10% RMLF

DOWNLOAD

4

SPOT IMPROVEMENT OF THABATAGI – GOTU ROAD (C346)

KeRRA/08/ISL/039/025/10%RMLF-23|24

ISIOLO NORTH

OPEN

10% RMLF

DOWNLOAD

5

SPOT IMPROVEMENT OF GOTU - MBARAMBATE  ROAD (C347)

KeRRA/08/ISL/039/026/10%RMLF-23|24

ISIOLO NORTH

YOUTH

10% RMLF

DOWNLOAD

6

SPOT IMPROVEMENT OF KULAMAWE - MBARAMBATE ROAD (C341)

KeRRA/08/ISL/039/027/10%RMLF-23|24

ISIOLO SOUTH

OPEN

10% RMLF

DOWNLOAD

7

SPOT IMPROVEMENT OF KULOBARATE - MALKADAKA ROAD (C341)

KeRRA/08/ISL/039/028/10%RMLF-23|24

ISIOLO SOUTH

YOUTH

10% RMLF

DOWNLOAD

8

SPOT IMPROVEMENT OF MBARAMBATE -  KULOBARATE ROAD (C341)

KeRRA/08/ISL/039/029/10%RMLF-23|24

ISIOLO SOUTH

WOMEN

10% RMLF

DOWNLOAD

9

SPOT IMPROVEMENT OF BAGASA – KULAMAWE  ROAD (C343)

KeRRA/08/ISL/039/030/10%RMLF-23|24

ISIOLO SOUTH

PWD

10% RMLF

DOWNLOAD

10

SPOT IMPROVEMENT OF KINNA- BAGASA ROAD (C343)

KeRRA/08/ISL/039/031/10%RMLF-23|24

ISIOLO SOUTH

OPEN

10% RMLF

DOWNLOAD

 

QUALIFICATIONS FOR TENDERING

Mandatory Requirements

The following MUST be submitted together with the Bid:

  1. Certified Copy of Certificate of Incorporation.
  2. Copy of Valid Certificate of Registration &Annual Practicing License with the National Construction Authority (NCA 6,7,or 8)
  3. Copy of PIN certificate
  4. VAT Registration Certificate (ACTIVE)
  5. Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
  6. Copy of recent CR12 within Six (6) Months (Will be verified on the register of the company)
  7. Copies of National Identity Cards / Passports of all the Directors
  8. Certified copy of Valid Single Business Permit  
  9. Copy of Valid Certificate of Registration for Access to Government Procurement Opportunities (AGPO), from the National Treasury (For disadvantage groups, Women, Youth and Persons with Disability).- Where applicable.
  10. Those bidding for Persons with Disabilities contracts must attach copies of IDs issued by the NCPWD for the Directors who are disabled (Certified Copies). (Will be verified from the website)
  11. Copies of Log books for ownership of Machines and Equipment. Those hiring must provide copies of valid Lease Agreements supported by certified copies of Lessor’s log books.
  12. Current power of attorney for the person signing the tender/ affidavit not more than 6 months from the tender opening date
  13. Litigation History as a Sworn – in Affidavit.
  14. Provide letter of Recommendation from the Bank being proof of ownership of Bank Account under company’s Name.
  15. Form of tender correctly filled, signed & stamped and with a letter head.
  16. Confidential Business Questionnaire correctly filled, signed & stamped.
  17. Tender Validity is 259 days.
  18. Bidders Must Serialize sequentially ALL pages of the tender documents.

Other Requirements

As specified in the respective tender documents covering the following:

  1. ELIGIBILITY
  • To enhance Equity, Bidders shall bid for a maximum of Two (2) Tenders but can only be awarded a maximum of one (1) tender under this Tender Notice. Bidders who participate in more than Two (2) tenders shall be disqualified.
  • Director (s) bidding under different companies for the same tender shall be disqualified
  • Director (s) bidding under different companies should not participate in more than Two (2) tenders under LOT 1 and LOT 2 Tender Notice.
  • Bidders to comply with section 157of Public Procurement and Asset disposal Act 2015 (PPADA, 2015 ) on participation of candidates in Preference and Reservations.
  • Be Registered as a contractor in Isiolo Region for Open Tenders.
  • Valid AGPO Certificate for Special Group Category (Youth, Women, PWD).
  1. Compliance to Technical Proposal Forms eg. Non - Performing Contracts, Pending Litigation) etc
  2. Similar previous experience is required (Not applicable to special group category)
  3. Professional and Technical Personnel (provide certificates and CVs for the employees)
  4. Turnover and liquid Assets Supported by Audited Accounts for the previous three (3) years ie 2020, 2021, 2022. (Not applicable to special group category).
  5. Provide General and specific Construction Experience.
  6. Site Staff ( CVs and Certificates
  7. Provide Method Statement (Methodology)
  8. Current work load if any
  9. Any form of Canvassing will lead to disqualification
  1. There will be a Mandatory Pre-tender site visit which will be conducted as scheduled below;

S/No.

Constituency

Date & Time of Site Visit

01

Isiolo North

12/10/2023 & 13/10/2023 at 7.00am

02

Isiolo South

17/10/2023 & 18/10/2023 at 7.00am

 Bidders are advised to make their own off-road Transport arrangements for the site visit and assemble at The Regional Director’s Office situated at Ministry of Roads Building, off Isiolo- Marsabit Road at 7.00am as scheduled above.  Bidders will also ensure they sign site visit attendance register.

 NOTE:

  1. The Bidders Must ensure that their rates in Bills of Quantities are within the known prevailing market rates for road works pursuant to section 70(6) (b) of PPADA, 2015 read together with Regulations 43 (4) of the Public Procurement and Asset Disposal Regulations , 2020.
  2. All certification of documents shall be original and executed by Commissioner for Oaths or Notaries Public. They shall be clearly marked ‘Certified True copy of the Original’
  3. Certificates / Licenses may be verified from or with the Issuing Authorities or Agencies

Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 9th October, 2023.

 

Completed bid documents in plain sealed envelope clearly marked Tender No. and description, “DO NOT OPEN BEFORE THURSDAY, 26th October, 2023 at 10.00am, should be addressed to:

The Regional Director

Kenya Rural Roads Authority

P.O. Box 528-60300

ISIOLO

And deposited in the tender box market in respective Constituency situated at the KeRRA Regional Office at Isiolo so as to be received on/or before 27th October, 2023 at 10.00am. 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.

REGIONAL DIRECTOR

ISIOLO REGION

ISIOLO REGION TENDER NOTICE FOR 22% RMLF FUNDING FY 2023/2024

KENYA RURAL ROADS AUTHORITY

ISIOLO REGION

INVITATION TO TENDER

DOWNLOAD ADVERT HERE

Date: 5th October, 2023

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 of selected roads in various constituencies within Isiolo Region to be funded under 22% RMLF (LOT 1) for the financial year 2023/2024. Interested eligible contractors may obtain further information and inspect tender documents from the Procurement Office in Isiolo during the normal working hours Monday – Friday. Tender documents can also be downloaded free of charge from the KeRRA website, www.kerra.go.ke.

NO

CONTRACT DESCRIPTION

TENDER NUMBER

CONSTITUENCY

RESERVATION

FUNDING

 

1

SPOT IMPROVEMENT BISANI BILIQO - BULESA ROAD (C340)

KeRRA/08/ISL/039/001/22%RMLF-23|24

ISIOLO NORTH

OPEN

22% RMLF

DOWNLOAD

2

SPOT IMPROVEMENT OF BULESA -GODA ROAD (C340)

KeRRA/08/ISL/039/002/22%RMLF-23|24

ISIOLO NORTH

WOMEN

22% RMLF

DOWNLOAD

3

SPOT IMPROVEMENT  OF GODA – MERTI ROAD (C340)

KeRRA/08/ISL/039/003/22%RMLF-23|24

ISIOLO NORTH

OPEN

22% RMLF

DOWNLOAD

4

SPOT IMPROVEMENT OF GOTU – BISANI BILIQO ROAD (C340)

KeRRA/08/ISL/039/004/22%RMLF-23|24

ISIOLO NORTH

YOUTH

22% RMLF

DOWNLOAD

5

SPOT IMPROVEMENT OF CAPTURE– MLANGO ROAD (C340)

KeRRA/08/ISL/039/005/22%RMLF-23|24

ISIOLO NORTH

OPEN

22% RMLF

DOWNLOAD

6

SPOT IMPROVEMENT OF KIWANJA- CAPTURE ROAD (C344)

KeRRA/08/ISL/039/006/22%RMLF-23|24

ISIOLO NORTH

PWD

22% RMLF

DOWNLOAD

7

SPOT IMPROVEMENT OF KIPSING – LONGOPITO ROAD (C344)

KeRRA/08/ISL/039/007/22%RMLF-23|24

ISIOLO NORTH

OPEN

22% RMLF

DOWNLOAD

8

SPOT IMPROVEMENT OF  LONGOPITO – OLDONYIRO ROAD (C344)

KeRRA/08/ISL/039/008/22%RMLF-23|24

ISIOLO NORTH

OPEN

22% RMLF

DOWNLOAD

9

SPOT IMPROVEMENT OF  NGARENDARE – KIPSING  ROAD (C344)

KeRRA/08/ISL/039/009/22%RMLF-23|24

ISIOLO NORTH

WOMEN

22% RMLF

DOWNLOAD

10

SPOT IMPROVEMENT OF  OLDONYIRO - TURA  ROAD (C344)

KeRRA/08/ISL/039/010/22%RMLF-23|24

ISIOLO NORTH

YOUTH

22% RMLF

DOWNLOAD

11

SPOT IMPROVEMENT OF  BILIQO - SERICHO  ROAD (C341)

KeRRA/08/ISL/039/011/22%RMLF-23|24

ISIOLO SOUTH

OPEN

22% RMLF

DOWNLOAD

12

SPOT IMPROVEMENT OF  IRESABORU - BADANA  ROAD (C341)

KeRRA/08/ISL/039/012/22%RMLF-23|24

ISIOLO SOUTH

OPEN

22% RMLF

DOWNLOAD

13

SPOT IMPROVEMENT OF KOMBOLA - MOGORE  ROAD (C341)

KeRRA/08/ISL/039/013/22%RMLF-23|24

ISIOLO SOUTH

PWD

22% RMLF

DOWNLOAD

14

SPOT IMPROVEMENT OF  MOGORE - IRESABORU  ROAD (C341)

KeRRA/08/ISL/039/014/22%RMLF-23|24

ISIOLO SOUTH

WOMEN

22% RMLF

DOWNLOAD

15

SPOT IMPROVEMENT OF  SERICHO – YAATU KUTWA  ROAD (C341)

KeRRA/08/ISL/039/015/22%RMLF-23|24

ISIOLO SOUTH

OPEN

22% RMLF

DOWNLOAD

16

SPOT IMPROVEMENT OF  YAATU KUTWA -MODOGASHE ROAD (C341)

KeRRA/08/ISL/039/016/22%RMLF-23|24

ISIOLO SOUTH

OPEN

22% RMLF

DOWNLOAD

17

SPOT IMPROVEMENT OF  KINNA - DUSE ROAD (C343)

KeRRA/08/ISL/039/017/22%RMLF-23|24

ISIOLO SOUTH

YOUTH

22% RMLF

DOWNLOAD

18

SPOT IMPROVEMENT OF FOROSA – DAM –TUTICH ROAD (UCB16)

KeRRA/08/ISL/039/018/22%RMLF-23|24

ISIOLO SOUTH

OPEN

22% RMLF

DOWNLOAD

19

SPOT IMPROVEMENT OF TUTICH - MODOGASHE ROAD (UCB16)

KeRRA/08/ISL/039/019/22%RMLF-23|24

ISIOLO SOUTH

WOMEN

22% RMLF

DOWNLOAD

20

SPOT IMPROVEMENT OF IRESAMBORU – HARGASU-UDHU-DAL ROAD (UCB16)

KeRRA/08/ISL/039/020/22%RMLF-23|24

ISIOLO SOUTH

YOUTH

22% RMLF

DOWNLOAD

21

SPOT IMPROVEMENT OF UDHU-DABTH - FOROSA ROAD (UCB16)

KeRRA/08/ISL/039/021/22%RMLF-23|24

ISIOLO SOUTH

OPEN

22% RMLF

DOWNLOAD

 

QUALIFICATIONS FOR TENDERING

Mandatory Requirements

The following MUST be submitted together with the Bid:

  1. Copy of Certificate of Incorporation.
  2. Copy of Valid Certificate of Registration &Annual Practicing License with the National Construction Authority (NCA 6,7,or 8)
  3. Copy of PIN certificate
  4. VAT Registration Certificate (ACTIVE)
  5. Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
  6. Copy of recent CR12 within Six (6) Months (Will be verified on the register of the company)
  7. Copies of National Identity Cards / Passports of all the Directors
  8. Certified copy of Valid Single Business Permit  
  9. Copy of Valid Certificate of Registration for Access to Government Procurement Opportunities (AGPO), from the National Treasury (For disadvantage groups, Women, Youth and Persons with Disability).- Where applicable.
  10. Those bidding for Persons with Disabilities contracts must attach copies of IDs issued by the NCPWD for the Directors who are disabled (Certified Copies). (Will be verified from the website)
  11. Copies of Log books for ownership of Machines and Equipment. Those hiring must provide copies of valid Lease Agreements supported by certified copies of Lessor’s log books.
  12. Current power of attorney for the person signing the tender/ affidavit not more than 6 months from the tender opening date
  13. Litigation History as a Sworn – in Affidavit.
  14. Provide letter of Recommendation from the Bank being proof of ownership of Bank Account under company’s Name.
  15. Form of tender correctly filled, signed & stamped and with a letter head.
  16. Confidential Business Questionnaire correctly filled, signed & stamped.
  17. Tender Validity is 259 days.
  18. Bidders Must Serialize sequentially ALL pages of the tender documents.

Other Requirements

As specified in the respective tender documents covering the following:

  1. ELIGIBILITY
  • To enhance Equity, Bidders shall bid for a maximum of Two (2) Tenders but can only be awarded a maximum of one (1) tender under this Tender Notice. Bidders who participate in more than Two (2) tenders shall be disqualified.
  • Director (s) bidding under different companies for the same tender shall be disqualified
  • Director (s) bidding under different companies should not participate in more than Two (2) tenders under LOT 1 and LOT 2 Tender Notice.
  • Bidders to comply with section 157of Public Procurement and Asset disposal Act 2015 (PPADA, 2015 ) on participation of candidates in Preference and Reservations.
  • Be Registered as a contractor in Isiolo Region for Open Tenders.
  • Valid AGPO Certificate for Special Group Category (Youth, Women, PWD).
  1. Compliance to Technical Proposal Forms eg. Non - Performing Contracts, Pending Litigation) etc
  2. Similar previous experience is required (Not applicable to special group category)
  3. Professional and Technical Personnel (provide certificates and CVs for the employees)
  4. Turnover and liquid Assets Supported by Audited Accounts for the previous three (3) years ie 2020, 2021, 2022. (Not applicable to special group category).
  5. Provide General and specific Construction Experience.
  6. Site Staff ( CVs and Certificates)
  7. Provide Method Statement (Methodology)
  8. Current work load if any
  9. Any form of Canvassing will lead to disqualification
  1. There will be a Mandatory Pre-tender site visit which will be conducted as scheduled below;

S/No.

Constituency

Date & Time of Site Visit

01

Isiolo North

12/10/2023 & 13/10/2023 at 7.00am

02

Isiolo South

17/10/2023 & 18/10/2023 at 7.00am

 Bidders are advised to make their own off-road Transport arrangements for the site visit and assemble at The Regional Director’s Office situated at Ministry of Roads Building, off Isiolo- Marsabit Road at 7.00am as scheduled above.  Bidders will also ensure they sign site visit attendance register.

 NOTE:

  1. The Bidders Must ensure that their rates in Bills of Quantities are within the known prevailing market rates for road works pursuant to section 70(6) (b) of PPADA, 2015 read together with Regulations 43 (4) of the Public Procurement and Asset Disposal Regulations , 2020.
  2. All certification of documents shall be original and executed by Commissioner for Oaths or Notaries Public. They shall be clearly marked ‘Certified True copy of the Original’
  3. Certificates / Licenses may be verified from or with the Issuing Authorities or Agencies

Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 9th October, 2023.

 

Completed bid documents in plain sealed envelope clearly marked Tender No. and description, “DO NOT OPEN BEFORE THURSDAY, 27th October, 2023 at 10.00am, should be addressed to:

The Regional Director

Kenya Rural Roads Authority

P.O. Box 528-60300

ISIOLO

And deposited in the tender box market in respective Constituency situated at the KeRRA Regional Office at Isiolo so as to be received on/or before 27th October, 2023 at 10.00am. 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.

             

           

REGIONAL DIRECTOR

ISIOLO REGION

ISIOLO REGION TENDER NOTICE FOR 22% RMLF FY 2022/2023

KENYA RURAL ROADS AUTHORITY

ISIOLO REGION

INVITATION TO TENDER (RE-ADVERTISEMENT)

 

DOWNLOAD ADVERT HERE

Date: 19th May, 2023

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 of selected roads in various constituencies within Isiolo Region to be funded under 22% RMLF for the financial year 2022/2023. Interested eligible contractors may obtain further information and inspect tender documents from the Procurement Office in Isiolo during the normal working hours Monday – Friday. Tender documents can also be downloaded free of charge from the KeRRA website, www.kerra.go.ke.

NO

CONTRACT DESCRIPTION

TENDER NUMBER

CONSTITUENCY

RESERVATION

FUNDING

 

1

 Routine Maintenance of  

Bisani Biliqo – Bulesa Road

KeRRA/08/ISL/039/001/22%RMLF-22|23

Isiolo North

Women

22% RMLF

DOWNLOAD

2

 Routine Maintenance of  

Bisani Biliqo – Bulesa Road

KeRRA/08/ISL/039/002/22%RMLF-22|23

Isiolo North

PWD

22% RMLF

DOWNLOAD

3

 Routine Maintenance of 

Goda – Merti Road

KeRRA/08/ISL/039/003/22%RMLF-22|23

Isiolo North

Open to All

22% RMLF

DOWNLOAD

4

 Routine Maintenance of  

Gotu - Bisani Biliqo Road

KeRRA/08/ISL/039/004/22%RMLF-22|23

Isiolo North

PWD

22% RMLF

DOWNLOAD

5

 Routine Maintenance of  

Gotu - Bisani Biliqo Road

KeRRA/08/ISL/039/005/22%RMLF-22|23

Isiolo North

Women

22% RMLF

DOWNLOAD

6

Routine Maintenance of  Oldonyiro –DB Laikipia (Oldonyiro – Parkurk)

KeRRA/08/ISL/039/006/22%RMLF-22|23

Isiolo North

Open to All

22% RMLF

DOWNLOAD

7

 Routine Maintenance of  Oldonyiro –DB Laikipia (Parkurk - Tura)

KeRRA/08/ISL/039/007/22%RMLF-22|23

Isiolo North

Open to All

22% RMLF

DOWNLOAD

8

 Routine Maintenance of Lpus – Longopito- Oldonyiro ( Lpus- 

Longopito)

KeRRA/08/ISL/039/008/22%RMLF-22|23

Isiolo North

Open to All

22% RMLF

DOWNLOAD

9

 Routine Maintenance of Lpus – Longopito- Oldonyiro (Longopito - Oldonyiro)

KeRRA/08/ISL/039/009/22%RMLF-22|23

Isiolo North

Open to All

22% RMLF

DOWNLOAD

10

 Routine Maintenance of  

Gachuru – Gotu Road

KeRRA/08/ISL/039/010/22%RMLF-22|23

Isiolo North

Youth

22% RMLF

DOWNLOAD

11

 Routine Maintenance of  

Biligi – Sericho Road

KeRRA/08/ISL/039/011/22%RMLF-22|23

Isiolo South

Open to All

22% RMLF

DOWNLOAD

12

 Routine Maintenance of  

Iresaboru – Badana Road

KeRRA/08/ISL/039/012/22%RMLF-22|23

Isiolo South

Women

22% RMLF

DOWNLOAD

13

 Routine Maintenance of  

Kombola – Mogore Road

KeRRA/08/ISL/039/013/22%RMLF-22|23

Isiolo South

Open to All

22% RMLF

DOWNLOAD

14

 Routine Maintenance of  

Mogore – Iresaboru Road

KeRRA/08/ISL/039/014/22%RMLF-22|23

Isiolo South

Open to All

22% RMLF

DOWNLOAD

15

Routine Maintenance of  Sericho – Modogashe Road (Sericho –Yaatu Kutwa)

KeRRA/08/ISL/039/015/22%RMLF-22|23

Isiolo South

PWD

22% RMLF

DOWNLOAD

16

Routine Maintenance of  Sericho – Modogashe Road (Yaatu Kutwa - Modogahe)

KeRRA/08/ISL/039/016/22%RMLF-22|23

Isiolo South

Open to All

22% RMLF

DOWNLOAD

17

Routine Maintenance of 

Forosa Dam –Modogashe Road (Forosa Dam – Tutich)

KeRRA/08//ISL/039/017/22%RMLF-22|23

Isiolo South

Women

22% RMLF

DOWNLOAD

18

Routine Maintenance of 

Forosa Dam –Modogashe Road (Tutich – Modogashe)

KeRRA/08/ISL/039/018/22%RMLF-22|23

Isiolo South

Youth

22% RMLF

DOWNLOAD

19

Routine Maintenance of 

Iresamboru - Forosa Dam Road (Iresamboru-Hagarsu – Udhu-Dabth)

KeRRA/08/ISL/039/031/22%RMLF-22|23

Isiolo South

Youth

22% RMLF

DOWNLOAD

20

Routine Maintenance of 

Iresamboru - Forosa Dam Road (Udhu-Dabth - Forosa)

KeRRA/08/ISL/039/032/22%RMLF-22|23

Isiolo South

Open to All

22% RMLF

DOWNLOAD

 

QUALIFICATIONS FOR TENDERING

Mandatory Requirements

The following MUST be submitted together with the Bid:

  1. Certified copy of Certificate of Incorporation.
  2. Certified Copy of Valid Certificate of Registration &Annual Practicing License with the National Construction Authority.
  3. Certified copy of PIN certificate
  4. Certified VAT Registration (ACTIVE)
  5. Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
  6. Certified Copy of recent CR12 within one (1) year (Will be verified on the register of the company)
  7. Certified copies of National Identity Cards / Passports of all the Directors
  8. Certified copy of Valid Single Business Permit  
  9. Certified copy of Valid Certificate of Registration for Access to Government Procurement Opportunities (AGPO), from the National Treasury (For disadvantage groups, Women, Youth and Persons with Disability).- Where applicable.
  10. Those bidding for Persons with Disabilities contracts must attach copies of IDs issued by the NCPWD for the Directors who are disabled (Certified Copies). (Will be verified from the website)
  11. Certified copies of Log books for ownership of Machines and Equipment. Those hiring must provide certified copies of valid Lease Agreements supported by certified copies of Lessor’s log books.
  12. Current power of attorney for the person signing the tender/ affidavit not more than 6 months from the tender opening date
  13. Litigation History as a Sworn – in Affidavit.
  14. Provide letter of Recommendation from the Bank being proof of ownership of Bank Account under company’s Name.
  15. Form of tender correctly filled, signed & stamped and with a letter head.
  16. Confidential Business Questionnaire correctly filled, signed & stamped
  17. Bidders Must Serialize sequentially ALL pages of the tender documents using a serialization machine.
  18. There will be a Mandatory Pre-tender site visit which will be conducted as scheduled below;

S/No.

Constituency

Date & Time of Site Visit

01

Isiolo North

24/5/2023 & 25/5/2023 at 7.00am

02

Isiolo South

29/5/2023 & 30/5/2023 at 7.00am

 Bidders are advised to make their own off-road Transport arrangements for the site visit and assemble at The Regional Director’s Office situated at Ministry of Roads Building, off Isiolo- Marsabit Road at 7.00am as scheduled above.  Bidders will also ensure they sign site visit attendance register.

 

Other Requirements

As specified in the respective tender documents covering the following:

  1. Compliance to Technical Proposal Forms eg. Construction Schedule, Site Organization, Method Statement (Methodology), etc
  2. Similar previous experience is required (Not applicable to special group category)
  3. Professional and Technical Personnel (provide certificates and CVs for the employees)
  4. Turnover and liquid Assets Supported by Audited Accounts for the previous three (3) years (Not applicable to special group category)
  5. Eligibility (Not debarred by PPRA)
  6. To enhance equity, bidders shall bid for a maximum of Two (2) Tenders, but can only be Awarded a Maximum of One (1) Tender, under this Tender Notice. Bidders who participate in more than Two (2) tenders shall be disqualified.
  7. Current work load if any
  8. Any form of Canvassing will lead to disqualification
  9. To enhance EQUITY, each bidder is eligible for award of only 1 (ONE) CONTRACT

NOTE:

  1. All certification of documents shall be original and executed by Commissioner for Oaths or Notaries Public. They shall be clearly marked ‘Certified True copy of the Original’
  2. Certificates / Licenses may be verified from or with the Issuing Authorities or Agencies

Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 22nd May, 2023.

 

Completed bid documents in plain sealed envelope clearly marked Tender No. and description, “DO NOT OPEN BEFORE THURSDAY, 8th June, 2023 at 10.00AM, should be addressed to:

The Regional Director

Kenya Rural Roads Authority

  1. P.O. Box 528-60300

      ISIOLO

And deposited in the tender box market in respective Constituency situated at the KeRRA Regional Office at Isiolo so as to be received on/or before Thursday, 8th June, 2023 at 10.00am. 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.

 

REGIONAL DIRECTOR

ISIOLO REGION

ISIOLO REGION TENDER NOTICE FOR 22% RMLF SAVINGS FY 2022/2023

KENYA RURAL ROADS AUTHORITY

ISIOLO REGION

INVITATION TO TENDER

DOWNLOAD ADVERT HERE

Date: 1st March, 2024

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 of selected roads in various constituencies within Isiolo Region to be funded under 22% RMLF Savings for the financial year 2022/2023. Interested eligible contractors may obtain further information and inspect tender documents from the Procurement Office in Isiolo during the normal working hours Monday – Friday. Tender documents can also be downloaded free of charge from the KeRRA website, www.kerra.go.ke.

NO

CONTRACT DESCRIPTION

TENDER NUMBER

CONSTITUENCY

RESERVATION

FUNDING

 

1

SPOT IMPROVEMENT OF LONGOPITO – OLDONYIRO ROAD (C344)

KeRRA/08/ISL/039/045/22%-SAVINGS-22|23

ISIOLO NORTH

OPEN

22% RMLF

DOWNLOAD

2

SPOT IMPROVEMENT OF GACHURU – GOTU ROAD (C346)

KeRRA/08/ISL/039/046/22%-SAVINGS-22|23

ISIOLO NORTH

WOMEN

22% RMLF

DOWNLOAD

3

SPOT IMPROVEMENT  OF SERICHO – YAATU KUTWA ROAD (C341)

KeRRA/08/ISL/039/047/22%-SAVINGS-22|23

ISIOLO SOUTH

OPEN

22% RMLF

DOWNLOAD

 

QUALIFICATIONS FOR TENDERING

Mandatory Requirements

The following MUST be submitted together with the Bid:

  1. Copy of Certificate of Incorporation.
  2. Copy of Valid Certificate of Registration &Annual Practicing License with the National Construction Authority (NCA 6,7,or 8)
  3. Copy of PIN certificate
  4. VAT Registration Certificate (ACTIVE)
  5. Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
  6. Copy of recent CR12 within Six (6) Months (Will be verified on the register of the company)
  7. Copies of National Identity Cards / Passports of all the Directors
  8. Certified copy of Valid Single Business Permit  
  9. Copy of Valid Certificate of Registration for Access to Government Procurement Opportunities (AGPO), from the National Treasury (For disadvantage groups, Women, Youth and Persons with Disability).- Where applicable.
  10. Those bidding for Persons with Disabilities contracts must attach copies of IDs issued by the NCPWD for the Directors who are disabled (Certified Copies). (Will be verified from the website)
  11. Copies of Log books for ownership of Machines and Equipment. Those hiring must provide copies of valid Lease Agreements supported by certified copies of Lessor’s log books.
  12. Current power of attorney for the person signing the tender/ affidavit not more than 6 months from the tender opening date
  13. Litigation History as a Sworn – in Affidavit.
  14. Provide letter of Recommendation from the Bank being proof of ownership of Bank Account under company’s Name.
  15. Form of tender correctly filled, signed & stamped and with a letter head.
  16. Confidential Business Questionnaire correctly filled, signed & stamped.
  17. Tender Validity is 259 days.
  18. Bidders Must Serialize sequentially ALL pages of the tender documents.

Other Requirements

As specified in the respective tender documents covering the following:

  1. ELIGIBILITY
  • To enhance Equity, Bidders shall can only be awarded a maximum of one (1) tender under this Tender Notice.
  • Director (s) bidding under different companies for the same tender shall be disqualified
  • Bidders to comply with section 157of Public Procurement and Asset disposal Act 2015 (PPADA, 2015 ) on participation of candidates in Preference and Reservations.
  • Be Registered as a contractor in Isiolo Region for Open Tenders.
  • Valid AGPO Certificate for Special Group Category (Youth, Women, PWD).
  1. Compliance to Technical Proposal Forms eg. Non - Performing Contracts, Pending Litigation) etc
  2. Similar previous experience is required (Not applicable to special group category)
  3. Professional and Technical Personnel (provide certificates and CVs for the employees)
  4. Turnover and liquid Assets Supported by Audited Accounts for the previous three (3) years ie 2020, 2021, 2022. (Not applicable to special group category).
  5. Provide General and specific Construction Experience.
  6. Site Staff ( CVs and Certificates)
  7. Provide Method Statement (Methodology)
  8. Current work load if any
  9. Any form of Canvassing will lead to disqualification
  1. There shall be no Mandatory Pre-tender site visit , however bidders are advised to make their own arrangements to familiarize themselves with the site and have their pre-tender site visit certificate signed by authorized KeRRA Officer.

 NOTE:

  1. The Bidders Must ensure that their rates in Bills of Quantities are within the known prevailing market rates for road works pursuant to section 70(6) (b) of PPADA, 2015 read together with Regulations 43 (4) of the Public Procurement and Asset Disposal Regulations , 2020.
  2. All certification of documents shall be original and executed by Commissioner for Oaths or Notaries Public. They shall be clearly marked ‘Certified True copy of the Original’
  3. Certificates / Licenses may be verified from or with the Issuing Authorities or Agencies

Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 9th October, 2023.

 

Completed bid documents in plain sealed envelope clearly marked Tender No. and description, “DO NOT OPEN BEFORE THURSDAY, 14th March, 2024 at 10.00am, should be addressed to:

The Regional Director

Kenya Rural Roads Authority

P. O. Box 528-60300

ISIOLO

And deposited in the tender box market in respective Constituency situated at the KeRRA Regional Office at Isiolo so as to be received on/or before 14th March, 2024 at 10.00am. 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.

REGIONAL DIRECTOR

ISIOLO REGION

ISIOLO REGION TENDER NOTICE FOR EQUALIZATION SAVINGS FY 2022/2023

KENYA RURAL ROADS AUTHORITY

ISIOLO REGION

INVITATION TO TENDER

DOWNLOAD ADVERT HERE

Date: 1st March, 2024

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 of selected roads in various constituencies within Isiolo Region to be funded under Equalization Savings for the financial year 2022/2023. Interested eligible contractors may obtain further information and inspect tender documents from the Procurement Office in Isiolo during the normal working hours Monday – Friday. Tender documents can also be downloaded free of charge from the KeRRA website, www.kerra.go.ke.

NO

CONTRACT DESCRIPTION

TENDER NUMBER

CONSTITUENCY

RESERVATION

FUNDING

 

1

Gotu - Bisani Biliqo (DB Samburu -DB Wajir Dam Road)

KeRRA/08/ISL/039/048/EQUALIZATION SAVINGS-22|23

ISIOLO NORTH

OPEN

Equalization savings

DOWNLOAD

2

Mlango - LMD -Kiwanja (Kiwanja Road)

KeRRA/08/ISL/039/049/EQUALIZATION SAVINGS-22|23

ISIOLO NORTH

YOUTH

Equalization savings

DOWNLOAD

 

QUALIFICATIONS FOR TENDERING

Mandatory Requirements

The following MUST be submitted together with the Bid:

  1. Copy of Certificate of Incorporation.
  2. Copy of Valid Certificate of Registration &Annual Practicing License with the National Construction Authority (NCA 6,7,or 8)
  3. Copy of PIN certificate
  4. VAT Registration Certificate (ACTIVE)
  5. Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
  6. Copy of recent CR12 within Six (6) Months (Will be verified on the register of the company)
  7. Copies of National Identity Cards / Passports of all the Directors
  8. Certified copy of Valid Single Business Permit  
  9. Copy of Valid Certificate of Registration for Access to Government Procurement Opportunities (AGPO), from the National Treasury (For disadvantage groups, Women, Youth and Persons with Disability).- Where applicable.
  10. Those bidding for Persons with Disabilities contracts must attach copies of IDs issued by the NCPWD for the Directors who are disabled (Certified Copies). (Will be verified from the website)
  11. Copies of Log books for ownership of Machines and Equipment. Those hiring must provide copies of valid Lease Agreements supported by certified copies of Lessor’s log books.
  12. Current power of attorney for the person signing the tender/ affidavit not more than 6 months from the tender opening date
  13. Litigation History as a Sworn – in Affidavit.
  14. Provide letter of Recommendation from the Bank being proof of ownership of Bank Account under company’s Name.
  15. Form of tender correctly filled, signed & stamped and with a letter head.
  16. Confidential Business Questionnaire correctly filled, signed & stamped.
  17. Tender Validity is 259 days.
  18. Bidders Must Serialize sequentially ALL pages of the tender documents.

Other Requirements

As specified in the respective tender documents covering the following:

  1. ELIGIBILITY
  • To enhance Equity, Bidders shall can only be awarded a maximum of one (1) tender under this Tender Notice.
  • Director (s) bidding under different companies for the same tender shall be disqualified
  • Bidders to comply with section 157of Public Procurement and Asset disposal Act 2015 (PPADA, 2015 ) on participation of candidates in Preference and Reservations.
  • Be Registered as a contractor in Isiolo Region for Open Tenders.
  • Valid AGPO Certificate for Special Group Category (Youth, Women, PWD).
  1. Compliance to Technical Proposal Forms eg. Non - Performing Contracts, Pending Litigation) etc
  2. Similar previous experience is required (Not applicable to special group category)
  3. Professional and Technical Personnel (provide certificates and CVs for the employees)
  4. Turnover and liquid Assets Supported by Audited Accounts for the previous three (3) years ie 2020, 2021, 2022. (Not applicable to special group category).
  5. Provide General and specific Construction Experience.
  6. Site Staff ( CVs and Certificates)
  7. Provide Method Statement (Methodology)
  8. Current work load if any
  9. Any form of Canvassing will lead to disqualification
  1. There shall be no Mandatory Pre-tender site visit , however bidders are advised to make their own arrangements to familiarize themselves with the site and have their pre-tender site visit certificate signed by authorized KeRRA Officer.

 NOTE:

  1. The Bidders Must ensure that their rates in Bills of Quantities are within the known prevailing market rates for road works pursuant to section 70(6) (b) of PPADA, 2015 read together with Regulations 43 (4) of the Public Procurement and Asset Disposal Regulations , 2020.
  2. All certification of documents shall be original and executed by Commissioner for Oaths or Notaries Public. They shall be clearly marked ‘Certified True copy of the Original’
  3. Certificates / Licenses may be verified from or with the Issuing Authorities or Agencies

Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 9th October, 2023.

 

Completed bid documents in plain sealed envelope clearly marked Tender No. and description, “DO NOT OPEN BEFORE THURSDAY, 14th March, 2024 at 10.00am, should be addressed to:

The Regional Director

Kenya Rural Roads Authority

P. O. Box 528-60300

ISIOLO

And deposited in the tender box market in respective Constituency situated at the KeRRA Regional Office at Isiolo so as to be received on/or before 14th March, 2024 at 10.00am. 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.

REGIONAL DIRECTOR

ISIOLO REGION

ISIOLO REGION TENDERS 10% AND GOK

KENYA RURAL ROADS AUTHORITY

INVITATION TO TENDER

 

DOWNLOAD TENDER ADVERT HERE

 

                                                                                                                                                  24TH JULY, 2020

For Roads Maintenance Works in Isiolo Region in the Financial Year 2019-2020, KeRRA has Received Funds for Maintenance of the Roads listed below and invites bids from Eligible Contractors to carry out the works.

CONTRACT NO.

Road Name/Code

Works Description

Prequalification

Category /GROUP

Budget/

Estimate(kshs)

Tender Documents

KeRRA/011/ISL/39/039/2019-2020

IRESABORU-BADANA

Routine Maintenance/Spot improvement

YOUTH

4,510,000.00

DOWNLOAD TENDER DOCUMENT HERE

KeRRA/011/ISL/39/040/2019-2020

SERICHO-MODOGASHE

Routine Maintenance/Spot improvement

OPEN

4,076,000.00

DOWNLOAD TENDER DOCUMENT HERE

KeRRA/011/ISL/39/041/2019-2020

MBARAMBATE-MALKADAKA

Routine Maintenance/Spot improvement

PWD

1,660,000.00

DOWNLOAD TENDER DOCUMENT HERE

KeRRA/011/ISL/39/046/2019-2020

KUBI-CARLO BRIDGE-MBARAMBATE

Routine Maintenance/Spot improvement

OPEN

3,294,000.00

DOWNLOAD TENDER DOCUMENT HERE

KeRRA/011/ISL/39/048/2019-2020

BILIQO KUBI-CARLO BRIDGE

Routine Maintenance/Spot improvement

WOMEN

2,674,000.00

DOWNLOAD TENDER DOCUMENT HERE

 

Eligible Bidders must meet the following criteria, among others;

  1. Have a valid tax compliance Certificate.
  2. Bidders are expected to familiarize themselves with site on their own before bidding, should a bidder need a letter for the purpose of accessing the site it may visit the Isiolo KeRRA office.
  3. Valid NCA registration and Annual Practicing certificate.
  4. Pre-qualified in Isiolo Region; for the OPEN category.
  5. Youth, Women and People with Disabilities, the company must be registered under the preference categories as Women, Youth or Persons with Disabilities and show proof of registration with the relevant government agency.
  6. PWD shall show proof of disability by registration with National Council of Persons with Disability.
  7. Have not been awarded works in the financial year 2019-2020 or have any on-going works as a company or associate.

NB: Youth, Women and Persons with Disability do not need prequalification for the Works reserved for their respective categories but should be prequalified if they wish to participate in the OPEN category.

Tender documents detailing additional requirements, specification and scope of works Should be obtained from KeRRA WEBSITE; www.kerra.go.ke or ifmis supplier portal for FREE.

 

Completed and serialized tender documents in Wax sealed plain envelopes marked with Tender reference (KeRRA/011/ISL/39/……2019-2020) and description, without bidder’s identity, should be deposited in the Tender Box located at the entrance to KeRRA Isiolo Region Office within Public Works Yard in Isiolo or be addressed and sent to;

 

 

Deputy Director,

Kenya Rural Roads Authority-Isiolo Region,

P.O. Box 528-30100,

ISIOLO.

 

So as to be received by Friday 7th August 2020 at 11.00 am.

Opening of bids will take place immediately thereafter in presence of Tenderers’ representatives who wish to attend. But bidders are advised to send minimal representation during opening as a maximum of 15 persons gathering rule will be observed in line with Ministry of Health guidelines in view of COVID-19.

PROCUREMENT OFFICER.

FOR DEPUTY DIRECTOR,

 ISIOLO REGION.

Julius Korir, C.B.S is the Principal Secretary- Infrastructure, Ministry of Transport, Infrastructure Housing and Urban Development.

Julius Korir, C.B.S is the Principal Secretary- Infrastructure, Ministry of Transport, Infrastructure Housing and urban Development 

 

KAJIADO REGION 22% RMLF and 10% RMLF TENDERS FY 2021-2022

                                                                                                                                             

KENYA RURAL ROADS AUTHORITY

KAJIADO REGIONAL OFFICE

P.O.BOX 64,

KAJIADO

                                                                                                        26th October, 2021

 

DOWNLOAD TENDER ADVERT HERE

 

ADDENDUM 1 KAJIADO REGION

 

TENDER NOTICE (22% AND 10% RMLF) 2021/2022

 

Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility to Manage, Develop, Rehabilitate and Maintain Rural Roads.

The Authority invites sealed tenders from PRE-QUALIFIED BIDDERS IN THE REGION for maintenance and improvement of the following Roads in Kajiado North to be funded using 22% and 10% RMLF funds.

Interested bidders should attach relevant documents which will be used as minimum requirements to support their bids.

22% RMLF

Road Code

Road Name

                                       Tender No.    

Road works Category

Pre-tender site visit Date

Category

Tender Documents

 

 

 

 

 

 

 

G71199

Eureka Road Jnc C57-Kiserian

KeRRA/11/Kjd/39/22/2-34-21/22 – 034

C

None

Women

DOWNLOAD TENDER DOCUMENT HERE

G7891

Jnc Ack Cathedral-Cathedral-Hill Jnc D523

KeRRA/11/Kjd/39/22/2-34-21/22 – 035

C

None

All

DOWNLOAD TENDER DOCUMENT HERE

G7910

Jn E494 Mericho-Olkeri Forest Jn E593

KeRRA/11/Kjd/39/22/2-34-21/22 – 036

C

None

Youth

DOWNLOAD TENDER DOCUMENT HERE

G7919

Jn D523 Maasai Road-Matasia Jn D523

KeRRA/11/Kjd/39/22/2-34-21/22 – 037

C

None

All

DOWNLOAD TENDER DOCUMENT HERE

G7919

Ole Sayuri Road-Jn Kahara

KeRRA/11/Kjd/39/22/2-34-21/22 – 038

C

None

All

DOWNLOAD NEW TENDER DOCUMENT HERE

10% RMLF

Road Code

Road Name

                                   Tender No.

Road works Category

Pre-tender site visit Date

Category

Tender Documents

G7918

Jnc D523 Maasai Road-Ngong Road

  KeRRA/11/Kjd/39/10/2-34-21/22 – 039     

C

None

All

DOWNLOAD TENDER DOCUMENT HERE

G7965

Forest Line-Mage Road-Jnc C57 Ongata Rongai Road

  KeRRA/11/Kjd/39/10/2-34-21/22 – 040

C

None

PWD

DOWNLOAD TENDER DOCUMENT HERE

1)          SCOPE OF WORKS

              The scope of works is as detailed in the Tender Document

2)          The minimum requirements for Bidding are as follows:

Tenderers shall include the following information and documents with their tenders, unless otherwise stated:

See the documents for more other requirements.

  • Certified copy of Certificate of Incorporation.
  • Copy of Valid Annual Practicing License with the National Construction Authority in the classes specified above
  • Certified copy of PIN certificate registered for VAT obligation
  • Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
  • Certified Copy of CR 12 form (issued within the last Twelve months before the opening date)
  • Certified copies of National Identity Cards / Passports of Directors and any shareholder or individual listed on the CR12.
  • Valid Single Business Permit
  • Certified copy of Valid Certificate of Registration for Access to Government Procurement Opportunities (AGPO), from the national treasury (For disadvantage groups, Women, Youth and Persons with Disability).
  • Those bidding for Persons with Disabilities contracts must attach copies of IDs issued by the NCPWD for the Directors who are disabled (Certified Copies).
  • Certified copies of Log books for ownership of Machines and Equipment. Those hiring must provide certified copies of valid Lease Agreements supported by certified copies of Lessor’s log books. (owned/hired equipment’s should be relevant to the works tendered) Or Agreement from Mechanical Transport Fund Department within the last six (6) months.
  • Current sworn affidavit of litigation history before commissioner of oaths for the last (6) six months from the tender opening date.
  • Submit a brief Work Methodology relevant to the works tendered.
  • Proof of Bank Account under the company’s name.
  • Dully filled, signed and stamped bills of quantities.
  • Dully filled, signed, stamped and witnessed Form of Tender.
  • Dully filled and stamped business questionnaire.
  • Dully filled Environmental and Social Commitment Forms.
  • Due to the COVID 19 Pandemic, there shall be no Pretender site visit. Bidders are encouraged to acquaint themselves with the site conditions at their own convenience.

Tender documents may be obtained from KeRRA Website: www.kerra.go.ke, from 26th October, 2021

Completed bid documents, to be enclosed in a plain sealed envelope marked with the Tender name and number should be addressed to:

The Regional Manager Roads

Kenya Rural Roads Authority

Kajiado Region

P.O. Box 64 - 01100

Kajiado

And deposited in the tender box located at the KERRA OFFICES, KAJIADO on or before Thursday, 11th November, 2021 at 10.00 am. Tenders will be opened immediately thereafter and contractors who wish to be present during tender opening can attend. However, the Government Directives on COVID 19 shall be strictly observed.

The Authority reserves the right to accept or reject any tender and is not bound to accept the lowest or any tender

 

 

 

SENIOR SUPPLY CHAIN MANAGEMENT OFFICER

FOR: DEPUTY DIRECTOR ROADS

Kajiado December 2018

TENDER NOTICE (22%), 2018-2019

Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility to Manage, Develop, Rehabilitate and Maintain Rural Roads.

The Authority invites sealed tenders from PRE-QUALIFIED BIDDERS IN THE RESPECTIVE CONSTITUENCY for the maintenance and improvement of the following Roads to be funded using 22% RMLF. NB: SPECIAL GROUPS (I.E. WOMEN, YOUTH AND PWDS) ARE EXEMPTED FROM THIS REQUIREMENT WHEN BIDDING FOR TENDERS

SET ASIDE FOR THEM

Interested bidders should attach relevant documents which will be used as minimum requirements to support

their bids.

 

SCOPE OF WORKS

            The scope of works are as detailed in the Tender Document

 

2)         The requirements for Bidding are as follows:

Tenderers shall include the following information and documents with their tenders, unless otherwise stated:

  • Principal place of business;
  • Total monetary value of construction work performed for each of the last five years;
  • Similar previous experience in Road works
  • Major items of construction equipment owned and or signed lease agreement(s);
  • qualifications and experience of key site management and technical personnel proposed for the Contract;
  • Submit written power of attorney authorizing the signatory to commit the bidder
  • Authority to seek references from the Tenderer’s bankers.
  • Certified copies of Registration with National Construction Authority for the applicable class valid at the date of tender of submission
  • Certified copies of Certificate of Incorporation
  • Certified copies of VAT Registration Certificate
  • Certified copies of Valid current Tax compliance certificate
  • Certified copies of PIN registration certificate
  • Current litigation information
  • For the special categories (i.e. the youth, women and persons with disabilities), the bidder must be registered under Public and Disposal Act (Preference preservation) by the National Treasury.
  • Certified copy of CR12
  • All pages of the tender Document (Bid) must be serialized sequently from start to the end
  • Attach a brief work methodology

Tender documents may be obtained from KeRRA Website: www.kerra.go.ke, as from 24th December, 2018.

Completed bid documents, to be enclosed in a plain sealed envelope marked with the Tender name and number should be addressed to:

The Regional Manager

            Kenya Rural Roads Authority

            Kajiado Region

  1. o. Box 64 - 01100,

            Kajiado

and deposited in the tender box located at the KERRA OFFICES, KAJIADO on or before 14th January, 2019 at 10.00 am. Tenders will be opened immediately thereafter and contractors who wish to be present during tender opening can attend.

The Authority reserves the right to accept or reject any tender and is not bound to accept the lowest or any tender

 

ENG. T KARANJA

REGIONAL MANAGER

 

Road Code

Road Name

Km

Constituency

Tender No.

Road works Category

Work Plan Cost (incl. VAT)

Pre-tender site visit Date

Category

G7954

Kimuka - Olasit- Kisames

13.54

Kajiado West

KJD/22%/2-42-18/19-026

C

4,684,864.27

08/01/19

WOMEN Download

D1710

Kisames-

Mile 46

29

Kajiado West

KJD/22%/2-42-18/19-027

C

5,933,697.39

08/01/19

ALL Download

C436

Osiligi - Kipeto

9

Kajiado West

KJD/22%/2-42-18/19-028

C

5,481,565.70

08/01/19

ALL Download

C726

Najile - Ewaso

5.4

Kajiado West

KJD/22%/2-42-18/19-029

C

5,151,704.78

08/01/19

YOUTH Download

Road Code

Road Name

Km

Constituency

Tender No.

Road works Category

Work Plan Cost (incl. VAT)

Pre-tender site visit Date

Category

C271

Jcn C102 Mbirikani – Njarai KM 0+000 – KM 8+000

8

Kajiado South

KJD/22%/2-42-18/19-001

C

3,019,988.43

09/01/19

ALL Download

C271

 Njalai – Olorika

8

Kajiado South

KJD/22%/2-42-18/19-002

C

3,285,792.48

09/01/19

ALL Download

C271

 Olorika – Olotiasika KM 16KM 8+000 – KM 24+000

8

Kajiado South

KJD/22%/2-42-18/19-003

C

2,706,779.27

09/01/19

YOUTH Download

C271

 Olotiasika – Chyulu Hill KM 24KM +000 – KM 32+000

8

Kajiado South

KJD/22%/2-42-18/19-004

C

2,714,886.44

09/01/19

PWD Download

C271

 Chyulu Hill – CB Taveta KM 32+000 – KM 40+000

8

Kajiado South

KJD/22%/2-42-18/19-005

C

2,708,590.05

09/01/19

ALL Download

C271

 Taveta – Kampi Kazi KM 40+000 – KM 50+000

10

Kajiado South

KJD/22%/2-42-18/19-006

C

3,002,937.65

09/01/19

WOMEN Download

C271

 Kampi Kazi Ntilal KM 50+000 – KM 67+000

17

Kajiado South

KJD/22%/2-42-18/19-007

C

3,813,342.19

09/01/19

ALL Download

Road Code

Road Name

 

Constituency

Tender No.

Road works Category

Work Plan Cost (incl. VAT)

Pre-tender site visit Date

Category

G7119

Jcn Oloika – Jcn E1494

5

Kajiado North

KJD/22%/2-42-18/19-019

C

2,217,427.60

08/01/19

YOUTH Download

G71177

Odupoi Road Jn C58 - Jn D523

5

Kajiado North

KJD/22%/2-42-18/19-020

C

2,226,433.33

08/01/19

PWD Download

E7010

Ngong-Kahara-Kiserian

20

Kajiado North

KJD/22%/2-42-18/19-021

C

16,810,347.29

08/01/19

ALL Download

Road Code

Road Name

KM

Constituency

Tender No.

Road works Category

 

Work Plan Cost(incl. VAT)

Pre-tendersite   visit Date

Category

               
           
               
             
                 

C436

Mabatini -- SGR

24

Kajiado East

KJD/22%/2-42-18/19-008,009,010,011

C

7,129,086.17

07/01/19

All Download

                 
                 

C436

SGR -Konza

11

Kajiado East

KJD/22%/2-42-18/19-012,013

C

2,182,044.95

07/01/19

YOUTH Download

                 
                 

C466

Imaroro -CB Makueni

11

Kajiado East

KJD/22%/2-42-18/19-014, 15, 16

C

4,255,559.69

07/01/19

PWD Download

                 
                 

C435

Selengei -Kibini

10

Kajiado East

KJD/22%/2-42-18/19-017, 18

C

3,564,986.06

07/01/19

ALL Download

                 
                 

C435

Kibini - Sultan Hamud

16

Kajiado East

KJD/22%/2-42-18/19-030,31,32

C

4,123,952.97

07/01/19

WOMEN Download

KAJIADO NORTH CONSTITUENCY GOK TENDER

KENYA RURAL ROADS AUTHORITY

KAJIADO REGIONAL OFFICE

P.O.BOX 64,

KAJIADO

                                                                                                                                                                                                                   8th July, 2020

 DOWNLOAD TENDER ADVERT HERE

 

TENDER NOTICE (Development) 2019 – 2020

 

Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility to Manage, Develop, Rehabilitate and Maintain Rural Roads.

The Authority invites sealed tenders from PRE-QUALIFIED BIDDERS IN THE CONSTITUENCY for maintenance and improvement of the following Roads to be funded using Development funds.

Interested bidders should attach relevant documents which will be used as minimum requirements to support their bids.

Road Code

Road Name

Tender No.

Road works Category

Pre-tender site visit Date

Category

Tender Document

G71206

Jcn Ezekiel Mutei – Roimen AP Camp

Kerra/011/39/KJD/Dev/2- 42- 19/20 - 232

C

None

Youth

DOWNLOAD TENDER DOCUMENT HERE

 

1)          SCOPE OF WORKS

              The scope of works is as detailed in the Tender Document

 

2)          The minimum requirements for Bidding are as follows:

Tenderers shall include the following information and documents with their tenders, unless otherwise stated:

  • Principal place of business;
  • Total monetary value of construction work performed for each of the last five years;
  • Similar previous experience in Road works
  • Major items of construction equipment owned and or signed lease agreement(s);
  • qualifications and experience of key site management and technical personnel proposed for the Contract;
  • Submit written power of attorney authorizing the signatory to commit the bidder
  • Authority to seek references from the Tenderer’s bankers.
  • Certified copies of Registration with National Construction Authority valid at the date of tender submission
  • Certified copies of Certificate of Incorporation
  • Certified copies of VAT Registration Certificate
  • Certified copies of Valid Tax compliance certificate
  • Certified copies of PIN registration certificate
  • Current litigation information
  • For the special categories (i.e. the youth, women and persons with disabilities), the bidder must be registered under the Public Procurement and Asset Disposal Act, 2015 for Access to Government Procurement Opportunities (AGPO) program.
  • Certified copy of CR12 certificate
  • All pages of the tender Document must be serialized sequently from start to the end
  • Attach a brief work methodology
  • Due to the COVID 19 Pandemic, there shall be no Pretender site visit. Bidders are encouraged to acquaint themselves with the site conditions at their own convenience.

Tender documents may be obtained from KeRRA Website: www.kerra.go.ke, from 9th July 2020

Completed bid documents, to be enclosed in a plain sealed envelope marked with the Tender name and number should be addressed to:

             The Deputy Director Roads

              Kenya Rural Roads Authority

              Kajiado Region

              P. o. Box 64 - 01100,              

              Kajiado

and deposited in the tender box located at the KERRA OFFICES, KAJIADO on or before Thursday, 23rd July 2020 at 10.00 am. Tenders will be opened immediately thereafter and contractors who wish to be present during tender opening can attend. However, the Government Directives on COVID 19 shall be strictly observed.

The Authority reserves the right to accept or reject any tender and is not bound to accept the lowest or any tender

SENIOR SUPPLY CHAIN OFFICER

FOR: DEPUTY DIRECTOR ROADS

KAJIADO NOV 2018

 

KENYA RURAL ROADS AUTHORITY KAJIADO REGIONAL OFFICE P.O.BOX 64,

KAJIADO

16th November, 2018

 

TENDER NOTICE (22%), 2018-2019

 

Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility to Manage, Develop, Rehabilitate and Maintain Rural Roads.

The Authority invites sealed tenders from PRE-QUALIFIED BIDDERS IN THE CONSTITUENCY for the maintenance and improvement of the following Roads to be funded using 22% RMLF. NB: SPECIAL GROUPS (I.E. WOMEN, YOUTH AND PWDS) ARE EXEMPTED FROM THIS REQUIREMENT WHEN BIDDING FOR TENDERS SET ASIDE FOR THEM

Interested bidders should attach relevant documents which will be used as minimum requirements to support their bids.

download the advert here

Road Code

Road Name

 

Constituency

Tender No.

Road

works Category

Work Plan Cost (incl. VAT)

Pre-tender

site          visit Date

Category

 

C436

Oloosuiyan       - Kajiado

8.50

Kajiado Central

KJD/22%2-42- 18/19-022

C

4,616,022.25

27/11/18

All

download

C436

Oloiyangalani - Oloosuiyan

7.4

Kajiado Central

KJD/22%2-42- 18/19-023

C

5,004,203.02

27/11/18

Women

download

C435

Gatataek - Mailwa

19.50

Kajiado Central

KJD/22%2-42- 18/19-024

C

8,729,242.35

27/11/18

All

download

E7019

Mashuru - D524 Enkorika

8.30

Kajiado Central

KJD/22%2-42- 18/19-025

C

2,899,560.41

27/11/18

Youth

download

1)                  SCOPE OF WORKS

The scope of works are as detailed in the Tender Document

2)                  The requirements for Bidding are as follows:

 

Tenderers shall include the following information and documents with their tenders, unless otherwise stated:

  • Principal place of business;
  • Total monetary value of construction work performed for each of the last five years;

 

  • Similar previous experience in Road works
  • Major items of construction equipment owned and or signed lease agreement(s);
  • qualifications and experience of key site management and technical personnel proposed for the Contract;
  • Submit written power of attorney authorizing the signatory to commit the bidder
  • Authority to seek references from the Tenderer’s
  • Certified copies of Registration with National Construction Authority for the applicable class valid at the date of tender of submission
  • Certified copies of Certificate of Incorporation
  • Certified copies of VAT Registration Certificate
  • Certified copies of Valid Current Tax compliance certificate
  • Certified copies of PIN registration certificate
  • Current litigation information
  • For the special categories (i.e. the youth, women and persons with disabilities), the bidder must be registered under Public and Disposal Act (Preference preservation) by the National
  • Certified copy of CR12
  • All pages of the tender Document (Bid) must be serialized sequently from start to the end
  • Attach a brief work methodology

Tender documents may be obtained from KeRRA Website: www.kerra.go.ke, as from 19th November, 2018. Completed bid documents, to be enclosed in a plain sealed envelope marked with the Tender name and number should be addressed to:

The Regional Manager Kenya Rural Roads Authority Kajiado Region

  1. o. Box 64 - 01100,

Kajiado

 

and deposited in the tender box located at the KERRA OFFICES, KAJIADO on or before 5th December, 2018 at

10.00 am. Tenders will be opened immediately thereafter and contractors who wish to be present during tender opening can attend.

The Authority reserves the right to accept or reject any tender and is not bound to accept the lowest or any tender

ENG. T KARANJA REGIONAL MANAGER

KAJIADO NOV 2018 ADDEDUM

KENYA RURAL ROADS AUTHORITY

Tel:                                                                                                                                                                                                                                                                                              Kajiado Region

Fax:                                                                                                                                  P. O. Box 64,    

Webside: www.kerra.go.ke                                                                                Kajiado

______________________________________________________________________________________________________                                                                                                                

 20th November, 2018                                     

TENDER NOTICE

download addedum here

ADDENDUM NO. 1 TO TENDER NOTICE FOR ROADWORKS DATED 16TH NOVEMBER, 2018 FOR 22% FUEL LEVY (KAJIADO CENTRAL)

Further to the requirements for bidding as per the instructions to bidders in the tender notice (advertisement) for Roads works in Kajiado Central, we wish to notify all the interested contractors as follows:

  • The correct name for Road Oloiyangalani – Oloosuyan (as indicated in the advertisement and Tender document) is Oloiyangalani – Embeut (Tender No. KJD/22%/2-42-18/19-022)
  • Road Mashuru – D524 Enkorika (Tender No. KJD/22%/2-42-18/19-025), earlier set aside for Youth (see last column for category in the advert.) has now been opened to all interested bidders

All other conditions remain the same

 

Richard C Kilel

For: Regional Manager

Kajiado Region

KAJIADO WEST
INVITATION TO TENDER

February, 05, 2018

The Ministry of Transport and Infrastructure, through Kenya Rural Roads Authority, KAJIADO Region, hereby invites sealed tenders from contractors for routine maintenance and improvement works on the following roads In Kajiado region

 Item Tender No.  Road Name  VENUE OF THE MEETING  Downloads
 1  KJD/22%/2-42-17|18-007 JCN C102 MBIRIKANI – LOUA
(Chainage)5+00 TO 10+500 KM
 February, 2018 ,Kajiado Kerra Loitoktok Office At 9.00am  Download
 2  KJD/22%/2-42-17|18-009 JCN C102 MBIRIKANI – LOUA
0+00 TO 5+500 KM
 February, 2018 ,Kajiado Kerra Loitoktok Office At 9.00am  Download
 3  KJD/22%/2-42-17|18-024 ROAD NUMBER:E704
JCN C102 MBIRIKANI – LOUA
16+500 TO 21 KM
 February, 2018 ,Kajiado Kerra Loitoktok Office At 9.00am  Download

INSTRUCTIONS TO TENDERERS

1. Pre-tender site visits are MANDATORY – please note the site visit dates above. The cost of visiting the site shall be at the bidder’s own expense.
2. Bidders are to attach copies of the mandatory requirements i.e. certified copies of Certificate of incorporation, National Construction Authority Certificate, VAT registration certificate, PIN registration certificate, copy of valid tax compliance certificate.
3. For the Tenders under special group the bidders must be registered under the public and disposal act (preference and reservations) regulations, 2013 and provide documents from treasury to prove that they belong to any of the above category.
4. Bidders may be required to provide the original mandatory documents before the award.
5. In addition the Binders shall provide all information and documents required by the Employer in bid document.

Interested contractors who meet the above criteria may obtain the tender documents from KeRRA website www.kerra.go.ke for free of charge or from the Regional office, Kajiado, from February 06, 2018 during normal working hours upon payment of Kshs. 1000. in form of a bank deposit slip from KCB a/c No 1114343196 payable to KeRRA A-I-A. (KenyaRural Roads Authority). Tenders sealed in separate envelopes to be addressed to:-

The Regional Manager,
Kenya Rural Roads Authority
P. O. Box 64-01100
KAJIADO

And deposited in the tender box at the reception, so as to be received not later than 11.00 A.M or before February 20, 2018. Tender opening will take place immediately after closing time in the presence of Bidders who wish to attend. The Authority reserves the right to accept or reject the tender without giving reasons and is not bound to accept the lowest or any tender.

Procurement Officer,
For Regional Manager, KeRRA

KAJIADO REGION

KENYA RURAL ROADS AUTHORITY

INVITATION TO TENDER

 

MARCH 26, 2018

 

The Ministry of Transport and Infrastructure, through Kenya Rural Roads Authority, KAJIADO Region, hereby invites sealed tenders from contractors in the region for the for routine maintenance and improvement works on the following roads In Kajiado region.

 

Tender No.

Road Name

Site Dates And Venue Of The Meeting

Download

1.

KJD/10%/2-42-17|18-020

Jcn C58 Ongata Rongai -

Nazarene University

APRIL 3, 2018   Ngong Dcs

Office At 9.00am

 Document

INSTRUCTIONS TO TENDERERS

  1. Pre-tender site visits are Mandatory – please note the site visit dates above. The cost of visiting the

site shall be at the bidder’s own expense.

  1. Bidders are to attach copies of the mandatory requirements i.e. Certified copies of Certificate of incorporation, valid National Construction Authority Certificate, VAT registration certificate, PIN registration certificate, copy of valid tax compliance certificate.
  2. For the Tenders under special group the bidders must be registered under the public and disposal act

(preference and reservations) regulations, 2013 and provide documents from treasury to prove that they belong to any of the above category.

  1. Bidders may be required to provide the original mandatory documents before the award.
  2. In addition the Binders shall provide all information and documents required by the Employer in bid document.

Interested contractors who meet the above criteria may obtain the tender documents from the

Regional office, Kajiado, from MARCH 27,2018 .The document is available from KeRRA website www.kerra.go.ke free of charge or from KeRRA regional office upon payment of  non-refundable fee of Kshs. 1,000 per tender document in form of a bank deposit  slip from KCB a/c No

1114343196 payable to KeRRA A-I-A. (Kenya Rural Roads Authority)The procuring entity shall allow the tenderer to review the tender document free of charge before purchase. Tenders sealed in

separate envelopes to be addressed to:-

The Regional Manager, Kenya Rural Roads Authority P. O. Box 64-01100

KAJIADO

And deposited in the tender box at the reception, so as to be received not later than 11.00 A.M or

before  APRIL 10, 2018. Tender opening will take place immediately after closing time in the presence of Binders who wish to attend. The Authority reserves the right to accept or reject the tender without giving reasons and is not bound to accept the lowest or any tender.

Procurement Officer,

For Regional Manager, KeRRA

KAJIADO REGION GOK and CS ALLOCATION TENDERS

Date:14th August,2023

                                  INVITATION TO TENDER                                             

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 all interested Road Works Contractors prequalified FY 2021 - 2023 in the Region and AGPO eligible firms/ groups to the Financial Year 2022 / 2023. Allocation of GOK and CS funds for routine maintenance and spot improvement works, on the roads indicated below: 

 

No

 PACKAGE NO.  

ROAD NO.

 ROAD LINK  

RESERVED

1

KeRRA/11/KJD/39/CS/2-42-22|23-093

C435

Enkajuerrap – Paai Road

YOUTH

2

KeRRA/11/KJD/39/CS/2-42-22|23-094

E410

Pelewa – Olotonlugum Road

OPEN

3

KeRRA/11/KJD/39/CS/2-42-22|23-101

G7615

Arroi – Kima Road

OPEN

4

KeRRA/11/KJD/39/CS/2-42-22|23-107

C726

Mosiro – Oldepe Road

OPEN

5

KeRRA/11/KJD/39/CS/2-42-22|23-108

C436

Kimuka -Kisamis Road

WOMEN

6

KeRRA/11/KJD/39/GOK-Dev/2-42-22|23-095

C436

Mabatini - Emarti

OPEN

 7

KeRRA/11/KJD/39/GOK-Dev/2-42-22|23-096

C436

Mabatini - Konza

OPEN

8

KeRRA/11/KJD/39/GOK-Dev/2-42-22|23-097

C436

Matemu - Konza

PWD

9

KeRRA/11/KJD/39/GOK-Dev/2-42-22|23-098

C444

Milimani - kitengela

WOMEN

10

KeRRA/11/KJD/39/GOK-Dev/2-42-22|23-099

G7529

Jnc - Olooloitikosh

OPEN

11

KeRRA/11/KJD/39/GOK-Dev/2-42-22|23-100

G7615

Mashuru – Sultan Hamud

OPEN

12

KeRRA/11/KJD/39/GOK-Dev/2-42-22|23-102

C444

Ole Kasasi - Nazarene

OPEN

13

KeRRA/11/KJD/39/GOK-Dev/2-42-22|23-103

E7029

Enkeju – Ekuku - Moilo

WOMEN

14

KeRRA/11/KJD/39/GOK-Dev/2-42-22|23-104

E7029

Moilo - Oerata

YOUTH

15

KeRRA/11/KJD/39/GOK-Dev/2-42-22|23-105

E7029

Oerata – Nolasiti - Rombo

WOMEN

16

KeRRA/11/KJD/39/GOK-Dev/2-42-22|23-106

C436

Kimuka – Kisamis – Kona Baridi

WOMEN

17

KeRRA/11/KJD/39/GOK-Dev/2-42-22|23-109

G7442

Oldanyati – Leshuta Road

OPEN

18

KeRRA/11/KJD/39/GOK-Dev/2-42-22|23-110

G7463

Olemishish Road

OPEN

19

KeRRA/11/KJD/39/GOK-Dev/2-42-22|23-111

G7468

Baraka Naromoru Sec School Road

OPEN

20

KeRRA/11/KJD/39/GOK-Dev/2-42-22|23-112

G7457

Mpeti – Geffy Pulei Road

OPEN

 

 

 QUALIFICATIONS FOR TENDERING  

Mandatory Requirements 

The following MUST be submitted together with the Bid:

  1. Certified copy of Certificate of Incorporation.
  2. Certified certificate of registration with NCA Category 4,5,6,7 and 8 and Annual Practicing License Certified copy of PIN certificate
  3. Certified VAT Registration
  4. Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
  5. Certified Copy of recent CR12 (Will be verified on the register of the company)
  6. Certified copy of National Identity Cards / Passports of Directors
  7. Certified copy of Valid Single Business Permit
  8. Certified copy of Valid Certificate of Registration for Access to Government Procurement Opportunities

(AGPO), from the national treasury (For disadvantage groups, Women, Youth and Persons with Disability). 

  1. Those bidding for Persons with Disabilities contracts must attach copies of IDs issued by the NCPWD for the Directors who are disabled (Certified Copies). (Will be verified from the website)
  2. Certified copies of Log books for ownership of Machines and Equipment. Those hiring must provide certified copies of valid Lease Agreements supported by certified copies of Lessor’s log books.
  3. Current power of attorney/ affidavit not more than 6 months from the tender opening date
  4. Authority to seek reference from Contractors’ bankers
  5. Provide letter from the Bank proving that directors in CR12 are signatories to the account
  6. Form of tender correctly filled, signed & stamped
  7. Confidential Business Questionnaire correctly filled, signed & stamped
  8. Bidders Must Serialize sequentially ALL pages of the tender documents.
  9. Submit a brief Work Methodology
  10. Bill of quantities should be correctly filled, signed and stamped

 

Other Requirements  

As specified in the respective tender documents covering the following: 

  1. Similar previous experience is required
  2. Professional and Technical Personnel (provide CVs for the employees)
  3. Turnover and liquid Assets Supported by Audited Accounts for the previous three (3) years (Not applicable to special group category)
  4. Eligibility
    1. To enhance equity, bidders shall bid for a maximum of Two (2) Tenders, but can only be Awarded a Maximum of One (1) Tender, under this Tender Notice. Bidders who participate in more than Two (2) tenders shall be disqualified.
    2. Director (s) bidding under different companies for the same tender shall be disqualified
    3. Director (s) bidding under different companies should not participate in more than Two (2)

Tenders

  1. Current work load if any
  2. Any form of Canvassing will lead to disqualification
  3. To enhance EQUITY, each bidder is eligible for award of only ONE CONTRACT
  4. pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids and ensure their site visit certificates are duly signed by respective Officer.

NOTE: 

  1. All certification of documents shall be original and executed by Commissioner for Oaths or Notaries

Public. They shall be clearly marked ‘Certified True copy of the Original’

  1. Certificates / Licenses may be verified from or with the Issuing Authorities or Agencies

 

Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 15th August, 2023. Duly completed tender documents in plain sealed envelopes marked with the respective tender number, project name should be addressed to: 

Regional Director

Kenya Rural Roads Authority (KeRRA) 

Kajiado Region

P.O. Box 64 -01100

KAJIADO 

 

The same should be deposited in the constituency tender box at the KeRRA, KAJIADO REGIONAL OFFICE on or before Monday, 28th August 2023 at 11.00 am. Tenders will be opened immediately thereafter at the same venue.  Late submission of tenders shall not be accepted. 

 

 

 

REGIONAL DIRECTOR 

KAJIADO REGION (KAJIADO EAST CONSTITUENCY) 22% TENDERS F/Y 2019/2020

TENDER NOTICE (22% Allocation for Constituencies) 2019-2020 – Kajiado East

 

Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility to Manage, Develop, Rehabilitate and Maintain Rural Roads.

The Authority invites sealed tenders from PRE-QUALIFIED BIDDERS IN THE CONSTITUENCY for maintenance and improvement of the following Roads to be funded using 22% Fuel Levy Funds.

NB: COMPANIES WITH AGPO CERTIFICATE OF REGISTRATION (I.E. WOMEN, YOUTH AND PWDS) ARE EXEMPTED FROM THIS PREQUALIFICATION REQUIREMENT

Interested bidders should attach relevant documents which will be used as minimum requirements to support their bids.

Download tender notice here

Road Code

Road Name

Tender No.

Road works Category

Pre-tender site visit Date

Category

Download

C435

Emarti – Enkirigiri

Kerra/011/39/KJD/22%/2-42-19/20-005

C

27/11/2019

All

Tender Document

C466

Imaroro - Kiu

Kerra/011/39/KJD/22%/2-42-19/20-006

C

27/11/2019

PWD

Tender Document

C436

Selengei – Kibini – Sultan Hamud

Kerra/011/39/KJD/22%/2-42-19/20-007

C

27/11/2019

All

Tender Document
 

Kitengela Boys - Sholinke

Kerra/011/39/KJD/22%/2-42-19/20-008

C

27/11/2019

Women

Tender Document

 

 

1)         SCOPE OF WORKS

            The scope of works is as detailed in the Tender Document

 

2)         The minimum requirements for Bidding are as follows:

Tenderers shall include the following information and documents with their tenders, unless otherwise stated:

  • Principal place of business;
  • Total monetary value of construction work performed for each of the last five years;
  • Similar previous experience in Road works
  • Major items of construction equipment owned and or signed lease agreement(s);
  • qualifications and experience of key site management and technical personnel proposed for the Contract;
  • Submit written power of attorney authorizing the signatory to commit the bidder
  • Authority to seek references from the Tenderer’s bankers.
  • Certified copies of Registration with National Construction Authority for the applicable class valid at the date of tender of submission
  • Certified copies of Certificate of Incorporation
  • Certified copies of VAT Registration Certificate
  • Certified copies of Valid Tax compliance certificate
  • Certified copies of PIN registration certificate
  • Current litigation information
  • For the special categories (i.e. the youth, women and persons with disabilities), the bidder must be registered under the Public Procurement and Asset Disposal Act, 2015 for Access to Government Procurement Opportunities (AGPO) program.
  • Certified copy of CR12 certificate
  • All pages of the tender Document must be serialized sequently from start to the end
  • Attach a brief work methodology
  • Pretender site visit is mandatory and interested contractors shall assemble at KeRRA

            Regional Office, Kajiado, at 8.30 am on the date specified above

Tender documents may be obtained from KeRRA Website: www.kerra.go.ke, from Friday, 22nd November, 2019

Completed bid documents, to be enclosed in a plain sealed envelope marked with the Tender name and number should be addressed to:

            The Deputy Director Roads

            Kenya Rural Roads Authority

            Kajiado Region

            P.o. Box 64 - 01100,

            Kajiado

and deposited in the tender box located at the KERRA OFFICES, KAJIADO on or before Monday 9th December, 2019 at 10.00 am. Tenders will be opened immediately thereafter and contractors who wish to be present during tender opening can attend.

The Authority reserves the right to accept or reject any tender and is not bound to accept the lowest or any tender

SENIOR SUPPLY CHAIN OFFICER

FOR: DEBUTY DIRECTOR ROADS

KAJIADO REGION (KAJIADO SOUTH CONSTITUENCY) 22% tenders F/Y 2019/2020

TENDER NOTICE (22% Allocation for Constituencies) 2018-2019 – Kajiado South

 

Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility to Manage, Develop, Rehabilitate and Maintain Rural Roads.

The Authority invites sealed tenders from PRE-QUALIFIED BIDDERS IN THE CONSTITUENCY for maintenance and improvement of the following Roads to be funded using 22% Fuel Levy Funds.

NB: COMPANIES WITH AGPO CERTIFICATE OF REGISTRATION (I.E. WOMEN, YOUTH AND PWDS) ARE EXEMPTED FROM THIS PREQUALIFICATION REQUIREMENT

Interested bidders should attach relevant documents which will be used as minimum requirements to support their bids.

Download Tender Notice Here

Road Code

Road Name

Tender No.

Road works Category

Pre-tender site visit Date

Category

Download                      

C271

Olorika – Oltiasika

Kerra/011/39/KJD/22%/2-42-19/20-009

C

28/11/2019

All

Tender Document

C271

Oltiasika – Chyulu NP

Kerra/011/39/KJD/22%/2-42-19/20-010

C

28/11/2019

All

Tender Document

C271

Chyulu NP – CB Taveta

Kerra/011/39/KJD/22%/2-42-19/20-011

C

28/11/2019

Youth

Tender Document

C271

C271 Mbirikani - Njarai

Kerra/011/39/KJD/22%/2-42-19/20-012

C

28/11/2019

Women

Tender Document

 

 

1)         SCOPE OF WORKS

            The scope of works is as detailed in the Tender Document

 

2)         The minimum requirements for Bidding are as follows:

Tenderers shall include the following information and documents with their tenders, unless otherwise stated:

  • Principal place of business;
  • Total monetary value of construction work performed for each of the last three years;
  • Similar previous experience in Road works
  • Major items of construction equipment owned and or signed lease agreement(s);
  • qualifications and experience of key site management and technical personnel proposed for the Contract;
  • Submit written power of attorney authorizing the signatory to commit the bidder
  • Authority to seek references from the Tenderer’s bankers.
  • Certified copies of Registration with National Construction Authority for the applicable class valid at the date of tender of submission
  • Certified copies of Certificate of Incorporation
  • Certified copies of VAT Registration Certificate
  • Certified copies of Valid Tax compliance certificate
  • Certified copies of PIN registration certificate
  • Current litigation information
  • For the special categories (i.e. the youth, women and persons with disabilities), the bidder must be registered under the Public Procurement and Asset Disposal Act, 2015 for Access to Government Procurement Opportunities (AGPO) program.
  • Certified copy of CR12 certificate
  • All pages of the tender Document must be serialized sequently from start to the end
  • Attach a brief work methodology
  • Pretender site visit is mandatory and interested contractors shall assemble at KeRRA

            Regional Office, Kajiado, at 8.30 am on the date specified above

Tender documents may be obtained from KeRRA Website: www.kerra.go.ke, from Friday, 22nd November, 2019

Completed bid documents, to be enclosed in a plain sealed envelope marked with the Tender name and number should be addressed to:

            The Deputy Director Roads

            Kenya Rural Roads Authority

            Kajiado Region

            P.o. Box 64 - 01100,

            Kajiado

and deposited in the tender box located at the KERRA OFFICES, KAJIADO on or before Tuesday 10th December, 2019 at 10.00 am. Tenders will be opened immediately thereafter and contractors who wish to be present during tender opening can attend.

The Authority reserves the right to accept or reject any tender and is not bound to accept the lowest or any tender

SENIOR SUPPLY CHAIN OFFICER

FOR: DEBUTY DIRECTOR ROADS

KAJIADO REGION 10% Cabinet Secretary’s Allocation

                                                                            

KENYA RURAL ROADS AUTHORITY

KAJIADO REGIONAL OFFICE

P.O.BOX 64,

KAJIADO

                                                                                                                15th May, 2020

 DOWNLOAD TENDER ADVERT HERE

 

TENDER NOTICE  (10% Minister’s Allocation) 2019 – 2020

 

 

Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility to Manage, Develop, Rehabilitate and Maintain Rural Roads.

The Authority invites sealed tenders from PRE-QUALIFIED BIDDERS IN THE CONSTITUENCY for maintenance and improvement of the following Roads to be funded using 10% Minister’s allocation.

NB: COMPANIES WITH AGPO CERTIFICATE OF REGISTRATION (I.E. WOMEN, YOUTH AND PWDS) ARE EXEMPTED FROM THIS PREQUALIFICATION REQUIREMENT

Interested bidders should attach relevant documents which will be used as minimum requirements to support their bids.

Road Code

Road Name

Tender No.

Road works Category

Pre-tender site visit

Category

Tender Documents

G7309

Lesi – Mpayieyo road

Kerra/011/39/KJD/10%Min/2- 42- 19/20 - 412

C

None

All

DOWNLOAD TENDER DOCUMENT HERE

G7315

Kantimo - Empuyiankat - WPC Road 

Kerra/011/39/KJD/10%Min/2- 42- 19/20 - 413

C

None

All

DOWNLOAD TENDER DOCUMENT HERE

G7320

Kupany - Torinke Road

Kerra/011/39/KJD/10%Min/2- 42- 19/20 - 415

C

None

Youth

DOWNLOAD TENDER DOCUMENT HERE

G7321

Keempua - Meijo Jnc Road 

Kerra/011/39/KJD/10%Min/2- 42- 19/20 - 416

C

None

Women

DOWNLOAD TENDER DOCUMENT HERE

 

1)          SCOPE OF WORKS

              The scope of works is as detailed in the Tender Document

 

2)          The minimum requirements for Bidding are as follows:

Tenderers shall include the following information and documents with their tenders, unless otherwise stated:

  • Principal place of business;
  • Total monetary value of construction work performed for each of the last five years;
  • Similar previous experience in Road works
  • Major items of construction equipment owned and or signed lease agreement(s);
  • qualifications and experience of key site management and technical personnel proposed for the Contract;
  • Submit written power of attorney authorizing the signatory to commit the bidder
  • Authority to seek references from the Tenderer’s bankers.
  • Certified copies of Registration with National Construction Authority in any of Class 4, 5, 6, 7 or 8 valid at the date of tender submission
  • Certified copies of Certificate of Incorporation
  • Certified copies of VAT Registration Certificate
  • Certified copies of Valid Tax compliance certificate
  • Certified copies of PIN registration certificate
  • Current litigation information
  • For the special categories (i.e. the youth, women and persons with disabilities), the bidder must be registered under the Public Procurement and Asset Disposal Act, 2015 for Access to Government Procurement Opportunities (AGPO) program.
  • Certified copy of CR12 certificate
  • All pages of the tender Document must be serialized sequently from start to the end
  • Attach a brief work methodology
  • Due to the COVID 19 Pandemic, there shall be no Pretender site visit. Bidders are encouraged to acquaint themselves with the site conditions at their own convenience.

Tender documents may be obtained from KeRRA Website: www.kerra.go.ke, from 16th May 2020

Completed bid documents, to be enclosed in a plain sealed envelope marked with the Tender name and number should be addressed to:

              The Deputy Director - Roads

              Kenya Rural Roads Authority

              Kajiado Region 

              P.o. Box 64 - 01100,              

              Kajiado

and deposited in the tender box located at the KERRA OFFICES, KAJIADO on or before Friday, 2nd June 2020 at 10.00 am. Tenders will be opened immediately thereafter and contractors who wish to be present during tender opening can attend. However, the Government Directives on COVID 19 shall be strictly observed.

The Authority reserves the right to accept or reject any tender and is not bound to accept the lowest or any tender

SENIOR SUPPLY CHAIN OFFICER

FOR: DEPUTY DIRECTOR ROADS

 

KENYA RURAL ROADS AUTHORITY

KAJIADO REGIONAL OFFICE

P.O.BOX 64,

KAJIADO

                                                                                                                                                                                                                  15th May, 2020

DOWNLOAD TENDER ADVERT HERE

 

TENDER NOTICE (10% RMLF Cabinet Secretary’s Allocation) 2019 – 2020

 

Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility to Manage, Develop, Rehabilitate and Maintain Rural Roads.

The Authority invites sealed tenders from PRE-QUALIFIED BIDDERS IN THE CONSTITUENCY for maintenance and improvement of the following Roads to be funded using 10%RMLF Cabinet Secretary’s allocation.

NB: COMPANIES WITH AGPO CERTIFICATE OF REGISTRATION (I.E. WOMEN, YOUTH AND PWDS) ARE EXEMPTED FROM THIS PREQUALIFICATION REQUIREMENT

Interested bidders should attach relevant documents which will be used as minimum requirements to support their bids.

Road Code

Road Name

Tender No.

Road works Category

Pre-tender site visit Date

Category

TENDER DOCUMENT 

G7835

Oloolua Forest – Olepolos – Matasia 46

Kerra/011/39/KJD/10% Min/2-42-19/20-411

C

None

All

DOWNLOAD TENDER DOCUMENT HERE

 

 

1)          SCOPE OF WORKS

              The scope of works is as detailed in the Tender Document

 

2)          The minimum requirements for Bidding are as follows:

Tenderers shall include the following information and documents with their tenders, unless otherwise stated:

  • Principal place of business;
  • Total monetary value of construction work performed for each of the last five years;
  • Similar previous experience in Road works
  • Major items of construction equipment owned and or signed lease agreement(s);
  • qualifications and experience of key site management and technical personnel proposed for the Contract;
  • Submit written power of attorney authorizing the signatory to commit the bidder
  • Authority to seek references from the Tenderer’s bankers.
  • Certified copies of Registration with National Construction Authority Class 4, 5, 6, 7 or 8 valid at the date of tender submission
  • Certified copies of Certificate of Incorporation
  • Certified copies of VAT Registration Certificate
  • Certified copies of Valid Tax compliance certificate
  • Certified copies of PIN registration certificate
  • Current litigation information
  • For the special categories (i.e. the youth, women and persons with disabilities), the bidder must be registered under the Public Procurement and Asset Disposal Act, 2015 for Access to Government Procurement Opportunities (AGPO) program.
  • Certified copy of CR12 certificate
  • All pages of the tender Document must be serialized sequently from start to the end
  • Attach a brief work methodology
  • Due to the COVID 19 Pandemic, there shall be no Pretender site visit. Bidders are encouraged to acquaint themselves with the site conditions at their own convenience.

Tender documents may be obtained from KeRRA Website: www.kerra.go.ke, from 15th May 2020

Completed bid documents, to be enclosed in a plain sealed envelope marked with the Tender name and number should be addressed to:

              The Deputy Director Roads

              Kenya Rural Roads Authority

              Kajiado Region

              P. o. Box 64 - 01100,              

              Kajiado

and deposited in the tender box located at the KERRA OFFICES, KAJIADO on or before Friday, 29th May 2020 at 10.00 am. Tenders will be opened immediately thereafter and contractors who wish to be present during tender opening can attend. However, the Government Directives on COVID 19 shall be strictly observed.

The Authority reserves the right to accept or reject any tender and is not bound to accept the lowest or any tender

SENIOR SUPPLY CHAIN OFFICER

FOR: DEPUTY DIRECTOR ROADS

KAJIADO REGION 10% CS TENDERS 2021/2022 FY

KENYA RURAL ROADS AUTHORITY KAJIADO REGION

INVITATION TO TENDER                                             12/04/2022

 

DOWNLOAD TENDER ADVERT 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 hereby invites all interested Road works Contractors prequalified in the Region and AGPO eligible firms/ groups to the – Financial Year 2021 / 2022.Allocation of fund 10% Ministers fund for routine maintenance and spot improvement works, on the roads indicated below:

No

PACKAGE NO.

CONSTITUENCY

ROAD NO.

ROAD LINK

NCA Registration Required

RESERVED

Tender Documents

1

KeRRA/08/KJD/39/CS/2-34-21/22-151

SOUTH

C435

Mbilini CB

6 or 7

Open

DOWNLOAD TENDER DOCUMENT HERE

2

KeRRA/08/KJD/39/CS/2-34-21/22-152

EAST

C435

Jnc D524 Kibini

6 or 7

Open

DOWNLOAD TENDER DOCUMENT HERE

       QUALIFICATIONS FOR TENDERING

Mandatory Requirements

The following MUST be submitted together with the Bid:

  1. Certified copy of Certificate of Incorporation.
  2. Copy of Valid Annual Practicing License with the National Construction Authority in the classes specified above
  3. Certified copy of PIN certificate registered for VAT obligation
  4. Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
  5. Certified Copy of recent CR 12 form (issued within the last Twelve months of the tendering period)
  6. National Identity Cards / Passports of Directors
  7. Valid Single Business Permit  
  8. Certified copy of Valid Certificate of Registration for Access to Government Procurement Opportunities (AGPO), from the national treasury (For disadvantage groups, Women, Youth and Persons with Disability).
  9. Those bidding for Persons with Disabilities contracts must attach copies of IDs issued by the NCPWD for the Directors who are disabled (Certified Copies).
  10. Certified copies of Log books for ownership of Machines and Equipment. Those hiring must provide certified copies of valid Lease Agreements supported by certified copies of Lessor’s log books.
  11. Current power of attorney/ affidavit not more than 6 months from the tender opening date
  12. Authority to seek reference from Contractors’ bankers
  13. Provide letter from the Bank proving that directors in CR12 are signatories to the account
  14. Form of tender correctly filled, signed & stamped
  15. Confidential Business Questionnaire correctly filled, signed & stamped
  16. Bidders Must Serialize sequentially ALL pages of the tender documents.
  17. Submit a brief Work Methodology

 

Other Requirements

As specified in the respective tender documents covering the following:

  1. Similar previous experience where applicable (Not applicable to special group category)
  2. Professional and Technical Personnel (provide CVs for the employees)
  3. Turnover and liquid Assets Supported by Audited Accounts for the previous three (3) years (Not applicable to special group category)
  4. Eligibility
  5. To enhance equity, bidders shall bid for a maximum of Two (2) Tenders, but can only be Awarded a Maximum of One (1) Tender, under this Tender Notice. Bidders who participate in more than Two (2) tenders shall be disqualified.
  6. b. Director (s) bidding under different companies for the same tender shall be disqualified
  7. Director (s) bidding under different companies should not participate in more than Two (2) Tenders
  8. Current work load if any
  9. Any form of Canvassing will lead to disqualification
  10. To enhance EQUITY, each bidder is eligible for award of only ONE CONTRACT
  11. Subsequent to presidential directives issued on the COVID-19 pandemic there shall be no pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids and ensure their site visit certificates are duly signed by respective Officer.
  1. Due to the Covid-19 pandemic, contractor’s representative shall not be allowed during opening, however, the opening register shall be displayed at KeRRA Kajiado Notice Board.

NOTE:

  1. All certification of documents shall be original and executed by Commissioner for Oaths or Notaries Public. They shall be clearly marked ‘Certified True copy of the Original’
  2. Certificates / Licenses may be verified from or with the Issuing Authorities or Agencies

Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 13th April, 2022. Duly completed tender documents in plain sealed envelopes marked with the respective tender number, project name should be addressed to: Regional Director,

Kenya Rural Roads Authority (KeRRA)

Kajiado Region

(Name of Constituency)

P.O. Box 64 -01100

KAJIADO

 

 

 

 

The same should be deposited in the constituency tender box at the KeRRA, KAJIADO REGIONAL OFFICE on or before Wednesday, 27th April 2022 at 10.00 am. Tenders will be opened immediately thereafter at the same venue.  Late submission of tenders shall not be accepted.

 

SENIOR SUPPLY CHAIN OFFICER

FOR REGIONAL DIRECTOR ROADS

KAJIADO REGION 10% RMLF TENDERS CENTRAL FY 2021/2022

KENYA RURAL ROADS AUTHORITY

KAJIADO REGIONAL OFFICE

P.O.BOX 64,

KAJIADO

                                                                                                           7th October, 2021

 

TENDER NOTICE (10%RMLF) 2021/2022

 

ADDENDUM No. 1

 

DOWNLOAD TENDER ADVERT HERE

 

Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility to Manage, Develop, Rehabilitate and Maintain Rural Roads.

The Authority invites sealed tenders from PRE-QUALIFIED BIDDERS IN THE REGION for maintenance and improvement of the following Roads in Kajiado Central to be funded using 10%RMLF funds.

Interested bidders should attach relevant documents which will be used as minimum requirements to support their bids.

Road Code

Road Name

Tender No.

Road works Category

Pre-tender site visit Date

Category

Tender Documents

C435

Ndialangoi-Eselenkei Road

KeRRA/11/Kjd/39/10/2-34-21/22 – 027

C

None

Youth

DOWNLOAD TENDER DOCUMENT HERE

E410

Pelewa-Oloontulugum Road

KeRRA/11/Kjd/39/10/2-34-21/22 – 028

C

None

All

DOWNLOAD TENDER DOCUMENT HERE

 

1)          SCOPE OF WORKS

              The scope of works is as detailed in the Tender Document

2)          The minimum requirements for Bidding are as follows:

Tenderers shall include the following information and documents with their tenders, unless otherwise stated. See the tender documents for more Requirements

  • Principal place of business;
  • Total monetary value of construction work performed for each of the last five years;
  • Similar previous experience in Road works
  • Major items of construction equipment owned and or signed lease agreement(s);
  • Qualifications and experience of key site management and technical personnel proposed for the Contract;
  • Submit written power of attorney authorizing the signatory to commit the bidder
  • Authority to seek references from the Tenderer’s bankers.
  • Certified copies of Registration with National Construction Authority valid at the date of tender submission
  • Certified copies of Certificate of Incorporation
  • Certified copies of VAT Registration Certificate
  • Certified copies of Valid Tax compliance certificate
  • Certified copies of PIN registration certificate
  • Current litigation information
  • For the special categories (i.e. the youth, women and persons with disabilities), the bidder must be registered under the Public Procurement and Asset Disposal Act, 2015 for Access to Government Procurement Opportunities (AGPO) program
  • Certified copy of CR12 certificate
  • All pages of the tender Document must be serialized chronologically from start to the end
  • Attach a brief work methodology
  • Due to the COVID 19 Pandemic, there shall be no Pretender site visit. Bidders are encouraged to acquaint themselves with the site conditions at their own convenience.

Tender documents may be obtained from KeRRA Website: www.kerra.go.ke, from 7th October, 2021

Completed bid documents, to be enclosed in a plain sealed envelope marked with the Tender name and number should be addressed to:

              The Regional Manager Roads

              Kenya Rural Roads Authority

              Kajiado Region

              P.O. Box 64 - 01100,              

              Kajiado

And deposited in the tender box located at the KERRA OFFICES, KAJIADO on or before Thursday, 21st October, 2021 at 10.00 am. Tenders will be opened immediately thereafter and contractors who wish to be present during tender opening can attend. However, the Government Directives on COVID 19 shall be strictly observed.

The Authority reserves the right to accept or reject any tender and is not bound to accept the lowest or any tender

 

 

 

SENIOR SUPPLY CHAIN MANAGEMENT OFFICER

FOR: DEPUTY DIRECTOR ROADS

KAJIADO REGION 20 21 CS TENDER

KENYA RURAL ROADS AUTHORITY

KAJIADO REGIONAL OFFICE

P.O.BOX 64,

KAJIADO

                                                                                                     8th September, 2021

 

TENDER NOTICE (10% CS) 2020/202

 

DOWNLOAD TENDER ADVERT HERE

 

Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility to Manage, Develop, Rehabilitate and Maintain Rural Roads.

The Authority invites sealed tenders from PRE-QUALIFIED BIDDERS IN THE REGION for maintenance and improvement of the following Roads in Kajiado East to be funded using 10% CS funds.

Interested bidders should attach relevant documents which will be used as minimum requirements to support their bids.

Road Code

Road Name

Tender No.

Road works Category

Tender Document

Pre-tender site visit Date

Category

G71186

Osotua Road

KeRRA/11/KJD/39/CS/2-42-20/21 – 167

C

DOWNLOAD TENDER DOCUMENT HERE

None

All

 

1)          SCOPE OF WORKS

              The scope of works is as detailed in the Tender Document

2)          The minimum requirements for Bidding are as follows:

Tenderers shall include the following information and documents with their tenders, unless otherwise stated:

  • Principal place of business;
  • Total monetary value of construction work performed for each of the last five years;
  • Similar previous experience in Road works
  • Major items of construction equipment owned and or signed lease agreement(s);
  • Qualifications and experience of key site management and technical personnel proposed for the Contract;
  • Submit written power of attorney authorizing the signatory to commit the bidder
  • Authority to seek references from the Tenderer’s bankers.
  • Certified copies of Registration with National Construction Authority valid at the date of tender submission
  • Certified copies of Certificate of Incorporation
  • Certified copies of VAT Registration Certificate
  • Certified copies of Valid Tax compliance certificate
  • Certified copies of PIN registration certificate
  • Current litigation information
  • For the special categories (i.e. the youth, women and persons with disabilities), the bidder must be registered under the Public Procurement and Asset Disposal Act, 2015 for Access to Government Procurement Opportunities (AGPO) program
  • Certified copy of CR12 certificate
  • All pages of the tender Document must be serialized sequently from start to the end
  • Attach a brief work methodology
  • Due to the COVID 19 Pandemic, there shall be no Pretender site visit. Bidders are encouraged to acquaint themselves with the site conditions at their own convenience.

Tender documents may be obtained from KeRRA Website: www.kerra.go.ke, from  8th September, 2021

Completed bid documents, to be enclosed in a plain sealed envelope marked with the Tender name and number should be addressed to:

The Regional Director Roads

Kenya Rural Roads Authority

Kajiado Region

P.O. Box 64 - 01100,

Kajiado

and deposited in the tender box located at the KERRA OFFICES, KAJIADO on or before Wednesday 22nd September,2021 at 10.00 am. Tenders will be opened immediately thereafter and contractors who wish to be present during tender opening can attend. However, the Government Directives on COVID 19 shall be strictly observed.

The Authority reserves the right to accept or reject any tender and is not bound to accept the lowest or any tender

 

 

 

SENIOR SUPPLY CHAIN MANAGEMENT OFFICER

FOR: REGIONAL DIRECTOR ROADS

KAJIADO REGION 20 21 CS TENDERS

KENYA RURAL ROADS AUTHORITY

KAJIADO REGIONAL OFFICE

P.O.BOX 64,

KAJIADO

                                                                                                                                             26th May, 2021

 

TENDER NOTICE (10% CS)

 

ADDENDUM 1

 

DOWNLOAD TENDER ADVERT HERE

 

Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility to Manage, Develop, Rehabilitate and Maintain Rural Roads.

The Authority invites sealed tenders from PRE-QUALIFIED BIDDERS IN THE REGION for maintenance and improvement of the following Roads in Kajiado Region to be funded using 10% CS Funds.

Interested bidders should attach relevant documents which will be used as minimum requirements to support their bids.

Road Code

Road Name

Tender No.

Road works Category

Pre-tender site visit Date

Category

Tender Document

F7010

Duka Moja CB Road

KeRRA/11/KJD/39/CS/2-42-20/21 – 123

C

None

Women

DOWNLOAD NEW TENDER DOCUMENT HERE

G7322

Hawa – Olosidan road

KeRRA/11/KJD/39/CS/2-42-20/21 – 124

C

None

All

DOWNLOAD NEW TENDER DOCUMENT HERE

G7320

Jnc A104 – Ndoroto Road

KeRRA/11/KJD/39/CS/2-42-20/21 – 125

C

None

All

DOWNLOAD NEW TENDER DOCUMENT HERE

C436

Jnc D523 – Emarti Road

KeRRA/11/KJD/39/CS/2-42-20/21 – 126

C

None

All

DOWNLOAD NEW TENDER DOCUMENT HERE

 

1)          SCOPE OF WORKS

              The scope of works is as detailed in the Tender Document

2)          The minimum requirements for Bidding are as follows:

Tenderers shall include the following information and documents with their tenders, unless otherwise stated:

  • Principal place of business;
  • Total monetary value of construction work performed for each of the last five years;
  • Similar previous experience in Road works
  • Major items of construction equipment owned and or signed lease agreement(s);
  • Qualifications and experience of key site management and technical personnel proposed

for the Contract;

  • Submit written power of attorney authorizing the signatory to commit the bidder
  • Authority to seek references from the Tenderer’s bankers.
  • Certified copies of Registration with National Construction Authority valid at the date of tender submission
  • Certified copies of Certificate of Incorporation
  • Certified copies of VAT Registration Certificate
  • Certified copies of Valid Tax compliance certificate
  • Certified copies of PIN registration certificate
  • Current litigation information
  • For the special categories (i.e. the youth, women and persons with disabilities), the bidder must be registered under the Public Procurement and Asset Disposal Act, 2015 for Access to Government Procurement Opportunities (AGPO) program
  • Certified copy of CR12 certificate
  • All pages of the tender Document must be serialized sequently from start to the end
  • Attach a brief work methodology
  • Due to the COVID 19 Pandemic, there shall be no Pretender site visit. Bidders are encouraged to acquaint themselves with the site conditions at their own convenience.

Tender documents may be obtained from KeRRA Website: www.kerra.go.ke, from  27th May, 2021

Completed bid documents, to be enclosed in a plain sealed envelope marked with the Tender name and number should be addressed to:

              The Regional Director Roads

              Kenya Rural Roads Authority

              Kajiado Region

               P.O. Box 64 - 01100,              

              Kajiado

and deposited in the tender box located at the KERRA OFFICES, KAJIADO on or before Wednesday, 9th June 2021 at 10.00 am. Tenders will be opened immediately thereafter and contractors who wish to be present during tender opening can attend. However, the Government Directives on COVID 19 shall be strictly observed.

The Authority reserves the right to accept or reject any tender and is not bound to accept the lowest or any tender

 

 

 

SENIOR SUPPLY CHAIN MANAGEMENT OFFICER

FOR: REGIONAL DIRECTOR ROADS

KAJIADO REGION AIA & 10% CS TENDERS

KENYA RURAL ROADS AUTHORITY

KAJIADO REGION

INVITATION TO TENDER                                                                                                                                                                                 26/8/2022

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 all interested Road Works Contractors prequalified FY 2021 - 2023 in the Region and AGPO eligible firms/ groups to the – Financial Year 2021 / 2022.Allocation of AIA and 10% CS funds for routine maintenance and spot improvement works, on the roads indicated below: 

 ADDENDUM 1

Download Tender Notice Here

No

 PACKAGE NO.  

CONST

ITUEN

CY  

ROAD

NO.  

ROAD LINK  

NCA

Registration

Required

RESERVED

1

KeRRA/08/KJD/39/CS/2-34-21/22-187

East

G7336

Imaroro – Ulu

6 or 7 

Open

KeRRA/08/KJD/39/CS/2-34-21/22-188

West

G7954

Kimuka Jnc C58

6 or 7 

Women

3

KeRRA/08/KJD/39/CS/2-34-21/22-189

East

G7751

Jnc A 104 - Olturoro

6 or 7

Open

4

KeRRA/08/KJD/39/CS/2-34-21/22-190

East

G7806

Oltepes - Olorien

6 or 7

Youth

5

KeRRA/08/KJD/39/CS/2-34-21/22-191

North

G7918

Jnc D 523 - Bundus

6 or 7

Open

6

KeRRA/08/KJD/39/CS/2-34-21/22-192

South 

E7020

Emutoroki Jnct D 523

6 or 7

Open

7

KeRRA/08/KJD/39AIA/2-34-21/22-193

North

E7003

Ndei Close Road

6 or 7

Open

8

KeRRA/08/KJD/39AIA/2-34-21/22-194

East

G7499

Kipeto – Oloitikosh Road

6 or 7

PWD

9

KeRRA/08/KJD/39AIA/2-34-21/22-195

West 

E414

Saikeri – Maroroi Road

6 or 7

Open

10

KeRRA/08/KJD/39AIA/2-34-21/22-196

East

G7518

Jnctn D523 Nchoroi Link Road

6 or 7

Women

11

KeRRA/08/KJD/39AIA/2-34-21/22-197

North

G7901

Wakapa - Olepere

6 or 7

Open

 

       QUALIFICATIONS FOR TENDERING  

Mandatory Requirements 

The following MUST be submitted together with the Bid:

  1. Certified copy of Certificate of Incorporation.
  2. Certified Copy of Valid Annual Practicing License with the National Construction Authority in the classes specified above
  3. Certified copy of PIN certificate registered for VAT obligation
  4. Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
  5. Certified Copy of recent CR 12 form (issued within the last Twelve months of the tendering period)
  6. Certified copy of National Identity Cards / Passports of Directors
  7. Certified copy of Valid Single Business Permit
  8. Certified copy of Valid Certificate of Registration for Access to Government Procurement Opportunities (AGPO), from the national treasury (For disadvantage groups, Women, Youth and Persons with Disability).
  9. Those bidding for Persons with Disabilities contracts must attach copies of IDs issued by the NCPWD for the Directors who are disabled (Certified Copies).
  10. Certified copies of Log books for ownership of Machines and Equipment. Those hiring must provide certified copies of valid Lease Agreements supported by certified copies of Lessor’s log books.
  11. Current power of attorney/ affidavit not more than 6 months from the tender opening date
  12. Authority to seek reference from Contractors’ bankers
  13. Provide letter from the Bank proving that directors in CR12 are signatories to the account
  14. Form of tender correctly filled, signed & stamped
  15. Confidential Business Questionnaire correctly filled, signed & stamped
  16. Bidders Must Serialize sequentially ALL pages of the tender documents.
  17. Submit a brief Work Methodology

 

Other Requirements  

As specified in the respective tender documents covering the following: 

  1. Similar previous experience where applicable (Not applicable to special group category)
  2. Professional and Technical Personnel (provide CVs for the employees)
  3. Turnover and liquid Assets Supported by Audited Accounts for the previous three (3) years (Not applicable to special group category)
  4. Eligibility
    1. To enhance equity, bidders shall bid for a maximum of Two (2) Tenders, but can only be Awarded a Maximum of One (1) Tender, under this Tender Notice. Bidders who participate in more than Two (2) tenders shall be disqualified.
    2. Director (s) bidding under different companies for the same tender shall be disqualified
    3. Director (s) bidding under different companies should not participate in more than Two (2) Tenders
  5. Current work load if any
  6. Any form of Canvassing will lead to disqualification
  7. To enhance EQUITY, each bidder is eligible for award of only ONE CONTRACT
  8. Subsequent to presidential directives issued on the COVID-19 pandemic there shall be no pretender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids and ensure their site visit certificates are duly signed by respective Officer.

 

NOTE: 

  1. All certification of documents shall be original and executed by Commissioner for Oaths or Notaries

Public. They shall be clearly marked ‘Certified True copy of the Original’

  1. Certificates / Licenses may be verified from or with the Issuing Authorities or Agencies

 

Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 26th August, 2022. Duly completed tender documents in plain sealed envelopes marked with the respective tender number, project name should be addressed to: 

 Regional Director

Kenya Rural Roads Authority (KeRRA) 

Kajiado Region

P.O. Box 64 -01100

KAJIADO 

 

 

 

 

The same should be deposited in the constituency tender box at the KeRRA, KAJIADO REGIONAL OFFICE on or before Wednesday, 7th September 2022 at 11.00 am. Tenders will be opened immediately thereafter at the same venue.  Late submission of tenders shall not be accepted. 

 

 

 REGIONAL DIRECTOR ROADS

KAJIADO REGION DEVELOPMENT (GOK) 2020/2021

KENYA RURAL ROADS AUTHORITY

KAJIADO REGIONAL OFFICE

P.O.BOX 64,

KAJIADO

                                                                                                                  4th May, 2021

 

TENDER NOTICE (GOK Development)

 

DOWNLOAD TENDER ADVERT HERE

 

Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility to Manage, Develop, Rehabilitate and Maintain Rural Roads.

The Authority invites sealed tenders from PRE-QUALIFIED BIDDERS IN THE REGION for maintenance and improvement of the following Roads in Kajiado North to be funded using GOK Development Funds.

Interested bidders should attach relevant documents which will be used as minimum requirements to support their bids.

Road Code

Road Name

Tender No.

Road works Category

Pre-tender site visit Date

Category

Tender Document

G7869

Hilltop - Zambia

KeRRA/11/KJD/39/GOK_DEV/2-42-20/21 - 113

C

None

All

DOWNLOAD TENDER DOCUMENT HERE

 

1)          SCOPE OF WORKS

              The scope of works is as detailed in the Tender Document

2)          The minimum requirements for Bidding are as follows:

Tenderers shall include the following information and documents with their tenders, unless otherwise stated:

  • Principal place of business;
  • Total monetary value of construction work performed for each of the last five years;
  • Similar previous experience in Road works
  • Major items of construction equipment owned and or signed lease agreement(s);
  • Qualifications and experience of key site management and technical personnel proposed

for the Contract;

  • Submit written power of attorney authorizing the signatory to commit the bidder
  • Authority to seek references from the Tenderer’s bankers.
  • Certified copies of Registration with National Construction Authority valid at the date of tender submission
  • Certified copies of Certificate of Incorporation
  • Certified copies of VAT Registration Certificate
  • Certified copies of Valid Tax compliance certificate
  • Certified copies of PIN registration certificate
  • Current litigation information
  • For the special categories (i.e. the youth, women and persons with disabilities), the bidder must be registered under the Public Procurement and Asset Disposal Act, 2015 for Access to Government Procurement Opportunities (AGPO) program
  • Certified copy of CR12 certificate
  • All pages of the tender Document must be serialized sequently from start to the end
  • Attach a brief work methodology
  • Due to the COVID 19 Pandemic, there shall be no Pretender site visit. Bidders are encouraged to acquaint themselves with the site conditions at their own convenience.

Tender documents may be obtained from KeRRA Website: www.kerra.go.ke, from  4th May, 2021

Completed bid documents, to be enclosed in a plain sealed envelope marked with the Tender name and number should be addressed to:

The Regional Director Roads

              Kenya Rural Roads Authority

              Kajiado Region

             P. O. Box 64 - 01100,              

              Kajiado

and deposited in the tender box located at the KERRA OFFICES, KAJIADO on or before Wednesday, 19th May 2021 at 10.00 am. Tenders will be opened immediately thereafter and contractors who wish to be present during tender opening can attend. However, the Government Directives on COVID 19 shall be strictly observed.

The Authority reserves the right to accept or reject any tender and is not bound to accept the lowest or any tender

 

 

 

 

 

SENIOR SUPPLY CHAIN MANAGEMENT OFFICER

FOR: DEPUTY DIRECTOR ROADS

KAJIADO REGION DEVELOPMENT TENDERS ~ 19/20 FY

KENYA RURAL ROADS AUTHORITY

KAJIADO REGIONAL OFFICE

P.O.BOX 64,

KAJIADO

                                                                                                                                                                                                                14th October, 2020

 

TENDER NOTICE (DEVELOPMENT) 2019 – 2020

 

DOWNLOAD TENDER ADVERT HERE

 

Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility to Manage, Develop, Rehabilitate and Maintain Rural Roads.

The Authority invites sealed tenders from PRE-QUALIFIED BIDDERS IN THE REGION for maintenance and improvement of the following Roads to be funded using CS allocation funds.

Interested bidders should attach relevant documents which will be used as minimum requirements to support their bids.

Road Code

Road Name

Tender No.

Road works Category

Pre-tender site visit Date

Category

TENDER DOCUMENTS

G7107

Isinya – Enkirigiri Primary

Kerra/011/39/KJD/Dev/2- 42- 19/20 - 225

C

None

All

DOWNLOAD TENDER DOCUMENT HERE

G7309

Lesiyia Primary – Kona Mbaya

Kerra/011/39/KJD/Dev/2- 42- 19/20 - 226

C

None

Women

DOWNLOAD TENDER DOCUMENT HERE

G7322

Ole Kiparki – Emampariswai Primary

Kerra/011/39/KJD/Dev/2- 42- 19/20 - 227

C

None

All

DOWNLOAD TENDER DOCUMENT HERE

G7324

Ole Malekia – Inkiwanjani – Ilpolosat Secondary

Kerra/011/39/KJD/Dev/2- 42- 19/20 - 228

C

None

Youth

DOWNLOAD TENDER DOCUMENT HERE

U-P258

Saruni Road – Konza ABC School

Kerra/011/39/KJD/Dev/2- 42- 19/20 - 229

C

None

All

DOWNLOAD TENDER DOCUMENT HERE

G7306

Ilasit – Kikolo – Namunyak Primary

Kerra/011/39/KJD/Dev/2- 42- 19/20 - 230

C

None

All

DOWNLOAD TENDER DOCUMENT HERE

G7202

Paranae – Naserian Primary – Ole Kule Road

Kerra/011/39/KJD/Dev/2- 42- 19/20 - 231

C

None

All

DOWNLOAD TENDER DOCUMENT HERE

 

 

1)          SCOPE OF WORKS

              The scope of works is as detailed in the Tender Document

2)          The minimum requirements for Bidding are as follows:

Tenderers shall include the following information and documents with their tenders, unless otherwise stated:

  • Principal place of business;
  • Total monetary value of construction work performed for each of the last five years;
  • Similar previous experience in Road works
  • Major items of construction equipment owned and or signed lease agreement(s);
  • Qualifications and experience of key site management and technical personnel proposed for the Contract;
  • Submit written power of attorney authorizing the signatory to commit the bidder
  • Authority to seek references from the Tenderer’s bankers.
  • Certified copies of Registration with National Construction Authority valid at the date of tender submission
  • Certified copies of Certificate of Incorporation
  • Certified copies of VAT Registration Certificate
  • Certified copies of Valid Tax compliance certificate
  • Certified copies of PIN registration certificate
  • Current litigation information
  • For the special categories (i.e. the youth, women and persons with disabilities), the bidder must be registered under the Public Procurement and Asset Disposal Act, 2015 for Access to Government Procurement Opportunities (AGPO) program.
  • Certified copy of CR12 certificate
  • All pages of the tender Document must be serialized sequently from start to the end
  • Attach a brief work methodology
  • Due to the COVID 19 Pandemic, there shall be no Pretender site visit. Bidders are encouraged to acquaint themselves with the site conditions at their own convenience.

Tender documents may be obtained from KeRRA Website: www.kerra.go.ke, from  15th  October, 2020

Completed bid documents, to be enclosed in a plain sealed envelope marked with the Tender name and number should be addressed to:

The Deputy Director Roads

 Kenya Rural Roads Authority

Kajiado Region

P.O. Box 64 - 01100,              

Kajiado

and deposited in the tender box located at the KERRA OFFICES, KAJIADO on or before Thursday, 29th October 2020 at 10.00 am. Tenders will be opened immediately thereafter and contractors who wish to be present during tender opening can attend. However, the Government Directives on COVID 19 shall be strictly observed.

The Authority reserves the right to accept or reject any tender and is not bound to accept the lowest or any tender

 

 

 

SENIOR SUPPLY CHAIN OFFICER

FOR: DEPUTY DIRECTOR ROADS

KAJIADO REGION DEVELOPMENT(GOK) TENDERS

KENYA RURAL ROADS AUTHORITY

KAJIADO REGIONAL OFFICE

P.O.BOX 64,

KAJIADO

                                                                                                                6 August, 2020

 

TENDER NOTICE (Development) 2019 – 2020

 

DOWNLOAD TENDER ADVERT HERE

 

 

Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility to Manage, Develop, Rehabilitate and Maintain Rural Roads.

The Authority invites sealed tenders from PRE-QUALIFIED BIDDERS IN THE CONSTITUENCY for maintenance and improvement of the following Roads to be funded using Development funds.

Interested bidders should attach relevant documents which will be used as minimum requirements to support their bids.

Road Code

Road Name

Tender No.

Road works Category

Pre-tender site visit Date

Category

Tender Documents

G71076

Thorn tree - Mericho

Kerra/11/KJD/39/GOK/North/2- 42- 20/21 - 035

C

None

All

DOWNLOAD TENDER DOCUMENT HERE

G7954

Kimuka - Olasit 

Kerra/11/KJD/39/GOK/West/2- 42- 20/21 - 033

C

None

Youth

DOWNLOAD TENDER DOCUMENT HERE

G7870

East End Road

Kerra/11/KJD/39/GOK/North/2- 42- 20/21 - 034

c

None

All

DOWNLOAD TENDER DOCUMENT HERE

 

1)          SCOPE OF WORKS

              The scope of works is as detailed in the Tender Document

 

2)          The minimum requirements for Bidding are as follows:

Tenderers shall include the following information and documents with their tenders, unless otherwise stated:

  • Principal place of business;
  • Total monetary value of construction work performed for each of the last five years;
  • Similar previous experience in Road works
  • Major items of construction equipment owned and or signed lease agreement(s);
  • qualifications and experience of key site management and technical personnel proposed for the Contract;
  • Submit written power of attorney authorizing the signatory to commit the bidder
  • Authority to seek references from the Tenderer’s bankers.
  • Certified copies of Registration with National Construction Authority valid at the date of tender submission
  • Certified copies of Certificate of Incorporation
  • Certified copies of VAT Registration Certificate
  • Certified copies of Valid Tax compliance certificate
  • Certified copies of PIN registration certificate
  • Current litigation information
  • For the special categories (i.e. the youth, women and persons with disabilities), the bidder must be registered under the Public Procurement and Asset Disposal Act, 2015 for Access to Government Procurement Opportunities (AGPO) program.
  • Certified copy of CR12 certificate
  • All pages of the tender Document must be serialized sequently from start to the end
  • Attach a brief work methodology
  • Due to the COVID 19 Pandemic, there shall be no Pretender site visit. Bidders are encouraged to acquaint themselves with the site conditions at their own convenience.

Tender documents may be obtained from KeRRA Website: www.kerra.go.ke, from 6th August 2020

Completed bid documents, to be enclosed in a plain sealed envelope marked with the Tender name and number should be addressed to:

The Deputy Director Roads

Kenya Rural Roads Authority

Kajiado Region

P.o. Box 64 - 01100,              

Kajiado

and deposited in the tender box located at the KERRA OFFICES, KAJIADO on or before Thursday, 20th August 2020 at 10.00 am. Tenders will be opened immediately thereafter and contractors who wish to be present during tender opening can attend. However, the Government Directives on COVID 19 shall be strictly observed.

The Authority reserves the right to accept or reject any tender and is not bound to accept the lowest or any tender

SENIOR SUPPLY CHAIN OFFICER

FOR: DEPUTY DIRECTOR ROADS

KAJIADO REGION GOK ALLOCATION 2021/2022 FY

KENYA RURAL ROADS AUTHORITY KAJIADO REGION

INVITATION TO TENDER   

DOWNLOAD TENDER ADVERT HERE                                                                                                                                                               20/5/2022

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 all interested Road works Contractors prequalified FY 2021 - 2023 in the Region and AGPO eligible firms/ groups to the – Financial Year 2021 / 2022.Allocation of fund GOK Development  fund for routine maintenance and spot improvement works, on the roads indicated below:

No

PACKAGE NO.

CONSTITUENCY

ROAD NO.

ROAD LINK

NCA Registration Required

RESERVED

TENDER DOCUMENTS

1

KeRRA/08/KJD/39/GOK-DEV/2-34-21/22-160

North

G7757

Jcn Oloosurutia – Oloosurutia Pry School

6 or 7

Open

 DOWNLOAD TENDER DOCUMENT HERE

2

KeRRA/08/KJD/39/GOK-DEV/2-34-21/22-161

North

G7912

Catholic Bulbul Road Phase 2

6 or 7

Youth

 DOWNLOAD TENDER DOCUMENT HERE

3

KeRRA/08/KJD/39/GOK-DEV/2-34-21/22-162

North

E7008

Olesiongo Bridge

6 or 7

Open

 DOWNLOAD TENDER DOCUMENT HERE

4

KeRRA/08/KJD/39/GOK-DEV/2-34-21/22-163

North

G71270

Ngei Dam Road

6 or 7

Open

 DOWNLOAD TENDER DOCUMENT HERE

5

KeRRA/08/KJD/39/GOK-DEV/2-34-21/22-164

North

G7306

Kayapo Road

6 or 7

PWD

 DOWNLOAD TENDER DOCUMENT HERE

6

KeRRA/08/KJD/39/GOK-DEV/2-34-21/22-165

North

G71206

Ezekiel Mutel Road

6 or 7

Open

 DOWNLOAD TENDER DOCUMENT HERE

7

KeRRA/08/KJD/39/GOK-DEV/2-34-21/22-166

East

C436

Mabatini - Emarti

6 or 7

Women

 DOWNLOAD TENDER DOCUMENT HERE

8

KeRRA/08/KJD/39/GOK-DEV/2-34-21/22-167

East

G7122

Ntolua – osarai

6 or 7

Open

 DOWNLOAD TENDER DOCUMENT HERE

9

KeRRA/08/KJD/39/GOK-DEV/2-34-21/22-168

West

C726

Oldepe - Nanjile

6 or 7

Open

 DOWNLOAD TENDER DOCUMENT HERE

       QUALIFICATIONS FOR TENDERING

Mandatory Requirements

The following MUST be submitted together with the Bid:

  1. Certified copy of Certificate of Incorporation.
  2. Copy of Valid Annual Practicing License with the National Construction Authority in the classes specified above
  3. Certified copy of PIN certificate registered for VAT obligation
  4. Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
  5. Certified Copy of recent CR 12 form (issued within the last Twelve months of the tendering period)
  6. Certified copy of National Identity Cards / Passports of Directors
  7. Certified copy of Valid Single Business Permit  
  8. Certified copy of Valid Certificate of Registration for Access to Government Procurement Opportunities (AGPO), from the national treasury (For disadvantage groups, Women, Youth and Persons with Disability).
  9. Those bidding for Persons with Disabilities contracts must attach copies of IDs issued by the NCPWD for the Directors who are disabled (Certified Copies).
  10. Certified copies of Log books for ownership of Machines and Equipment. Those hiring must provide certified copies of valid Lease Agreements supported by certified copies of Lessor’s log books.
  11. Current power of attorney/ affidavit not more than 6 months from the tender opening date
  12. Authority to seek reference from Contractors’ bankers
  13. Provide letter from the Bank proving that directors in CR12 are signatories to the account
  14. Form of tender correctly filled, signed & stamped
  15. Confidential Business Questionnaire correctly filled, signed & stamped
  16. Bidders Must Serialize sequentially ALL pages of the tender documents.
  17. Submit a brief Work Methodology

 

Other Requirements

As specified in the respective tender documents covering the following:

  1. Similar previous experience where applicable (Not applicable to special group category)
  2. Professional and Technical Personnel (provide CVs for the employees)
  3. Turnover and liquid Assets Supported by Audited Accounts for the previous three (3) years (Not applicable to special group category)
  4. Eligibility
  5. To enhance equity, bidders shall bid for a maximum of Two (2) Tenders, but can only be Awarded a Maximum of One (1) Tender, under this Tender Notice. Bidders who participate in more than Two (2) tenders shall be disqualified.
  6. b. Director (s) bidding under different companies for the same tender shall be disqualified
  7. Director (s) bidding under different companies should not participate in more than Two (2) Tenders
  8. Current work load if any
  9. Any form of Canvassing will lead to disqualification
  10. To enhance EQUITY, each bidder is eligible for award of only ONE CONTRACT
  11. Subsequent to presidential directives issued on the COVID-19 pandemic there shall be no pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids and ensure their site visit certificates are duly signed by respective Officer.

NOTE:

  1. All certification of documents shall be original and executed by Commissioner for Oaths or Notaries Public. They shall be clearly marked ‘Certified True copy of the Original’
  2. Certificates / Licenses may be verified from or with the Issuing Authorities or Agencies

Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 24th May, 2022. Duly completed tender documents in plain sealed envelopes marked with the respective tender number, project name should be addressed to:

 Regional Director

Kenya Rural Roads Authority (KeRRA)

Kajiado Region

P.O. Box 64 -01100

KAJIADO

 

 

 

 

The same should be deposited in the constituency tender box at the KeRRA, KAJIADO REGIONAL OFFICE on or before Monday, 6th June 2022 at 11.00 am. Tenders will be opened immediately thereafter at the same venue.  Late submission of tenders shall not be accepted.

 

SENIOR SUPPLY CHAIN OFFICER

FOR REGIONAL DIRECTOR

Kajiado Region GOK AND AIA Tenders 2021 2022

KENYA RURAL ROADS AUTHORITY

KAJIADO REGIONAL OFFICE

P.O.BOX 64,

KAJIADO

                                                                                                   16th November, 2021

 

DOWNLOAD TENDER ADVERT HERE

 

TENDER NOTICE (GOK-DEV) 2021/2022

 

Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility to Manage, Develop, Rehabilitate and Maintain Rural Roads.

The Authority invites sealed tenders from PRE-QUALIFIED BIDDERS IN THE REGION for maintenance and improvement of the following Roads to be funded using GOK-DEV funds.

Interested bidders should attach relevant documents which will be used as minimum requirements to support their bids.

Road Code

Road Name

Tender No.

Road works Category

Pre-tender site visit Date

Category

Tender Documents

G7965

Kaigua - Muturi Kanini Road

KeRRA/08/KJD/39/GOK-DEV/2-34 -21/22 - 052

C

None

WOMEN

DOWNLOAD TENDER DOCUMENT HERE

F7005

Kiserian - Kabiro Road

KeRRA/08/KJD/39/GOK-DEV/2-34 -21/22 - 053

C

None

All

DOWNLOAD TENDER DOCUMENT HERE

G7478

Metropolitan - Olooteps

KeRRA/08/KJD/39/GOK- DEV/2-34-21|22 - 055

C

None

All

DOWNLOAD TENDER DOCUMENT HERE

G7122

Gataka - Gituguta road

KeRRA/08/KJD/39/GOK - DEV/2-34-21|22 - 057

C

None

PWD

DOWNLOAD TENDER DOCUMENT HERE

F7005

Silanga  Road

KeRRA/08/KJD/39/GOK_DEV/2-34-21|22 - 059

C

None

YOUTH

DOWNLOAD TENDER DOCUMENT HERE

 

 

The Authority invites sealed tenders from PRE-QUALIFIED BIDDERS IN THE REGION for maintenance and improvement of the following Road to be funded using AIA Funds-Emergency

 

Road Code

Road Name

Tender No.

Road works Category

Pre-tender site visit Date

Category

Tender Documents

G7513

Jnc A104 - Management University - Jnc D523 Road

KeRRA/08/KJD/39/AIA/2-34-21|22-060

C

None

All

DOWNLOAD TENDER DOCUMENT HERE

 

1)          SCOPE OF WORKS

              The scope of works is as detailed in the Tender Document

2)          The minimum requirements for Bidding are as follows:

Tenderers shall include the following information and documents with their tenders, unless otherwise stated; See the tender documents for more other requirements

  1. Certified copy of Certificate of
  2. Copy of Valid Annual Practicing License with the National Construction Authority in the classes specified above
  3. Certified copy of PIN certificate registered for VAT obligation
  4. Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
  5. Certified Copy of CR 12 form (issued within the last Twelve months before the opening date)
  6. Certified copies of National Identity Cards / Passports of Directors and any shareholder or individual listed on the
  7. Valid Single Business Permit
  8. Certified copy of Valid Certificate of Registration for Access to Government Procurement Opportunities (AGPO), from the national treasury (For disadvantage groups, Women, Youth and Persons with Disability)
  9. Those bidding for Persons with Disabilities contracts must attach copies of IDs issued by the NCPWD for the Directors who are disabled (Certified Copies).
  10. Certified copies of Log books for ownership of Machines and Equipment. Those hiring must provide certified copies of valid Lease Agreements supported by certified copies of Lessor’s log books. (owned/hired equipment’s should be relevant to the works tendered)
  11. Current sworn affidavit of litigation history before commissioner of oaths for the last (6) six months from the tender opening
  12. Submit a brief Work Methodology relevant to the works
  13. Proof of Bank Account under the company’s
  14. Dully filled, signed and stamped bills of
  15. Dully filled, signed, stamped and witnessed Form of
  16. Dully filled and stamped business
  17. Dully filled Environmental and Social Commitment
  18. Due to the COVID 19 Pandemic, there shall be no Pretender site visit. Bidders are encouraged to acquaint themselves with the site conditions at their own convenience.

Tender documents may be obtained from KeRRA Website: www.kerra.go.ke, from 16th November, 2021

Completed bid documents, to be enclosed in a plain sealed envelope marked with the Tender name and number should be addressed to:

              The Regional Director Roads

              Kenya Rural Roads Authority

              Kajiado Region

              P.O. Box 64 - 01100,              

              Kajiado

and deposited in the tender box located at the KERRA OFFICES, KAJIADO on or before Tuesday 30th November, 2021 at 10.00 am. Tenders will be opened immediately thereafter and contractors who wish to be present during tender opening can attend. However, the Government Directives on COVID 19 shall be strictly observed.

The Authority reserves the right to accept or reject any tender and is not bound to accept the lowest or any tender

 

SENIOR SUPPLY CHAIN MANAGEMENT OFFICER

FOR: REGIONAL DIRECTOR ROADS

KAJIADO REGION GOK AND AIA TENDERS 2020 2021

KENYA RURAL ROADS AUTHORITY

KAJIADO REGIONAL OFFICE

P.O.BOX 64,

KAJIADO

                                                                                                                                                                                                             8th December, 2020

 

TENDER NOTICE (GOK & AIA) 2020 – 2021

 

DOWNLOAD TENDER ADVERT HERE

 

Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility to Manage, Develop, Rehabilitate and Maintain Rural Roads.

The Authority invites sealed tenders from PRE-QUALIFIED BIDDERS IN THE REGION for maintenance and improvement of the following Roads in Kajiado to be funded using GoK & AIA Funds.

Interested bidders should attach relevant documents which will be used as minimum requirements to support their bids.

Road Code

Road Name

Tender No.

Road works Category

Pre-tender site visit Date

Category

Tender Documents

G7547

Kitengela – Lukenya Railway Station

KeRRA/11/KJD/39/GoK_Dev/2-42-20/21-059

C

None

All

DOWNLOAD TENDER DOCUMENT HERE

C436

SGR - Konza

KeRRA/11/KJD/39/AIA/2-42-20/21-060

C

None

All

DOWNLOAD TENDER DOCUMENT HERE

G71246

Mbirikani - Oltiasika

KeRRA/11/KJD/39/AIA/2-42-20/21-061

C

None

All

DOWNLOAD TENDER DOCUMENT HERE

 

 

1)          SCOPE OF WORKS

              The scope of works is as detailed in the Tender Document

2)          The minimum requirements for Bidding are as follows:

Tenderers shall include the following information and documents with their tenders, unless otherwise stated:

  • Principal place of business;
  • Total monetary value of construction work performed for each of the last five years;
  • Similar previous experience in Road works
  • Major items of construction equipment owned and or signed lease agreement(s);
  • Qualifications and experience of key site management and technical personnel proposed for the Contract;
  • Submit written power of attorney authorizing the signatory to commit the bidder
  • Authority to seek references from the Tenderer’s bankers.
  • Certified copies of Registration with National Construction Authority valid at the date of tender submission
  • Certified copies of Certificate of Incorporation
  • Certified copies of VAT Registration Certificate
  • Certified copies of Valid Tax compliance certificate
  • Certified copies of PIN registration certificate
  • Current litigation information
  • For the special categories (i.e. the youth, women and persons with disabilities), the bidder must be registered under the Public Procurement and Asset Disposal Act, 2015 for Access to Government Procurement Opportunities (AGPO) program.
  • Certified copy of CR12 certificate
  • All pages of the tender Document must be serialized sequently from start to the end
  • Attach a brief work methodology
  • Due to the COVID 19 Pandemic, there shall be no Pretender site visit. Bidders are encouraged to acquaint themselves with the site conditions at their own convenience.

Tender documents may be obtained from KeRRA Website: www.kerra.go.ke, from  8th December, 2020

Completed bid documents, to be enclosed in a plain sealed envelope marked with the Tender name and number should be addressed to:

The Deputy Director Roads

Kenya Rural Roads Authority

Kajiado Region

P.O. Box 64 - 01100,           

Kajiado

and deposited in the tender box located at the KERRA OFFICES, KAJIADO on or before Tuesday, 22nd December 2020 at 10.00 am. Tenders will be opened immediately thereafter and contractors who wish to be present during tender opening can attend. However, the Government Directives on COVID 19 shall be strictly observed.

The Authority reserves the right to accept or reject any tender and is not bound to accept the lowest or any tender

 

 

 

SENIOR SUPPLY CHAIN OFFICER

FOR: DEPUTY DIRECTOR ROADS

KAJIADO Region GOK Development Tenders - FY 2020/2021

KENYA RURAL ROADS AUTHORITY

KAJIADO REGIONAL OFFICE

P.O.BOX 64,

KAJIADO

                                                                                                                                                                              8th October, 2020

 

TENDER NOTICE (GOK DEV.) 2020 – 2021

 

DOWNLOAD TENDER ADVERT HERE

 

Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility to Manage, Develop, Rehabilitate and Maintain Rural Roads.

The Authority invites sealed tenders from PRE-QUALIFIED BIDDERS IN THE REGION for maintenance and improvement of the following Roads to be funded using GOK Development Funds.

Interested bidders should attach relevant documents which will be used as minimum requirements to support their bids.

Road Code

Road Name

Tender No.

Road works Category

Pre-tender site visit Date

Category

TENDER DOCUMENTS

F7535

KAG – Kajiado East TTI Road

Kerra/11/KJD/39/GOK/029/2020 - 2021

C

None

All

DOWNLOAD TENDER DOCUMENT HERE

E1480

Enksiti – Birika Road 

Kerra/11/KJD/39/GOK/030/2020 - 2021

C

None

All

DOWNLOAD TENDER DOCUMENT HERE

G7306

Ilasit - Paranae

Kerra/11/KJD/39/GOK/058/2020 - 2021

C

None

All

DOWNLOAD TENDER DOCUMENT HERE

 

 

1)          SCOPE OF WORKS

              The scope of works is as detailed in the Tender Document

2)          The minimum requirements for Bidding are as follows:

Tenderers shall include the following information and documents with their tenders, unless otherwise stated:

  • Principal place of business;
  • Total monetary value of construction work performed for each of the last five years;
  • Similar previous experience in Road works
  • Major items of construction equipment owned and or signed lease agreement(s);
  • Qualifications and experience of key site management and technical personnel proposed for the Contract;
  • Submit written power of attorney authorizing the signatory to commit the bidder
  • Authority to seek references from the Tenderer’s bankers.
  • Certified copies of Registration with National Construction Authority valid at the date of tender submission
  • Certified copies of Certificate of Incorporation
  • Certified copies of VAT Registration Certificate
  • Certified copies of Valid Tax compliance certificate
  • Certified copies of PIN registration certificate
  • Current litigation information
  • For the special categories (i.e. the youth, women and persons with disabilities), the bidder must be registered under the Public Procurement and Asset Disposal Act, 2015 for Access to Government Procurement Opportunities (AGPO) program.
  • Certified copy of CR12 certificate
  • All pages of the tender Document must be serialized sequently from start to the end
  • Attach a brief work methodology
  • Due to the COVID 19 Pandemic, there shall be no Pretender site visit. Bidders are encouraged to acquaint themselves with the site conditions at their own convenience.

Tender documents may be obtained from KeRRA Website: www.kerra.go.ke, from  8th  October, 2020

Completed bid documents, to be enclosed in a plain sealed envelope marked with the Tender name and number should be addressed to:

The Deputy Director Roads

Kenya Rural Roads Authority

Kajiado Region

P.O. Box 64 - 01100,              

Kajiado

and deposited in the tender box located at the KERRA OFFICES, KAJIADO on or before Thursday, 22nd October 2020 at 10.00 am. Tenders will be opened immediately thereafter and contractors who wish to be present during tender opening can attend. However, the Government Directives on COVID 19 shall be strictly observed.

The Authority reserves the right to accept or reject any tender and is not bound to accept the lowest or any tender

 

 

 

 

SENIOR SUPPLY CHAIN OFFICER

FOR: DEPUTY DIRECTOR ROADS

KAJIADO REGION GOK_Dev Tenders 2021 – 2022

KENYA RURAL ROADS AUTHORITY

KAJIADO REGIONAL OFFICE

P.O.BOX 64,

KAJIADO

                                                                                                   30th November, 2021

 

DOWNLOAD TENDER ADVERT HERE

 

TENDER NOTICE (GOK-DEV) 2021/2022

 

 

Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility to Manage, Develop, Rehabilitate and Maintain Rural Roads.

The Authority invites sealed tenders from PRE-QUALIFIED BIDDERS IN THE REGION for maintenance and improvement of the following Roads in Kajiado Region to be funded using GoK-Dev funds.

Interested bidders should attach relevant documents which will be used as minimum requirements to support their bids.

Road Code

Road Name

Tender No.

Road works Category

Pre-tender site visit Date

Category

Tender Documents

G71199

Kiserian Primary Bridge

KeRRA/08/Kjd/39/Gok-Dev/2-34-21/22 – 054

B

None

All

DOWNLOAD TENDER DOCUMENT HERE

G7122

Gituguta Bridge

KeRRA/08/Kjd/39/Gok-Dev/2-34-21/22 – 056

B

None

All

DOWNLOAD TENDER DOCUMENT HERE

G7912

Embulbul Catholic (SMA) Road

KeRRA/08/Kjd/39/Gok-Dev/2-34-21/22 – 058

A

None

Women

DOWNLOAD TENDER DOCUMENT HERE

 

1)          SCOPE OF WORKS

              The scope of works is as detailed in the Tender Document

2)          The minimum requirements for Bidding are as follows:

Tenderers shall include the following information and documents with their tenders, unless otherwise stated. See the tender documents for more requirements

  • Principal place of business;
  • Total monetary value of construction work performed for each of the last five years;
  • Similar previous experience in Road works
  • Major items of construction equipment owned and or signed lease agreement(s);
  • Qualifications and experience of key site management and technical personnel proposed for the Contract;
  • Submit written power of attorney authorizing the signatory to commit the bidder
  • Authority to seek references from the Tenderer’s bankers.
  • Certified copies of Registration with National Construction Authority valid at the date of tender submission
  • Certified copies of Certificate of Incorporation
  • Certified copies of VAT Registration Certificate
  • Certified copies of Valid Tax compliance certificate
  • Certified copies of PIN registration certificate
  • Current litigation information
  • For the special categories (i.e. the youth, women and persons with disabilities), the bidder must be registered under the Public Procurement and Asset Disposal Act, 2015 for Access to Government Procurement Opportunities (AGPO) program
  • Certified copy of CR12 certificate
  • All pages of the tender Document must be serialized chronologically from start to the end
  • Attach a brief work methodology
  • Due to the COVID 19 Pandemic, there shall be no Pretender site visit. Bidders are encouraged to acquaint themselves with the site conditions at their own convenience.

Tender documents may be obtained from KeRRA Website: www.kerra.go.ke, from 30th November, 2021

Completed bid documents, to be enclosed in a plain sealed envelope marked with the Tender name and number should be addressed to:

              The Regional Manager Roads

              Kenya Rural Roads Authority

              Kajiado Region

              P.O. Box 64 - 01100,              

              Kajiado

And deposited in the tender box located at the KERRA OFFICES, KAJIADO on or before Tuesday, 14th December, 2021 at 10.00 am. Tenders will be opened immediately thereafter and contractors who wish to be present during tender opening can attend. However, the Government Directives on COVID 19 shall be strictly observed.

The Authority reserves the right to accept or reject any tender and is not bound to accept the lowest or any tender

 

 

 

SENIOR SUPPLY CHAIN MANAGEMENT OFFICER

FOR: DEPUTY DIRECTOR ROADS

KAJIADO REGION GOK(DEV) TENDERS

KENYA RURAL ROADS AUTHORITY

KAJIADO REGIONAL OFFICE

P.O.BOX 64,

KAJIADO

                                                                                                                                                                                                                   7th August, 2020

 

TENDER NOTICE (Development) 2019 – 2020

 

DOWNLOAD TENDER ADVERT HERE

 

 

Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility to Manage, Develop, Rehabilitate and Maintain Rural Roads.

The Authority invites sealed tenders from PRE-QUALIFIED BIDDERS IN THE CONSTITUENCY for maintenance and improvement of the following Roads to be funded using Development funds.

Interested bidders should attach relevant documents which will be used as minimum requirements to support their bids.

Road Code

Road Name

Tender No.

Road works Category

Pre-tender site visit Date

Category

Tender Documents

G7615

Campus Road – Elite Avenue Lower Chuna

Kerra/011/39/KJD/Dev/2- 42- 19/20 - 234

C

None

All

DOWNLOAD TENDER DOCUMENT HERE

G7615

1st D Street – 3rd E Street

Kerra/011/39/KJD/Dev/2- 42- 19/20 - 235

C

None

All

DOWNLOAD TENDER DOCUMENT HERE

 

1)          SCOPE OF WORKS

              The scope of works is as detailed in the Tender Document

 

2)          The minimum requirements for Bidding are as follows:

Tenderers shall include the following information and documents with their tenders, unless otherwise stated:

  • Principal place of business;
  • Total monetary value of construction work performed for each of the last five years;
  • Similar previous experience in Road works
  • Major items of construction equipment owned and or signed lease agreement(s);
  • qualifications and experience of key site management and technical personnel proposed for the Contract;
  • Submit written power of attorney authorizing the signatory to commit the bidder
  • Authority to seek references from the Tenderer’s bankers.
  • Certified copies of Registration with National Construction Authority valid at the date of tender submission
  • Certified copies of Certificate of Incorporation
  • Certified copies of VAT Registration Certificate
  • Certified copies of Valid Tax compliance certificate
  • Certified copies of PIN registration certificate
  • Current litigation information
  • For the special categories (i.e. the youth, women and persons with disabilities), the bidder must be registered under the Public Procurement and Asset Disposal Act, 2015 for Access to Government Procurement Opportunities (AGPO) program.
  • Certified copy of CR12 certificate
  • All pages of the tender Document must be serialized sequently from start to the end
  • Attach a brief work methodology
  • Due to the COVID 19 Pandemic, there shall be no Pretender site visit. Bidders are encouraged to acquaint themselves with the site conditions at their own convenience.

Tender documents may be obtained from KeRRA Website: www.kerra.go.ke, from 7th August, 2020

Completed bid documents, to be enclosed in a plain sealed envelope marked with the Tender name and number should be addressed to:

The Deputy Director Roads

Kenya Rural Roads Authority

Kajiado Region

P.o. Box 64 - 01100,              

 Kajiado

and deposited in the tender box located at the KERRA OFFICES, KAJIADO on or before Friday, 21st August 2020 at 10.00 am. Tenders will be opened immediately thereafter and contractors who wish to be present during tender opening can attend. However, the Government Directives on COVID 19 shall be strictly observed.

The Authority reserves the right to accept or reject any tender and is not bound to accept the lowest or any tender

SENIOR SUPPLY CHAIN OFFICER

FOR: DEPUTY DIRECTOR ROADS

KAJIADO REGION GOK(DEV) TENDERS

KENYA RURAL ROADS AUTHORITY

KAJIADO REGIONAL OFFICE

P.O.BOX 64,

KAJIADO

                                                                                                                                                                                                                   7th August, 2020

 

TENDER NOTICE (Development) 2019 – 2020

 

DOWNLOAD TENDER ADVERT HERE

 

 

Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility to Manage, Develop, Rehabilitate and Maintain Rural Roads.

The Authority invites sealed tenders from PRE-QUALIFIED BIDDERS IN THE CONSTITUENCY for maintenance and improvement of the following Roads to be funded using Development funds.

Interested bidders should attach relevant documents which will be used as minimum requirements to support their bids.

Road Code

Road Name

Tender No.

Road works Category

Pre-tender site visit Date

Category

Tender Documents

G7615

Campus Road – Elite Avenue Lower Chuna

Kerra/011/39/KJD/Dev/2- 42- 19/20 - 234

C

None

All

DOWNLOAD TENDER DOCUMENT HERE

G7615

1st D Street – 3rd E Street

Kerra/011/39/KJD/Dev/2- 42- 19/20 - 235

C

None

All

DOWNLOAD TENDER DOCUMENT HERE

 

1)          SCOPE OF WORKS

              The scope of works is as detailed in the Tender Document

 

2)          The minimum requirements for Bidding are as follows:

Tenderers shall include the following information and documents with their tenders, unless otherwise stated:

  • Principal place of business;
  • Total monetary value of construction work performed for each of the last five years;
  • Similar previous experience in Road works
  • Major items of construction equipment owned and or signed lease agreement(s);
  • qualifications and experience of key site management and technical personnel proposed for the Contract;
  • Submit written power of attorney authorizing the signatory to commit the bidder
  • Authority to seek references from the Tenderer’s bankers.
  • Certified copies of Registration with National Construction Authority valid at the date of tender submission
  • Certified copies of Certificate of Incorporation
  • Certified copies of VAT Registration Certificate
  • Certified copies of Valid Tax compliance certificate
  • Certified copies of PIN registration certificate
  • Current litigation information
  • For the special categories (i.e. the youth, women and persons with disabilities), the bidder must be registered under the Public Procurement and Asset Disposal Act, 2015 for Access to Government Procurement Opportunities (AGPO) program.
  • Certified copy of CR12 certificate
  • All pages of the tender Document must be serialized sequently from start to the end
  • Attach a brief work methodology
  • Due to the COVID 19 Pandemic, there shall be no Pretender site visit. Bidders are encouraged to acquaint themselves with the site conditions at their own convenience.

Tender documents may be obtained from KeRRA Website: www.kerra.go.ke, from 7th August, 2020

Completed bid documents, to be enclosed in a plain sealed envelope marked with the Tender name and number should be addressed to:

The Deputy Director Roads

Kenya Rural Roads Authority

Kajiado Region

P.o. Box 64 - 01100,              

 Kajiado

and deposited in the tender box located at the KERRA OFFICES, KAJIADO on or before Friday, 21st August 2020 at 10.00 am. Tenders will be opened immediately thereafter and contractors who wish to be present during tender opening can attend. However, the Government Directives on COVID 19 shall be strictly observed.

The Authority reserves the right to accept or reject any tender and is not bound to accept the lowest or any tender

SENIOR SUPPLY CHAIN OFFICER

FOR: DEPUTY DIRECTOR ROADS

KAJIADO REGION GOK(DEV) TENDERS 2020 2021 FY

KENYA RURAL ROADS AUTHORITY

KAJIADO REGIONAL OFFICE

P.O.BOX 64,

KAJIADO

                                                                                                                                                                                                                   28th May, 2021

 

TENDER NOTICE (GOK_DEV)

 

DOWNLOAD TENDER ADVERT HERE

 

Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility to Manage, Develop, Rehabilitate and Maintain Rural Roads.

The Authority invites sealed tenders from PRE-QUALIFIED BIDDERS IN THE REGION for maintenance and improvement of the following Roads in Kajiado East to be funded using GOK_DEV Funds.

Interested bidders should attach relevant documents which will be used as minimum requirements to support their bids.

Road Code

Road Name

Tender No.

Road works Category

Pre-tender site visit Date

Category

Tender Documents

E1480

Enkasiti – Birika road

KeRRA/11/KJD/39/GOK_DEV/2-42-20/21 – 127

C

None

All

 DOWNLOAD TENDER DOCUMENT HERE

G7535

KAG – Kajiado East TTI road

KeRRA/11/KJD/39/GOK_DEV/2-42-20/21 – 128

C

None

All

 DOWNLOAD TENDER DOCUMENT HERE

G7306

Ilasit – Paranae road

KeRRA/11/KJD/39/GOK_DEV/2-42-20/21 – 129

C

None

All

 DOWNLOAD TENDER DOCUMENT HERE

 

 

 

1)SCOPE OF WORKS

The scope of works is as detailed in the Tender Document

2)The minimum requirements for Bidding are as follows:

Tenderers shall include the following information and documents with their tenders, unless otherwise stated:

  • Principal place of business;
  • Total monetary value of construction work performed for each of the last five years;
  • Similar previous experience in Road works
  • Major items of construction equipment owned and or signed lease agreement(s);
  • Qualifications and experience of key site management and technical personnel proposed

for the Contract;

  • Submit written power of attorney authorizing the signatory to commit the bidder
  • Authority to seek references from the Tenderer’s bankers.
  • Certified copies of Registration with National Construction Authority valid at the date of tender submission
  • Certified copies of Certificate of Incorporation
  • Certified copies of VAT Registration Certificate
  • Certified copies of Valid Tax compliance certificate
  • Certified copies of PIN registration certificate
  • Current litigation information
  • For the special categories (i.e. the youth, women and persons with disabilities), the bidder must be registered under the Public Procurement and Asset Disposal Act, 2015 for Access to Government Procurement Opportunities (AGPO) program
  • Certified copy of CR12 certificate
  • All pages of the tender Document must be serialized sequently from start to the end
  • Attach a brief work methodology
  • Due to the COVID 19 Pandemic, there shall be no Pretender site visit. Bidders are encouraged to acquaint themselves with the site conditions at their own convenience.

Tender documents may be obtained from KeRRA Website: www.kerra.go.ke, from  Friday, 28th May, 2021

Completed bid documents, to be enclosed in a plain sealed envelope marked with the Tender name and number should be addressed to:

The Regional Director Roads

Kenya Rural Roads Authority

Kajiado Region

P. O. Box 64 - 01100,

Kajiado

and deposited in the tender box located at the KERRA OFFICES, KAJIADO on or before Tuesday, 15th June 2021 at 10.00 am. Tenders will be opened immediately thereafter and contractors who wish to be present during tender opening can attend. However, the Government Directives on COVID 19 shall be strictly observed.

The Authority reserves the right to accept or reject any tender and is not bound to accept the lowest or any tender

 

 

 

SENIOR SUPPLY CHAIN MANAGEMENT OFFICER

FOR: REGIONAL DIRECTOR ROADS

KAJIADO REGION GOK(DEV) TENDERS 2021/2022 FY

KENYA RURAL ROADS AUTHORITY

KAJIADO REGIONAL OFFICE

P.O.BOX 64,

KAJIADO

                                                                                                   11th November, 2021

 

TENDER NOTICE (GOK-DEV) 2021/2022

 

DOWNLOAD TENDER ADVERT HERE

 

Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility to Manage, Develop, Rehabilitate and Maintain Rural Roads.

The Authority invites sealed tenders from PRE-QUALIFIED BIDDERS IN THE REGION for maintenance and improvement of the following Roads in Kajiado East to be funded using GOK-DEV funds.

Interested bidders should attach relevant documents which will be used as minimum requirements to support their bids.

Road Code

Road Name

Tender No.

Road works Category

Pre-tender site visit Date

Category

Tender Documents

G7336

Ulu - Ilmejooli

KeRRA/11/KJD/39/GOK-DEV/2-34 -21/22 – 049

C

None

All

DOWNLOAD TENDER DOCUMENT HERE

G7529

Esidai - Milimani

KeRRA/11/KJD/39/GOK-DEV/2-34 -21/22 – 050

C

None

All

DOWNLOAD TENDER DOCUMENT HERE

G7107

Sinkeet Girls - Kirrinkai

KeRRA/11/KJD/39/GOK-DEV/2-34 -21/22 – 051

C

None

Women

DOWNLOAD TENDER DOCUMENT HERE

 

1)          SCOPE OF WORKS

              The scope of works is as detailed in the Tender Document

2)          The minimum requirements for Bidding are as follows:

Tenderers shall include the following information and documents with their tenders, unless otherwise stated:

  • Principal place of business;
  • Total monetary value of construction work performed for each of the last five years;
  • Similar previous experience in Road works
  • Major items of construction equipment owned and or signed lease agreement(s);
  • Qualifications and experience of key site management and technical personnel proposed for the Contract;
  • Submit written power of attorney authorizing the signatory to commit the bidder
  • Authority to seek references from the Tenderer’s bankers.
  • Certified copies of Registration with National Construction Authority valid at the date of tender submission
  • Certified copies of Certificate of Incorporation
  • Certified copies of VAT Registration Certificate
  • Certified copies of Valid Tax compliance certificate
  • Certified copies of PIN registration certificate
  • Current litigation information
  • For the special categories (i.e. the youth, women and persons with disabilities), the bidder must be registered under the Public Procurement and Asset Disposal Act, 2015 for Access to Government Procurement Opportunities (AGPO) program
  • Certified copy of CR12 certificate
  • All pages of the tender Document must be serialized sequently from start to the end
  • Attach a brief work methodology
  • Due to the COVID 19 Pandemic, there shall be no Pretender site visit. Bidders are encouraged to acquaint themselves with the site conditions at their own convenience.

Tender documents may be obtained from KeRRA Website: www.kerra.go.ke, from 11th November, 2021

Completed bid documents, to be enclosed in a plain sealed envelope marked with the Tender name and number should be addressed to:

The Regional Director Roads

 Kenya Rural Roads Authority

Kajiado Region

P.O. Box 64 - 01100,              

KAJIADO REGION Savings 22%, 10% RMLF, GOK and CS Saving TENDERS

Date:10th May,2023                                                  KAJIADO REGION

                               INVITATION TO TENDER                                            

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 all interested Road Works Contractors prequalified FY 2021 - 2023 in the Region and AGPO eligible firms/ groups to the Financial Year 2022 / 2023. Allocation of Savings 22%, 10% RMLF, GOK and CS Saving funds for routine maintenance and spot improvement works, on the roads indicated below:

Constituency: Kajiado North

No

PACKAGE NO.

ROAD NO.

ROAD LINK

RESERVED

1

KeRRA/11/KJD/39/22% RMLF_ Savings/2-42-22|23-062

G7122

Oloolua Forest Road

OPEN

2

KeRRA/11/KJD/39/22% RMLF_ Savings/2-42-22|23-063

G71206

Roimen AP Camp Road – Jnct Ezekiel Mutel

OPEN

3

KeRRA/11/KJD/39/10% RMLF_ Savings/2-42-22|23-077

G7965

Mayor Road – Jnc Gataka

YOUTH

4

KeRRA/11/KJD/39/CS_Savings/2-42-22|23-085

G7865

Zambia Road

OPEN

 

Constituency: Kajiado South

No

PACKAGE NO.

ROAD NO.

ROAD LINK

RESERVED

5

KeRRA/11/KJD/39/22% RMLF_ Savings/2-42-22|23-064

G71284

Entarara – BD TZ

OPEN

6

KeRRA/11/KJD/39/22% RMLF_Savings/2-42-22|23-065

G71290

Ngama - Oloipangipang

OPEN

7

KeRRA/11/KJD/39/10% RMLF_Savings/2-42-22|23-079

G71262

Kimana – Oloile Road

OPEN

Constituency: Kajiado West

No

PACKAGE NO.

ROAD NO.

ROAD LINK

RESERVED

8

KeRRA/11/KJD/39/22% RMLF_Savings/2-42-22|23-066

G7451

Jnc C58 – Olooseos Sec School

OPEN

9

KeRRA/11/KJD/39/10% RMLF_Savings/2-42-22|23-080

F7004

P/Site – Njoronyori – Kwa Nchipaai - Olmaiyana

OPEN

 

 

 

 

Constituency: Kajiado East

No

PACKAGE NO.

ROAD NO.

ROAD LINK

RESERVED

10

KeRRA/11/KJD/39/22% RMLF_Savings/2-42-22|23-067

G7615

Mashuru – Sultan Hamud

YOUTH

11

KeRRA/11/KJD/39/22% RMLF_Savings/2-42-22|23-068

G7324

Ilpolsat - Matemo

OPEN

12

KeRRA/11/KJD/39/10% RMLF_Savings/2-42-22|23-078

C444

Kitengela Bridge- Jnct A104 Kitengela

OPEN

13

KeRRA/11/KJD/39/CS_Savings/2-42-22|23-081

C444

Ngurunga - Kitengela

OPEN

14

KeRRA/11/KJD/39/GOK-Dev_Savings/2-42-22|23-089

G7529

Jnc - Olooloitikosh

WOMEN

 

Constituency: Kajiado Central

No

PACKAGE NO.

ROAD NO.

ROAD LINK

RESERVED

15

KeRRA/11/KJD/39/10% RMLF_Savings/2-42-22|23-069

D1709

Ilbissil - Ilpatimaro

OPEN

 

 

 QUALIFICATIONS FOR TENDERING

Mandatory Requirements the following MUST be submitted together with the Bid:

  1. Certified copy of Certificate of Incorporation.
  2. Certified certificate of registration with NCA Category 5,6,7 and 8 and Annual Practicing License
  3. Certified copy of PIN certificate
  4. Certified VAT Registration
  5. Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
  6. Certified Copy of recent CR12 (Will be verified on the register of the company)
  7. Certified copy of National Identity Cards / Passports of Directors
  8. Certified copy of Valid Single Business Permit  
  9. Certified copy of Valid Certificate of Registration for Access to Government Procurement Opportunities (AGPO), from the national treasury (For disadvantage groups, Women, Youth and Persons with Disability).
  10. Those bidding for Persons with Disabilities contracts must attach copies of IDs issued by the NCPWD for the Directors who are disabled (Certified Copies). (Will be verified from the website)
  11. Certified copies of Log books for ownership of Machines and Equipment. Those hiring must provide certified copies of valid Lease Agreements supported by certified copies of Lessor’s log books.
  12. Current power of attorney/ affidavit not more than 6 months from the tender opening date
  13. Authority to seek reference from Contractors’ bankers
  14. Provide letter from the Bank proving that directors in CR12 are signatories to the account
  15. Form of tender correctly filled, signed & stamped
  16. Confidential Business Questionnaire correctly filled, signed & stamped
  17. Bidders Must Serialize sequentially ALL pages of the tender documents.
  18. Submit a brief Work Methodology
  19. Bill of quantities should be correctly filled, signed and stamped

 

Other Requirements

As specified in the respective tender documents covering the following:

  1. Similar previous experience is required
  2. Professional and Technical Personnel (provide CVs for the employees)
  3. Turnover and liquid Assets Supported by Audited Accounts for the previous three (3) years (Not applicable to special group category)
  4. Eligibility
  5. To enhance equity, bidders shall bid for a maximum of Two (2) Tenders, but can only be Awarded a Maximum of One (1) Tender, under this Tender Notice. Bidders who participate in more than Two (2) tenders shall be disqualified.
  6. b. Director (s) bidding under different companies for the same tender shall be disqualified
  7. Director (s) bidding under different companies should not participate in more than Two (2) Tenders
  8. Current work load if any
  9. Any form of Canvassing will lead to disqualification
  10. To enhance EQUITY, each bidder is eligible for award of only ONE CONTRACT
  11. pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids and ensure their site visit certificates are duly signed by respective Officer.

NOTE:

  1. All certification of documents shall be original and executed by Commissioner for Oaths or Notaries Public. They shall be clearly marked ‘Certified True copy of the Original’
  2. Certificates / Licenses may be verified from or with the Issuing Authorities or Agencies

Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 11th May, 2023. Duly completed tender documents in plain sealed envelopes marked with the respective tender number, project name should be addressed to:

Regional Director

Kenya Rural Roads Authority (KeRRA)

Kajiado Region

  1. O. Box 64 -01100

KAJIADO

 

The same should be deposited in the constituency tender box at the KeRRA, KAJIADO REGIONAL OFFICE on or before Thursday, 25th May 2023 at 11.00 am. Tenders will be opened immediately thereafter at the same venue.  Late submission of tenders shall not be accepted.

 

 

REGIONAL DIRECTOR

KAJIADO REGION TENDERS 2021/2022 FY

KENYA RURAL ROADS AUTHORITY

KAJIADO REGIONAL OFFICE

P.O.BOX 64,

KAJIADO

                                                                                                         21st January, 2022

 

TENDER NOTICE (GOK-DEV) 2021/2022

 

Download Tender Advert Here

 

Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility to Manage, Develop, Rehabilitate and Maintain Rural Roads.

The Authority invites sealed tenders from PRE-QUALIFIED BIDDERS IN THE REGION for maintenance and improvement of the following Roads in Kajiado Region to be funded using GoK-Dev funds. Note that bidders under Special group category (PWD, Youth and Women) need not be prequalified

Interested bidders should attach relevant documents which will be used as minimum requirements to support their bids.

Road Code

Road Name

Tender No.

Road works Category

Pre-tender site visit Date

Category

Tender Documents

C726

Odepe-Najile Road

KeRRA/08/Kjd/39/Gok-Dev/2-34-21/22 – 074

C

None

All

Download Tender Document Here

G7529

Milimani-Kitengela Road

KeRRA/08/Kjd/39/Gok-Dev/2-34-21/22 – 075

C

None

Women

Download Tender Document Here

C436

Kimuka-Kisamis-Konabaridi Road

KeRRA/08/Kjd/39/Gok-Dev/2-34-21/22 – 076

C

None

All

Download Tender Document Here

F7010

Isara-Imbuko Road

KeRRA/08/Kjd/39/Gok-Dev/2-34-21/22 – 077

C

None

All

Download Tender Document Here

F7010

Lengisem-Duka Moja Road

KeRRA/08/Kjd/39/Gok-Dev/2-34-21/22 – 078

C

None

All

Download Tender Document Here

C436

Mabatini-Konza Road

KeRRA/08/Kjd/39/Gok-Dev/2-34-21/22 – 079

C

None

Youth

Download Tender Document Here

G7159

Mashru-Sultan Road

KeRRA/08/Kjd/39/Gok-Dev/2-34-21/22 – 080

C

None

All

Download Tender Document Here

 

1)          SCOPE OF WORKS

              The scope of works is as detailed in the Tender Document

2)          The minimum requirements for Bidding are as follows:

Tenderers shall include the following information and documents with their tenders, unless otherwise stated. See the tender documents for more requirements

  • Principal place of business;
  • Total monetary value of construction work performed for each of the last five years;
  • Similar previous experience in Road works
  • Major items of construction equipment owned and or signed lease agreement(s);
  • Qualifications and experience of key site management and technical personnel proposed for the Contract;
  • Submit written power of attorney authorizing the signatory to commit the bidder
  • Authority to seek references from the Tenderer’s bankers.
  • Certified copies of Registration with National Construction Authority valid at the date of tender submission
  • Certified copies of Certificate of Incorporation
  • Certified copies of VAT Registration Certificate
  • Certified copies of Valid Tax compliance certificate
  • Certified copies of PIN registration certificate
  • Current litigation information
  • For the special categories (i.e. the youth, women and persons with disabilities), the bidder must be registered under the Public Procurement and Asset Disposal Act, 2015 for Access to Government Procurement Opportunities (AGPO) program
  • Certified copy of CR12 certificate
  • All pages of the tender Document must be serialized chronologically from start to the end
  • Attach a brief work methodology
  • Due to the COVID 19 Pandemic, there shall be no Pretender site visit. Bidders are encouraged to acquaint themselves with the site conditions at their own convenience.

Tender documents may be obtained from KeRRA Website: www.kerra.go.ke, from 21st January, 2022

Completed bid documents, to be enclosed in a plain sealed envelope marked with the Tender name and number should be addressed to:

            The Regional Manager Roads

             Kenya Rural Roads Authority

             Kajiado Region

             P. O. Box 64 - 01100,              

             Kajiado

And deposited in the tender box located at the KERRA OFFICES, KAJIADO on or before Thursday, 3rd February, 2022 at 10.00 am. Tenders will be opened immediately thereafter and contractors who wish to be present during tender opening can attend. However, the Government Directives on COVID 19 shall be strictly observed.

The Authority reserves the right to accept or reject any tender and is not bound to accept the lowest or any tender

 

 

 

SENIOR SUPPLY CHAIN MANAGEMENT OFFICER

FOR: DEPUTY DIRECTOR ROADS

KAJIADO REGION TENDERS 2023-2024FY

KENYA RURAL ROADS AUTHORITY

23rd July, 2024

TENDER NOTICE

The Kenya Rural Roads Authority (KeRRA) is a state corporate established under the Kenya Roads Act 2007 with a mandate to manage, develop, and maintain the rural road network in the country.

KeRRA Kajiado Region, wish to hereby invite bids from REGISTERED contractors in the Region and others within the special category (YWPLD) for Road Maintenance project for FY 2023/24 for the following tenders.

No

Tender Ref.

Region:

Road Name

Category & Target group

Eligible bidders/

NCA

1

KeRRA/ KJD /08/39/ /2-42-070-23|24

F7005 - Ngong - Kahara

Registered

4,5,6&7

2

KeRRA/ KJD /08/39/ /2-42-071-23|24

C436 - Ilbissil - Ilmotiok

Registered

4,5,6&7

3

KeRRA/ KJD /08/39/ /2-42-072-23|24

G7518 - KAG - Kisaju TVET

PWD

5,6,7&8

4

KeRRA/ KJD /08/39/ /2-42-073-23|24

F7004 - Tinkoi - Ndilai

Registered

4,5,6&7

5

KeRRA/ KJD /08/39/ /2-42-074-23|24

G71262 - Kimana - Kikondo - Lomeuti

Registered

4,5,6&7

6

KeRRA/ KJD /08/39/ /2-42-075-23|24

G71284 - Entarara - Border Tanzania

Women

5,6,7&8

7

KeRRA/ KJD /08/39/ /2-42-076-23|24

U-G71119 - Jnc C58 - SGR - Kandisi Road

Youth

5,6,7&8

8

KeRRA/ KJD /08/39/ /2-42-077-23|24

C436 - Showground - Oloosuyian

Registered

4,5,6&7

9

KeRRA/ KJD /08/39/ /2-42-078-23|24

G7306 - JN(A2) KAG - Ilpolosat

PWD

5,6,7&8

10

KeRRA/ KJD /08/39/ /2-42-079-23|24

F7004 - Ndilai - Parseina

Registered

4,5,6&7

11

KeRRA/ KJD /08/39/ /2-42-080-23|24

C464 - Meruesh - Eiti - CB Makueni

Registered

4,5,6&7

12

KeRRA/ KJD /08/39/ /2-42-081-23|24

G7107 - Kiu-Lembei

Women

5,6,7&8

13

KeRRA/ KJD /08/39/ /2-42-082-23|24

G71690 - Olasit - Kona Maziwa

Women

5,6,7&8

14

KeRRA/ KJD /08/39/ /2-42-083-23|24

G7466 - Olchoro - Nairai

Registered

4,5,6&7

15

KeRRA/ KJD /08/39/ /2-42-084-23|24

F7003 - Nkamata - Pelewa

Registered

4,5,6&7

16

KeRRA/ KJD /08/39/ /2-42-085-23|24

F7001 - Orgulului - Ngararambuni

Women

3,4,5&6

17

KeRRA/ KJD /08/39/ /2-42-086-23|24

F7001 - Jcn B54 - Osotua

Registered

4,5,6&7

18

KeRRA/ KJD /08/39/ /2-42-087-23|24

U-G71265 - Kimana - Oloile

Women

3,4,5&6

19

KeRRA/ KJD /08/39/ /2-42-088-23|24

G7615 - Arroi - Illmamin

Women

3,4,5&6

20

KeRRA/ KJD /08/39/ /2-42-089-23|24

G7615 - Nori - Kima

Youth

5,6,7&8

21

KeRRA/ KJD /08/39/ /2-42-090-23|24

E7029 - Oyarata - Mukoini

Women

3,4,5&6

22

KeRRA/ KJD /08/39/ /2-42-091-23|24

G71290 - Ngama - Oloipangipang

Youth

5,6,7&8

23

KeRRA/ KJD /08/39/ /2-42-092-23|24

E7029 - Rombo - Matepes (Section I)

Women

3,4,5&6

24

KeRRA/ KJD /08/39/ /2-42-093-23|24

G71338 - Mapinu - Njukini (Section I)

Women

3,4,5&6

25

KeRRA/ KJD /08/39/ /2-42-094-23|24

F7002 - Bissil - Maparasha

Registered

4,5,6&7

26

KeRRA/ KJD /08/39/ /2-42-095-23|24

G7891 - Junction D523 - Kiserian - Ngong Cathedral Hill Road

Registered

4,5,6&7

27

KeRRA/ KJD /08/39/ /2-42-096-23|24

G7320 - Ole Muyaa Road

Registered

4,5,6&7

28

KeRRA/ KJD /08/39/ /2-42-097-23|24

G71262 - Kimana - Olorika

PWD

5,6,7&8

29

KeRRA/ KJD /08/39/ /2-42-098-23|24

C436 - Kimuka - Kisamis

Registered

5,6,7&8

30

KeRRA/ KJD /08/39/ /2-42-099-23|24

C436 - Kipeto - Oloyangalani

Registered

5,6,7&8

31

KeRRA/ KJD /08/39/ /2-42-100-23|24

C436 - Kona Baridi - Kipeto

Registered

5,6,7&8

32

KeRRA/ KJD /08/39/ /2-42-101-23|24

G7680 - Mbirikani - Oltukai Lodge

Youth

5,6,7&8

33

KeRRA/ KJD /08/39/ /2-42-102-23|24

G7336 - Imaroro - Kiu

Women

5,6,7&8

34

KeRRA/ KJD /08/39/ /2-42-103-23|24

D1706 - Elungata - Oltepesi

Registered

4,5,6&7

35

KeRRA/ KJD /08/39/ /2-42-104-23|24

G71292 - Ilasit - ACK

PWD

5,6,7&8

36

KeRRA/ KJD /08/39/ /2-42-105-23|24

G71291 - Ilasit - Olkaria

Women

5,6,7&8

37

KeRRA/ KJD /08/39/ /2-42-106-23|24

G71261 - Kimana - Langata

Registered

4,5,6&7

38

KeRRA/ KJD /08/39/ /2-42-107-23|24

E414 - Kimuga - Saikeri

Youth

5,6,7&8

39

KeRRA/ KJD /08/39/ /2-42-108-23|24

F7007 - Kipeto - Oloitikosh

PWD

5,6,7&8

40

KeRRA/ KJD /08/39/ /2-42-109-23|24

G71338 - Mapinu - Njukini (Section II)

Registered

4,5,6&7

41

KeRRA/ KJD /08/39/ /2-42-110-23|24

G71256 - Namelok - Lisa

Registered

4,5,6&7

42

KeRRA/ KJD /08/39/ /2-42-111-23|24

G7451 - Oloseos - Keekonyokie

Registered

4,5,6&7

43

KeRRA/ KJD /08/39/ /2-42-112-23|24

E7029 - Rombo - Matepes (Section II)

Registered

4,5,6&7

44

KeRRA/ KJD /08/39/ /2-42-113-23|24

G7295 - Kinayia - Shonko Box Culverts Road

Registered

4,5,6&7

45

KeRRA/ KJD /08/39/ /2-42-114-23|24

U-G71218 - Kunde - Moiko Road

Registered

4,5,6&7

46

KeRRA/ KJD /08/39/ /2-42-115-23|24

F7004 - Olentoko - Enkoireroi Road

Registered

4,5,6&7

47

KeRRA/ KJD /08/39/ /2-42-116-23|24

D1709 - Orinie - Obelibel

Registered

4,5,6&7

48

KeRRA/ KJD /08/39/ /2-42-117-23|24

F7003 - Piliwa - Orgirra Road

Registered

4,5,6&7

49

KeRRA/ KJD /08/39/ /2-42-118-23|24

C726 - Najire - Ewaso

Youth

5,6,7&8

50

KeRRA/ KJD /08/39/ /2-42-119-23|24

G71251 - Njarai - Olorika

Registered

4,5,6&7

51

KeRRA/ KJD /08/39/ /2-42-120-23|24

F7004 - Olkeri - Eremit

Registered

4,5,6&7

52

KeRRA/ KJD /08/39/ /2-42-121-23|24

C436 - Osiligi - Kipeto

Women

5,6,7&8

53

KeRRA/ KJD /08/39/ /2-42-122-23|24

G7481 - Emasho - Sholinge - Noompoping Road

Registered

4,5.6&7

54

KeRRA/ KJD /08/39/ /2-42-123-23|24

G7452 - Rev Tumpes Box Culvert

Registered

4,5,6&7

55

KeRRA/ KJD /08/39/ /2-42-124-23|24

G7467 - Oloirien Primary School box culvert

Registered

4,5,6 &7

56

KeRRA/ KJD /08/39/ /2-42-125-23|24

G71319 - Kikelelwa 51 Road Bridge

Registered

4,5,6 &7

57

KeRRA/ KJD /08/39/ /2-42-126-23|24

F7011 - Loitokitok Town - Olchoro Murutot Road

Registered

5,6,7&8

58

KeRRA/ KJD /08/39/ /2-42-127-23|24

G71189 - Ongata Rongai -SGR Station - Dam Close - Ongata River

Youth

5,6,7&8

59

KeRRA/ KJD /08/39/ /2-42-128-23|24

G71267 - Kimana - Eiskii - Olorika

PWD

5,6,7&8

Bidders MUST meet the following requirements alongside other requirements contained in tender documents. 

  1. To enhance equity bidders will only be awarded a maximum of two tenders either as a director or a company under this tender notice.
  2. Bidders are requested to familiarise themselves with the site before tendering, and bidders are requested to make their own arrangements in consultation with the regional director's Office and ensure their pretender site visit certificate is signed and stamped. (within the first 10 days of the notice)
  3. For pretender site visit all bidders' representative must have an introduction letter from the company.
  1. MUST provide original document and a copy.
  2. All Interested bidders are required to continually check the KeRRA website kerra.go.ke/tenders for any tender addendum or clarification that may arise before the submission date.

NOTE

All attachments must be certified by a commissioner for oaths.         

Note: The cost estimate of the proposed works has been provided in the tender document.

Tender documents detailing requirements shall be obtained from the KeRRA website www.kerra.go.ke Complete tender document Duly serialized; in Wax Sealed Plain Envelopes marked with Tender Reference (KeRRA/ KJD /08/39/ /2-42-070-23|24 To 128-23/24) number and Description, should be sent to the address below or deposited in the Tender Box located {(Regional Office) within the Kenya Rural Roads Authority Kajiado Region offices situated along Kajiado Road}.

     Regional Director

     Kenya Rural Roads Authority,

P.O. Box 64,01100

Kajiado  

So as to be received (as per the table below)/ on Wednesday 7th August 2024 at 11:00 am and be opened immediately thereafter in the presence of bidders’ representatives who may wish to attend, however bidders may request for any information through the office.

   

NAME (ENG W.K MUGAMBI)

REGIONAL DIRECTOR, 

KAJIADO REGION

KAJIADO REGION- 10%RMLF FY 20/21 -KAJIADO SOUTH DECEMBER TENDERS

KENYA RURAL ROADS AUTHORITY

KAJIADO REGIONAL OFFICE

P.O.BOX 64,KAJIADO

                                                                                                                           22nd December, 2020

TENDER NOTICE (10% RMLF) 2020 – 2021

Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility to Manage, Develop, Rehabilitate and Maintain Rural Roads.

The Authority invites sealed tenders from PRE-QUALIFIED BIDDERS IN THE REGION for maintenance and improvement of the following Roads in Kajiado south to be funded using 10% RMLF.

Interested bidders should attach relevant documents which will be used as minimum requirements to support their bids.

TENDER NOTICE (10% RMLF)

Road Code

Road Name

Tender No.

Road works 

Category          

Pre-tender

site visit Date           

Category          

C464

Imbuko - Oltiasika

KeRRA/11/KJD/39/025/2020-2021

C

Non

All

C464

Merueshi - Imbuko

KeRRA/11/KJD/39/026/2020-2021

C

Non

Women

C464

Olandi - Merueshi

KeRRA/11/KJD/39/027/2020-2021

C

Non

All

C464

Oltiasika – CB Makueni

KeRRA/11/KJD/39/028/2020-2021      

C

Non

All

1)         SCOPE OF WORKS

            The scope of works is as detailed in the Tender Document

2)         The minimum requirements for Bidding are as follows:

Tenderers shall include the following information and documents with their tenders, unless otherwise stated:

  • Principal place of business;
  • Total monetary value of construction work performed for each of the last five years;
  • Similar previous experience in Road works
  • Major items of construction equipment owned and or signed lease agreement(s);
  • Qualifications and experience of key site management and technical personnel proposed for the Contract;
  • Submit written power of attorney authorizing the signatory to commit the bidder
  • Authority to seek references from the Tenderer’s bankers.
  • Certified copies of Registration with National Construction Authority valid at the date of tender submission
  • Certified copies of Certificate of Incorporation
  • Certified copies of VAT Registration Certificate
  • Certified copies of Valid Tax compliance certificate
  • Certified copies of PIN registration certificate
  • Current litigation information
  • For the special categories (i.e. the youth, women and persons with disabilities), the bidder must be registered under the Public Procurement and Asset Disposal Act, 2015 for Access to Government Procurement Opportunities (AGPO) program.
  • Certified copy of CR12 certificate
  • All pages of the tender Document must be serialized sequently from start to the end
  • Attach a brief work methodology
  • Due to the COVID 19 Pandemic, there shall be no Pretender site visit. Bidders are encouraged to acquaint themselves with the site conditions at their own convenience.

Tender documents may be obtained from KeRRA Website: www.kerra.go.ke, from  22nd December, 2020

Completed bid documents, to be enclosed in a plain sealed envelope marked with the Tender name and number should be addressed to:

The Deputy Director Roads

Kenya Rural Roads Authority

Kajiado Region

P.O. Box 64 - 01100,

Kajiado

and deposited in the tender box located at the KERRA OFFICES, KAJIADO on or before Wednesday, 6th January 2021at 10.00 am. Tenders will be opened immediately thereafter and contractors who wish to be present during tender opening can attend. However, the Government Directives on COVID 19 shall be strictly observed.

The Authority reserves the right to accept or reject any tender and is not bound to accept the lowest or any tender

SENIOR SUPPLY CHAIN OFFICER

FOR: DEPUTY DIRECTOR ROADS

 

KAJIADO REGION- FY 22/23 10% RMLF-FEBRUARY TENDERS

                                                                                                                                                    

KENYA RURAL ROADS AUTHORITY

HEAD OFFICE                                                                                                                                                         KAJIADO REGIONAL OFFICE

Barabara Plaza Block B, Airport South Road, Opp. KCAA Building                                                                      P.O Box 64-01100

P.O BOX 48151-00100, NAIROBI, KENYA.                                                                                                          KAJIADO

Telephone: 020 -8013846/271045,0724 735568                                                                                                      Tel: 020205443, 0769 034942

Email: This email address is being protected from spambots. You need JavaScript enabled to view it./This email address is being protected from spambots. You need JavaScript enabled to view it.                                                                                                       E-mail: This email address is being protected from spambots. You need JavaScript enabled to view it.

 www.kerra.go.ke                                                                                                                                                                  

Date:21st February,2023

INVITATION TO TENDER

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 all interested Road Works Contractors prequalified FY 2021 - 2023 in the Region and AGPO eligible firms/ groups to the – Financial Year 2022 / 2023. Allocation of 10% RMLF and CS funds for routine maintenance and spot improvement works, on the roads indicated below:

TENDER NOTICE

No

PACKAGE NO.

ROAD NO.

ROAD LINK

Constituency

RESERVED

1

KeRRA/11/KJD/39/10%RMLF/2-42-22|23-040

C435

Ngatataek – Mailwa

Kajiado Central

Youth

2

KeRRA/11/KJD/39/10%RMLF/2-42-22|23-041

D1709

Olbelbel - Oloomunyi

Kajiado Central

Open

3

KeRRA/11/KJD/39/10%RMLF/2-42-22|23-042

G71246

Masimba - Merueshi

Kajiado East

Women

4

KeRRA/11/KJD/39/10%RMLF/2-42-22|23-043

G7615

Arroi – Sultan Hamud

Kajiado East

Open

5

KeRRA/11/KJD/39/10%RMLF/2-42-22|23-044

C444

Kaiyapa Road

Kajiado North

PWD

6

KeRRA/11/KJD/39/10%RMLF/2-42-22|23-045

D1711

Ongata Rongai Police Station – St Marys Catholic

Kajiado North

Women

7

KeRRA/11/KJD/39/10%RMLF/2-42-22|23-046

E7010

Corner Shop Link Roads

Kajiado North

Open

8

KeRRA/11/KJD/39/10%RMLF/2-42-22|23-047

G71257

Magade Road – Exciting Road

Kajiado North

Open

9

KeRRA/11/KJD/39/10%RMLF/2-42-22|23-048

G7910

Memusi - Olkeri

Kajiado North

Open

10

KeRRA/11/KJD/39/10%RMLF/2-42-22|23-049

C464

Jcn C102 Emukutan - Meruesh

Kajiado South

Women

11

KeRRA/11/KJD/39/10%RMLF/2-42-22|23-050

C464

Merueshi – Eiti

Kajiado South

Youth

12

KeRRA/11/KJD/39/10%RMLF/2-42-22|23-051

C464

Eiti – CB Makueni

Kajiado South

Open

13

KeRRA/11/KJD/39/10%RMLF/2-42-22|23-052

G71265

Olbili Jcn C271 Olorika

Kajiado South

Open

14

KeRRA/11/KJD/39/CS/2-42-22|23-053

U-G7311

Enkacity – Emoo Road

Kajiado East

Women

15

KeRRA/11/KJD/39/10%RMLF/2-42-22|23-054

E414

Najile – Saikeri

Kajiado West

Open

16

KeRRA/11/KJD/39/10%RMLF/2-42-22|23-055

E414

Saikeri – Maroroi

Kajiado West

PWD

17

KeRRA/11/KJD/39/CS/2-42-22|23-056

U-G71119

SGR Station – Kandisi Road

Kajiado East

Women

18

KeRRA/11/KJD/39/CS/2-42-22|23-057

C436

Kajiado – Illkhushin – konza Road

Kajiado East

Open

19

KeRRA/11/KJD/39/CS/2-42-22|23-058

C435

Mailwa - Lengism

Kajiado Central

Youth

20

KeRRA/11/KJD/39/CS/2-42-22|23-059

E7029

Rombo – Nolasiti – Oerata Road

Kajiado South

Women

 QUALIFICATIONS FOR TENDERING

Mandatory Requirements

The following MUST be submitted together with the Bid:

  1. Certified copy of Certificate of Incorporation.
  2. Certified Certificate of registration with NCA Category 5,6,7 and 8 and practicing License
  3. Certified copy of PIN certificate
  4. Certified VAT Registration
  5. Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
  6. Certified Copy of recent CR12 (Will be verified on the register of the company)
  7. Certified copy of National Identity Cards / Passports of Directors
  8. Certified copy of Valid Single Business Permit  
  9. Certified copy of Valid Certificate of Registration for Access to Government Procurement Opportunities (AGPO), from the national treasury (For disadvantage groups, Women, Youth and Persons with Disability).
  10. Those bidding for Persons with Disabilities contracts must attach copies of IDs issued by the NCPWD for the Directors who are disabled (Certified Copies). (Will be verified from the website)
  11. Certified copies of Log books for ownership of Machines and Equipment. Those hiring must provide certified copies of valid Lease Agreements supported by certified copies of Lessor’s log books.
  12. Current power of attorney/ affidavit not more than 6 months from the tender opening date
  13. Authority to seek reference from Contractors’ bankers
  14. Provide letter from the Bank proving that directors in CR12 are signatories to the account
  15. Form of tender correctly filled, signed & stamped
  16. Confidential Business Questionnaire correctly filled, signed & stamped
  17. Bidders Must Serialize sequentially ALL pages of the tender documents.
  18. Submit a brief Work Methodology
  19. Bill of quantities should be correctly filled, signed and stamped
  1. Subsequent to presidential directives issued on the COVID-19 pandemic there shall be no pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids and ensure their site visit certificates are duly signed by respective Officer.

Other Requirements

As specified in the respective tender documents covering the following:

  1. Similar previous experience is required
  2. Professional and Technical Personnel (provide CVs for the employees)
  3. Turnover and liquid Assets Supported by Audited Accounts for the previous three (3) years (Not applicable to special group category)
  4. Eligibility
  5. To enhance equity, bidders shall bid for a maximum of Two (2) Tenders, but can only be Awarded a Maximum of One (1) Tender, under this Tender Notice. Bidders who participate in more than Two (2) tenders shall be disqualified.
  6. b. Director (s) bidding under different companies for the same tender shall be disqualified
  7. Director (s) bidding under different companies should not participate in more than Two (2) Tenders
  8. Current work load if any
  9. Any form of Canvassing will lead to disqualification
  10. To enhance EQUITY, each bidder is eligible for award of only ONE CONTRACT
  11. Recent beneficiaries on Tender Notice 21/11/2022 for FY 2022-2023 and Contractors with uncompleted / ongoing works shall NOT be eligible.

NOTE:

  1. All certification of documents shall be original and executed by Commissioner for Oaths or Notaries Public. They shall be clearly marked ‘Certified True copy of the Original’
  2. Certificates / Licenses may be verified from or with the Issuing Authorities or Agencies

Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 22nd February, 2023. Duly completed tender documents in plain sealed envelopes marked with the respective tender number, project name should be addressed to:

Regional Director

Kenya Rural Roads Authority (KeRRA)

Kajiado Region

  1. O. Box 64 -01100

KAJIADO

The same should be deposited in the constituency tender box at the KeRRA, KAJIADO REGIONAL OFFICE on or before Wednesday, 8th March 2023 at 10.00 am. Tenders will be opened immediately thereafter at the same venue.  Late submission of tenders shall not be accepted.

REGIONAL DIRECTOR

 

KAJIADO REGION- FY 22/23 22%RMLF-NOVEMBER TENDERS

 

KENYA RURAL ROADS AUTHORITY

HEAD OFFICE                                                                                                                                       KAJIADO REGIONAL OFFICE

Barabara Plaza Block B, Airport South Road, Opp. KCAA Building                                                    P.O Box 64-01100

P.O BOX 48151-00100, NAIROBI, KENYA.                                                                                        KAJIADO

Telephone: 020 -8013846/271045,0724 735568                                                                                    Tel: 020205443, 0769 034942

Email: This email address is being protected from spambots. You need JavaScript enabled to view it./This email address is being protected from spambots. You need JavaScript enabled to view it.                                                                                     E-mail: This email address is being protected from spambots. You need JavaScript enabled to view it.

           www.kerra.go.ke                                                                                                                                                                  

Date:21st November,2022

INVITATION TO TENDER                                            

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 all interested Road Works Contractors prequalified FY 2021 - 2023 in the Region and AGPO eligible firms/ groups to the – Financial Year 2022 / 2023. Allocation of 22% RMLF funds for routine maintenance and spot improvement works, on the roads indicated below:

CONSTITUENCY: KAJIADO CENTRAL

INVITATION

No

PACKAGE NO.

ROAD NO.

ROAD LINK

NCA Registration Required

RESERVED

1

KeRRA/11/KJD/39/22%/2-42-22|23-001

C436

Chief Risa - Olooyiankalani

6, 7 or 8

OPEN

2

KeRRA/11/KJD/39/22%/2-42-22|23-002

C436

Show Ground - Oloosuyian

6 or 7

WOMEN

3

KeRRA/11/KJD/39/22%/2-42-22|23-003

D1709

Bissil - Meto

6 or 7

YOUTH

4

KeRRA/11/KJD/39/22%/2-42-22|23-004

E7019

Enkorika - Olgos

6, 7 or 8

OPEN

5

KeRRA/11/KJD/39/22%/2-42-22|23-005

F7002

Bissil - Esiati

5, 6 or 7

OPEN

6

KeRRA/11/KJD/39/22%/2-42-22|23-006

G7357

Eseki - Imarba

6 or 7

OPEN

7

KeRRA/11/KJD/39/22%/2-42-22|23-007

G7363

Bissil - Maparasha

6 or 7

OPEN

CONSTITUENCY: KAJIADO EAST

No

PACKAGE NO.

ROAD NO.

ROAD LINK

NCA Registration Required

RESERVED

1

KeRRA/11/KJD/39/22%/2-42-22|23-008

E1480

Councillor Malit - Kentraco

6 or 7

OPEN

2

KeRRA/11/KJD/39/22%/2-42-22|23-009

E7011

Nkedienye - Lengete

6 or 7

YOUTH

3

KeRRA/11/KJD/39/22%/2-42-22|23-010

E7015

Ole Ntii - Brown Malit

6 or 7

PWD

4

KeRRA/11/KJD/39/22%/2-42-22|23-011

G7481

Elangau - Sholinke

5, 6 or 7

OPEN

5

KeRRA/11/KJD/39/22%/2-42-22|23-012

G7615

Mashuru-Arroi

5, 6 or 7

OPEN

6

KeRRA/11/KJD/39/22%/2-42-22|23-013

G7615

Metro - Arroi

6 or 7

OPEN

CONSTITUENCY: KAJIADO NORTH

No

PACKAGE NO.

ROAD NO.

ROAD LINK

NCA Registration Required

RESERVED

1

KeRRA/11/KJD/39/22%/2-42-22|23-014

G71159

Kangawa Road

6, 7 or 8

OPEN

2

KeRRA/11/KJD/39/22%/2-42-22|23-015

G71186

Jua Cali - St. Joseph Primary School

6, 7 or 8

WOMEN

3

KeRRA/11/KJD/39/22%/2-42-22|23-016

G71186

Rimpa - Kahuho

5, 6 or 7

PWD

4

KeRRA/11/KJD/39/22%/2-42-22|23-017

G71206

Kahara - Nalepo Primary School

6, 7 or 8

YOUTH

5

KeRRA/11/KJD/39/22%/2-42-22|23-018

G7122

Kianugu - Oloolua

6, 7 or 8

OPEN

6

KeRRA/11/KJD/39/22%/2-42-22|23-019

G7122

Olepolos - Olooloua Dispensary

5, 6 or 7

OPEN

7

KeRRA/11/KJD/39/22%/2-42-22|23-020

G7835

PCEA Mericho - Mericho Road

6, 7 or 8

OPEN

8

KeRRA/11/KJD/39/22%/2-42-22|23-021

G7835

Smith Hotel - Mericho Police Post - Mericho Road

6, 7 or 8

OPEN

9

KeRRA/11/KJD/39/22%/2-42-22|23-022

G7912

Mashuria - Ahadi Road

6, 7 or 8

OPEN

10

KeRRA/11/KJD/39/22%/2-42-22|23-023

G7965

Mt. Carmel - Mericho Forest

6, 7 or 8

OPEN

CONSTITUENCY: KAJIADO SOUTH

No

PACKAGE NO.

ROAD NO.

ROAD LINK

NCA Registration Required

RESERVED

1

KeRRA/11/KJD/39/22%/2-42-22|23-024

C271

CB Taveta - Iltilal

6, 7 or 8

OPEN

2

KeRRA/11/KJD/39/22%/2-42-22|23-025

C271

Chyulu NP - Kambi Kazi

6, 7 or 8

OPEN

3

KeRRA/11/KJD/39/22%/2-42-22|23-026

C271

Kambi Kazi - CB Taveta

6, 7 or 8

PWD

4

KeRRA/11/KJD/39/22%/2-42-22|23-027

C271

Leinkati Primary School - Oltiasika

6 or 7

WOMEN

5

KeRRA/11/KJD/39/22%/2-42-22|23-028

C271

Loua - Njarai

6 or 7

YOUTH

6

KeRRA/11/KJD/39/22%/2-42-22|23-029

C271

Mbirikani - Loua (Section A)

6 or 7

OPEN

7

KeRRA/11/KJD/39/22%/2-42-22|23-030

C271

Mbirikani - Loua(Section B)

6 or 7

OPEN

8

KeRRA/11/KJD/39/22%/2-42-22|23-031

C271

Njarai - Olorika

6 or 7

OPEN

9

KeRRA/11/KJD/39/22%/2-42-22|23-032

C271

Olorika - Leinkati Primary School

6 or 7

OPEN

10

KeRRA/11/KJD/39/22%/2-42-22|23-033

C271

Oltiasika - Chyulu NP

6 or 7

OPEN

CONSTITUENCY: KAJIADO WEST

No

PACKAGE NO.

ROAD NO.

ROAD LINK

NCA Registration Required

RESERVED

1

KeRRA/11/KJD/39/22%/2-42-22|23-034

C436

Kimuka - Kisamise

6 or 7

OPEN

2

KeRRA/11/KJD/39/22%/2-42-22|23-035

C436

Kipeto - Oloyangalani

5, 6 or 7

OPEN

3

KeRRA/11/KJD/39/22%/2-42-22|23-036

C436

Kona Baridi - Kipeto

6 or 7

OPEN

4

KeRRA/11/KJD/39/22%/2-42-22|23-037

C726

Mosiro - Oldepe

6 or 7

WOMEN

5

KeRRA/11/KJD/39/22%/2-42-22|23-038

C726

Najile - Ewaso Kedong

6 or 7

PWD

6

KeRRA/11/KJD/39/22%/2-42-22|23-039

F7004

P/Site - Njoronyori - Kwa-Nchipaai - Olmaiyana

5, 6 or 7

OPEN

 QUALIFICATIONS FOR TENDERING

Mandatory Requirements

The following MUST be submitted together with the Bid:

  1. Certified copy of Certificate of Incorporation.
  2. Certified Copy of Valid Annual Practicing License with the National Construction Authority in the classes specified above
  3. Certified copy of PIN certificate
  4. Certified VAT Registration
  5. Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
  6. Certified Copy of recent CR12 (Will be verified on the register of the company)
  7. Certified copy of National Identity Cards / Passports of Directors
  8. Certified copy of Valid Single Business Permit  
  9. Certified copy of Valid Certificate of Registration for Access to Government Procurement Opportunities (AGPO), from the national treasury (For disadvantage groups, Women, Youth and Persons with Disability).
  10. Those bidding for Persons with Disabilities contracts must attach copies of IDs issued by the NCPWD for the Directors who are disabled (Certified Copies). (Will be verified from the website)
  11. Certified copies of Log books for ownership of Machines and Equipment. Those hiring must provide certified copies of valid Lease Agreements supported by certified copies of Lessor’s log books.
  12. Current power of attorney/ affidavit not more than 6 months from the tender opening date
  13. Authority to seek reference from Contractors’ bankers
  14. Provide letter from the Bank proving that directors in CR12 are signatories to the account
  15. Form of tender correctly filled, signed & stamped
  16. Confidential Business Questionnaire correctly filled, signed & stamped
  17. Bidders Must Serialize sequentially ALL pages of the tender documents.
  18. Submit a brief Work Methodology
  19. Proof of financial soundness

Other Requirements

As specified in the respective tender documents covering the following:

  1. Similar previous experience is required
  2. Professional and Technical Personnel (provide CVs for the employees)
  3. Turnover and liquid Assets Supported by Audited Accounts for the previous three (3) years (Not applicable to special group category)
  4. Eligibility
  5. To enhance equity, bidders shall bid for a maximum of Two (2) Tenders, but can only be Awarded a Maximum of One (1) Tender, under this Tender Notice. Bidders who participate in more than Two (2) tenders shall be disqualified.
  6. b. Director (s) bidding under different companies for the same tender shall be disqualified
  7. Director (s) bidding under different companies should not participate in more than Two (2) Tenders
  8. Current work load if any
  9. Any form of Canvassing will lead to disqualification
  10. To enhance EQUITY, each bidder is eligible for award of only ONE CONTRACT
  11. pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids and ensure their site visit certificates are duly signed by respective Officer.

NOTE:

  1. All certification of documents shall be original and executed by Commissioner for Oaths or Notaries Public. They shall be clearly marked ‘Certified True copy of the Original’
  2. Certificates / Licenses may be verified from or with the Issuing Authorities or Agencies

Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 22nd November, 2022. Duly completed tender documents in plain sealed envelopes marked with the respective tender number, project name should be addressed to:

Regional Director

Kenya Rural Roads Authority (KeRRA)

Kajiado Region

P.O. Box 64 -01100

KAJIADO

The same should be deposited in the constituency tender box at the KeRRA, KAJIADO REGIONAL OFFICE on or before Thursday, 8th December 2022 at 11.00 am. Tenders will be opened immediately thereafter at the same venue.  Late submission of tenders shall not be accepted.

 Eng. E. K Bor

 REGIONAL DIRECTOR

 

KAJIADO REGION- FY 23/24 22% & 10% RMLF NOVEMBER TENDERS

KENYA RURAL ROADS AUTHORITY

 

HEAD OFFICE                                                                                                                                                              KAJIADO REGIONAL OFFICE

Barabara Plaza Block B, Airport South Road, Opp. KCAA Building                                                                             P.O Box 64-01100

P.O BOX 48151-00100, NAIROBI, KENYA.                                                                                                                 KAJIADO

Telephone: 020 -8013846/271045,0724 735568                                                                                                             Tel: 020205443, 0769 034942

Email: This email address is being protected from spambots. You need JavaScript enabled to view it./This email address is being protected from spambots. You need JavaScript enabled to view it.                                                                                                             E-mail: This email address is being protected from spambots. You need JavaScript enabled to view it.

 www.kerra.go.ke

Date:9th November,2023

INVITATION TO TENDER

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 all interested Road Works Contractors prequalified FY 2023 - 2025 in the Region and AGPO eligible firms/ groups to the Financial Year 2023 / 2024. Allocation of 22% and 10% RMLF funds for routine maintenance and spot improvement works, on the roads indicated below:

ADDENDUM 2

ADDENDUM 1

 TENDER NOTICE

No

PACKAGE NO.

ROAD NO.

ROAD LINK

RESERVED

NCA Registration Required

KAJIADO CENTRAL

1

KeRRA/11/KJD/39/10%RMLF/2-42-23|24-001

C436

Show Ground – Oloosuyian Bridge

Youth

6,7 & 8

2

KeRRA/11/KJD/39/10%RMLF/2-42-23|24-002

D1709

Orinie - Olbelibel

Restricted Tender

6,7 & 8

3

KeRRA/11/KJD/39/10%RMLF/2-42-23|24-003

G7363

Ilbissil – Lele – Maparasha

Restricted Tender

6,7 & 8

4

KeRRA/11/KJD/39/22%RMLF/2-42-23|24-004

C436

Oloosuyan - Olooyiangalani

Restricted Tender

6,7 & 8

5

KeRRA/11/KJD/39/22%RMLF/2-42-23|24-005

C436

Show Ground -Oloosuyian Bridge

Women

6,7 & 8

6

KeRRA/11/KJD/39/22%RMLF/2-42-23|24-006

D1709

Ilbissil - Meto

Restricted Tender

6,7 & 8

 7

KeRRA/11/KJD/39/22%RMLF/2-42-23|24-007

F7002

Ilbissil – llparua - Enkaroni

Youth

6,7 & 8

8

KeRRA/11/KJD/39/22%RMLF/2-42-23|24-008

G7159

Bluesky - Sajaloni

Restricted Tender

6,7 & 8

9

KeRRA/11/KJD/39/22%RMLF/2-42-23|24-009

G7363

Ilbissil -Ilmotiok

PWD

6,7 & 8

10

KeRRA/11/KJD/39/22%RMLF/2-42-23|24-010

G7393

Esiati - Maisikiria

Restricted Tender

6,7 & 8

KAJIADO EAST

11

KeRRA/11/KJD/39/10%RMLF/2-42-23|24-011

G71246

Ilkeunyeti - Masimba

Restricted Tender

6,7 & 8

12

KeRRA/11/KJD/39/10%RMLF/2-42-23|24-012

G71246

Katetemai - llkeunyeti

Women

6,7 & 8

13

KeRRA/11/KJD/39/10%RMLF/2-42-23|24-013

G71246

Meruesh - Katetemai

Restricted Tender

6,7 & 8

14

KeRRA/11/KJD/39/10%RMLF/2-42-23|24-014

G7615

Mashuru - Arroi

Restricted Tender

6,7 & 8

15

KeRRA/11/KJD/39/22%RMLF/2-42-23|24-015

C435

Kibini - EAPC

Youth

6,7 & 8

16

KeRRA/11/KJD/39/22%RMLF/2-42-23|24-016

C435

Selengei -Kibini

Women

6,7 & 8

17

KeRRA/11/KJD/39/22%RMLF/2-42-23|24-017

C436

Mabatini - Konza

Restricted Tender

6,7 & 8

18

KeRRA/11/KJD/39/22%RMLF/2-42-23|24-018

C444

Kitengela – Nkurunga CB

PWD

6,7 & 8

19

KeRRA/11/KJD/39/22%RMLF/2-42-23|24-019

C444

Nazarene – Twala - Nkurunga

Restricted Tender

6,7 & 8

20

KeRRA/11/KJD/39/22%RMLF/2-42-23|24-020

C466

Imaroro - Kiu

Restricted Tender

6,7 & 8

21

KeRRA/11/KJD/39/22%RMLF/2-42-23|24-021

G7336

Kirwa - Imaroro

Restricted Tender

6,7 & 8

22

KeRRA/11/KJD/39/22%RMLF/2-42-23|24-022

G7481

Elangau - Sholinke

Youth

6,7 & 8

KAJIADO NORTH

23

KeRRA/11/KJD/39/10%RMLF/2-42-23|24-023

G71186

Jua Kali – St. joseph

Youth

6,7 & 8

24

KeRRA/11/KJD/39/10%RMLF/2-42-23|24-024

G71206

Kahara - Roimen

Restricted Tender

6,7 & 8

25

KeRRA/11/KJD/39/10%RMLF/2-42-23|24-025

G71284

Ezekiel Mutel – Roimen AP Camp

Restricted Tender

6,7 & 8

26

KeRRA/11/KJD/39/10%RMLF/2-42-23|24-026

G7965

Forest Line – Mage Road

PWD

6,7 & 8

27

KeRRA/11/KJD/39/10%RMLF/2-42-23|24-027

U-G71119

Kandisi - Jamaica

Restricted Tender

6,7 & 8

28

KeRRA/11/KJD/39/22%RMLF/2-42-23|24-028

D1711

Jnc C58 – Ongata Rongai Hospital

Restricted Tender

6,7 & 8

29

KeRRA/11/KJD/39/22%RMLF/2-42-23|24-029

F7005

Ngong - Kahara

Restricted Tender

6,7 & 8

30

KeRRA/11/KJD/39/22%RMLF/2-42-23|24-030

G71206

Jnct Roimen – Upper Ole Kempa Road

Restricted Tender

6,7 & 8

31

KeRRA/11/KJD/39/22%RMLF/2-42-23|24-031

G71206

Kahara – Gichagi -Ngong Hills

Youth

6,7 & 8

32

KeRRA/11/KJD/39/22%RMLF/2-42-23|24-032

G7122

Imani – 46 Road

Restricted Tender

6,7 & 8

33

KeRRA/11/KJD/39/22%RMLF/2-42-23|24-033

G7901

Gataka - Gituguta

PWD

6,7 & 8

34

KeRRA/11/KJD/39/22%RMLF/2-42-23|24-034

G7910

Kahuho – Njenga – PCEA Ahadi

Restricted Tender

6,7 & 8

35

KeRRA/11/KJD/39/22%RMLF/2-42-23|24-035

G7912

Olkeri – Maricho Forest

Restricted Tender

6,7 & 8

36

KeRRA/11/KJD/39/22%RMLF/2-42-23|24-037

G7919

Naramat – Olekango - Matasia

Women

6,7 & 8

KAJIADO SOUTH

37

KeRRA/11/KJD/39/10%RMLF/2-42-23|24-038

C464

Emukutan - Meruesh

Restricted Tender

6,7 & 8

38

KeRRA/11/KJD/39/10%RMLF/2-42-23|24-039

C464

Meruesh- Eiti – CB Makueni

Restricted Tender

6,7 & 8

39

KeRRA/11/KJD/39/10%RMLF/2-42-23|24-040

G7741

Jcn B54 Namanga – Ologulului – Ngararampui – TZ Boarder

Restricted Tender

6,7 & 8

40

KeRRA/11/KJD/39/22%RMLF/2-42-23|24-041

C271

CB Taveta - lltilal

Youth

6,7 & 8

41

KeRRA/11/KJD/39/22%RMLF/2-42-23|24-042

C271

Leinkati Primary School – Oltiasika – Chyulu NP – Kambi Kazi

Women

6,7 & 8

42

KeRRA/11/KJD/39/22%RMLF/2-42-23|24-043

C271

Mbirikani -Loua (Section A + B) Loua - Njarai

Youth

6,7 & 8

43

KeRRA/11/KJD/39/22%RMLF/2-42-23|24-044

C271

Njarai – Olorika – Leinkati Primary School

Restricted Tender

6,7 & 8

44

KeRRA/11/KJD/39/22%RMLF/2-42-23|24-045

G71262

Kimana – Oloile Road

Restricted Tender

6,7 & 8

45

KeRRA/11/KJD/39/22%RMLF/2-42-23|24-046

G71284

Entarara - Border Tanzania

PWD

6,7 & 8

46

KeRRA/11/KJD/39/22%RMLF/2-42-23|24-047

G71290

Nkama - Kikelelwa

Restricted Tender

6,7 & 8

47

KeRRA/11/KJD/39/22%RMLF/2-42-23|24-048

G71334

Mbirikani - Endonyowuas

Women

6,7 & 8

KAJIADO WEST

48

KeRRA/11/KJD/39/10%RMLF/2-42-23|24-049

C726

Najile – Eremit - Oltinga

Restricted Tender

6,7 & 8

49

KeRRA/11/KJD/39/10%RMLF/2-42-23|24-050

E2011

Lodariak - Mile

Restricted Tender

6,7 & 8

50

KeRRA/11/KJD/39/10%RMLF/2-42-23|24-051

E7004

P/Site – Njoronyori – Kwa – Nchipaai - Olmaiyana

Restricted Tender

6,7 & 8

51

KeRRA/11/KJD/39/22%RMLF/2-42-23|24-052

C436

Kipeto - Oloyangalani

Youth

6,7 & 8

52

KeRRA/11/KJD/39/22%RMLF/2-42-23|24-053

C436

Kona Baridi - Kipeto

Restricted Tender

6,7 & 8

53

KeRRA/11/KJD/39/22%RMLF/2-42-23|24-054

C726

Mosiro - Oldepe

Restricted Tender

6,7 & 8

54

KeRRA/11/KJD/39/22%RMLF/2-42-23|24-055

C726

Najile – Ewaso Kedong

Women

6,7 & 8

55

KeRRA/11/KJD/39/22%RMLF/2-42-23|24-056

F7004

P/Site – Njoronyori  - Kwa – Nchipaai - Olmaiyana

Restricted Tender

6,7 & 8

56

KeRRA/11/KJD/39/22%RMLF/2-42-23|24-057

G7954

Kimuka - Olasiti

PWD

6,7 & 8

QUALIFICATIONS FOR TENDERING

Mandatory Requirements

The following MUST be submitted together with the Bid:

  1. Certified copy of Certificate of Incorporation.
  2. Certified copy of certificate of registration with NCA Category 6,7 and 8 and Annual Practicing License
  3. Certified copy of PIN certificate
  4. Certified copy of VAT Registration
  5. Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
  6. Certified Copy of recent CR12 Form issued within the last Six Month of the tendering period (Will be verified on the register of the company)
  7. Certified copy of National Identity Cards / Passports of Directors
  8. Certified copy of Valid Single Business Permit  
  9. Certified copy of Valid Certificate of Registration for Access to Government Procurement Opportunities (AGPO), from the national treasury (For disadvantage groups, Women, Youth and Persons with Disability).
  10. Those bidding for Persons with Disabilities contracts must attach copies of IDs issued by the NCPWD for the Directors who are disabled (Certified Copies). (Will be verified from the website)
  11. Certified copies of Log books for ownership of Machines and Equipment. Those hiring must provide certified copies of valid Lease Agreements supported by certified copies of Lessor’s log books.
  12. Current power of attorney/ affidavit not more than 6 months from the tender opening date
  13. Authority to seek reference from Contractors’ bankers
  14. Provide letter from the Bank proving that directors in CR12 are signatories to the account
  15. Form of tender correctly filled, signed & stamped
  16. Confidential Business Questionnaire correctly filled, signed & stamped
  17. Bidders Must Serialize sequentially ALL pages of the tender documents.
  18. Submit a brief Work Methodology
  19. Bill of quantities should be correctly filled, signed and stamped

Other Requirements

As specified in the respective tender documents covering the following:

  1. Similar previous experience is required
  2. Professional and Technical Personnel (provide CVs for the employees)
  3. Turnover and liquid Assets Supported by Audited Accounts for the previous three (3) years (Not applicable to special group category)
  4. Eligibility
  5. To enhance equity, bidders shall bid for a maximum of Two (2) Tenders, but can only be Awarded a Maximum of One (1) Tender, under this Tender Notice. Bidders who participate in more than Two (2) tenders shall be disqualified.
  6. Provide current work load if any
  7. Any form of Canvassing will lead to disqualification
  8. To enhance EQUITY, each bidder is eligible for award of only ONE CONTRACT
  9. pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids and ensure their site visit certificates are duly signed by a constituency Roads Officer.

NOTE:

  1. All certification of documents shall be original and executed by Commissioner for Oaths or Notaries Public. They shall be clearly marked ‘Certified True copy of the Original’
  2. Certificates / Licenses may be verified from or with the Issuing Authorities or Agencies

Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 10th November, 2023. Duly completed tender documents in plain sealed envelopes marked with the respective tender number, project name should be addressed to:

Regional Director

Kenya Rural Roads Authority (KeRRA)

Kajiado Region

P. O. Box 64 -01100

KAJIADO

The same should be deposited in the constituency tender box at the KeRRA, KAJIADO REGIONAL OFFICE on or before Tuesday, 28th November 2023 at 11.00 am. Tenders will be opened immediately thereafter at the same venue.  Late submission of tenders shall not be accepted.

REGIONAL DIRECTOR

 

KAJIADO REGION- Mount Suswa Conservancy Trust TENDERS

KENYA RURAL ROADS AUTHORITY

HEAD OFFICE                                                                                                                                                                    KAJIADO REGIONAL OFFICE

Barabara Plaza Block B, Airport South Road, Opp. KCAA Building                                                                                                          P.O Box 64-01100

P.O BOX 48151-00100, NAIROBI, KENYA.                                                                                                                                                          KAJIADO

Telephone: 020 -8013846/271045,0724 735568                                                                                                                    Tel: 020205443, 0769 034942

Email: This email address is being protected from spambots. You need JavaScript enabled to view it./This email address is being protected from spambots. You need JavaScript enabled to view it.                                                                                                                       E-mail: This email address is being protected from spambots. You need JavaScript enabled to view it.

           www.kerra.go.ke                                                                                                                                                                                             

Date:24th October,2023

                                   INVITATION TO TENDER                              

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 all interested Road Works Contractors prequalified FY 2023 - 2025 in the Region and AGPO eligible firms/ groups to the Financial Year 2023 / 2024. Allocation of GOK funds for routine maintenance and spot improvement works, on the roads indicated below:

No

PACKAGE NO.

ROAD NO.

ROAD LINK

RESERVED

NCA Registration Required

1

KeRRA/11/39/2023/24-58

U-G7816

Mount Suswa Conservancy Trust, Jcn B50 – Olgumi Pry School

Youth

4,5,6,7 & 8

2

KeRRA/11/39/2023/24-59

U-G7816

Mount Suswa Conservancy Trust, Kisharu Junction - Access to Mt Suswa Caves

Open

4,5,6,7 & 8

3

KeRRA/11/39/2023/24-60

U-G7816

Mount Suswa Conservancy Trust, Kisharu Junction - Mt Suswa Crater

Women

4,5,6,7 & 8

4

KeRRA/11/39/2023/24-61

U-G7816

Mount Suswa Conservancy Trust,  Olgumi Pry School - Kisharu Junction

Youth

4,5,6,7 & 8

QUALIFICATIONS FOR TENDERING

Mandatory Requirements

The following MUST be submitted together with the Bid:

  1. Certified copy of Certificate of Incorporation.
  2. Certified copy of certificate of registration with NCA Category 4,5 6,7 and 8 and Annual Practicing License
  3. Certified copy of PIN certificate
  4. Certified copy of VAT Registration
  5. Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
  6. Certified Copy of recent CR12 Form issued within the last Six Month of the tendering period (Will be verified on the register of the company)
  7. Certified copy of National Identity Cards / Passports of Directors
  8. Certified copy of Valid Single Business Permit  
  9. Certified copy of Valid Certificate of Registration for Access to Government Procurement Opportunities (AGPO), from the national treasury (For disadvantage groups, Women, Youth and Persons with Disability).
  10. Those bidding for Persons with Disabilities contracts must attach copies of IDs issued by the NCPWD for the Directors who are disabled (Certified Copies). (Will be verified from the website)
  11. Certified copies of Log books for ownership of Machines and Equipment. Those hiring must provide certified copies of valid Lease Agreements supported by certified copies of Lessor’s log books.
  12. Current power of attorney/ affidavit not more than 6 months from the tender opening date
  13. Authority to seek reference from Contractors’ bankers
  14. Provide letter from the Bank proving that directors in CR12 are signatories to the account
  15. Form of tender correctly filled, signed & stamped
  16. Confidential Business Questionnaire correctly filled, signed & stamped
  17. Bidders Must Serialize sequentially ALL pages of the tender documents.
  18. Submit a brief Work Methodology
  19. Bill of quantities should be correctly filled, signed and stamped

 

Other Requirements

As specified in the respective tender documents covering the following:

  1. Similar previous experience is required
  2. Professional and Technical Personnel (provide CVs for the employees)
  3. Turnover and liquid Assets Supported by Audited Accounts for the previous three (3) years (Not applicable to special group category)
  4. Eligibility
  5. To enhance equity, bidders shall bid for a maximum of Two (2) Tenders, but can only be Awarded a Maximum of One (1) Tender, under this Tender Notice. Bidders who participate in more than Two (2) tenders shall be disqualified.
  6. Provide current work load if any
  7. Any form of Canvassing will lead to disqualification
  8. To enhance EQUITY, each bidder is eligible for award of only ONE CONTRACT
  9. pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids and ensure their site visit certificates are duly signed by a constituency Roads Officer.

NOTE:

  1. All certification of documents shall be original and executed by Commissioner for Oaths or Notaries Public. They shall be clearly marked ‘Certified True copy of the Original’
  2. Certificates / Licenses may be verified from or with the Issuing Authorities or Agencies

Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 25th October, 2023. Duly completed tender documents in plain sealed envelopes marked with the respective tender number, project name should be addressed to:

Regional Director

Kenya Rural Roads Authority (KeRRA)

Kajiado Region

P.O. Box 64 -01100

KAJIADO

 

The same should be deposited in the  tender box at the KeRRA, KAJIADO REGIONAL OFFICE on or before Tuesday, 7th November 2023 at 11.00 am. Tenders will be opened immediately thereafter at the same venue.  Late submission of tenders shall not be accepted.

 

 

REGIONAL DIRECTOR

KAJIADO REGION(KAJIADO WEST) NOVEMBER TENDERS

KAJIADO REGIONAL OFFICE

P.O.BOX 64,

KAJIADO

                                                                                                                           4th November, 2019

 

TENDER NOTICE (22% Allocation for Constituencies) 2019-2020 – Kajiado West

 

Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility to Manage, Develop, Rehabilitate and Maintain Rural Roads.

The Authority invites sealed tenders from PRE-QUALIFIED BIDDERS IN THE CONSTITUENCY for maintenance and improvement of the following Roads to be funded using 22% Fuel Levy Funds.

NB: COMPANIES WITH AGPO CERTIFICATE OF REGISTRATION (I.E. WOMEN, YOUTH AND PWDS) ARE EXEMPTED FROM THIS PREQUALIFICATION REQUIREMENT WHEN BIDDING FOR TENDERS SET ASIDE FOR THEM

Interested bidders should attach relevant documents which will be used as minimum requirements to support their bids.

Download Tender Notice Here

Road Code

Road Name

Tender No.

Road works Category

Pre-tender site visit Date

Category

Downloads

C436(D526)

Kimuga - Kisames

Kerra/011/39/KJD/22% Min/2-42-19/20-001

C

12/11/2019

All

Tender Document

C436(E1498)

Kona Baridi - Kipeto

Kerra/011/39/KJD/22% Min/2-42-19/20-002

C

12/11/2019

All

Tender Document

C436(E407)

Kipeto - Oloyangalani

Kerra/011/39/KJD/22% Min/2-42-19/20-003

C

12/11/2019

Youth

Tender Document

C726(E1490)

Najile – Ewaso Kedong

Kerra/011/39/KJD/22% Min/2-42-19/20-004

C

12/11/2019

Women

Tender Document

 

1)         SCOPE OF WORKS

            The scope of works is as detailed in the Tender Document

2)         The minimum requirements for Bidding are as follows:

Tenderers shall include the following information and documents with their tenders, unless otherwise stated:

  • Principal place of business;
  • Total monetary value of construction work performed for each of the last five years;
  • Similar previous experience in Road works
  • Major items of construction equipment owned and or signed lease agreement(s);
  • qualifications and experience of key site management and technical personnel proposed for the Contract;
  • Submit written power of attorney authorizing the signatory to commit the bidder
  • Authority to seek references from the Tenderer’s bankers.
  • Certified copies of Registration with National Construction Authority for the applicable class valid at the date of tender of submission
  • Certified copies of Certificate of Incorporation
  • Certified copies of VAT Registration Certificate
  • Certified copies of Valid Tax compliance certificate
  • Certified copies of PIN registration certificate
  • Current litigation information
  • For the special categories (i.e. the youth, women and persons with disabilities), the bidder must be registered under Public and Disposal Act (Preference preservation) by the National Treasury.
  • All pages of the tender Document must be serialized sequently from start to the end
  • Attach a brief work methodology
  • Pretender site visit is mandatory and interested contractors shall assemble at KeRRA

            Regional Office, Kajiado, at 8.30 am on the date specified above

Tender documents may be obtained from KeRRA Website: www.kerra.go.ke, from Tuesday, 5th November, 2019

Completed bid documents, to be enclosed in a plain sealed envelope marked with the Tender name and number should be addressed to:

            The Deputy Director Roads

            Kenya Rural Roads Authority

            Kajiado Region

            P.O. Box 64 - 01100,

            Kajiado

and deposited in the tender box located at the KERRA OFFICES, KAJIADO on or before Wednesday 20th November, 2019 at 10.00 am. Tenders will be opened immediately thereafter and contractors who wish to be present during tender opening can attend.

 

The Authority reserves the right to accept or reject any tender and is not bound to accept the lowest or any tender

SENIOR SUPPLY CHAIN OFFICER

FOR: DEPUTY DIRECTOR ROADS

KAJIADO SOUTH 22% RMLF TENDERS FY 2020/2021

KENYA RURAL ROADS AUTHORITY

KAJIADO REGIONAL OFFICE

P.O.BOX 64,

KAJIADO

                                                                                                                                                                                         22nd October, 2020

 

TENDER NOTICE (22% RMLF) 2020 – 2021

 

DOWNLOAD TENDER ADVERT HERE

 

Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility to Manage, Develop, Rehabilitate and Maintain Rural Roads.

The Authority invites sealed tenders from PRE-QUALIFIED BIDDERS IN THE REGION for maintenance and improvement of the following Roads in Kajiado South to be funded using 22% RMLF.

Interested bidders should attach relevant documents which will be used as minimum requirements to support their bids.

Road Code

Road Name

Tender No.

Road works Category

Pre-tender site visit Date

Category

Tender Documents

C271

Chyulu – CB Taveta

KeRRA/11/KJD/39/022/2020-2021

C

Non

All

 DOWNLOAD TENDER DOCUMENT HERE

C271

Olorika - Olotiasika

KeRRA/11/KJD/39/023/2020-2021

C

Non

All

 DOWNLOAD TENDER DOCUMENT HERE

C271

Olotiasika – Chyulu NP

KeRRA/11/KJD/39/024/2020-2021

C

Non

Youth

 DOWNLOAD TENDER DOCUMENT HERE

 

 

1)          SCOPE OF WORKS

              The scope of works is as detailed in the Tender Document

2)          The minimum requirements for Bidding are as follows:

Tenderers shall include the following information and documents with their tenders, unless otherwise stated:

  • Principal place of business;
  • Total monetary value of construction work performed for each of the last five years;
  • Similar previous experience in Road works
  • Major items of construction equipment owned and or signed lease agreement(s);
  • Qualifications and experience of key site management and technical personnel proposed for the Contract;
  • Submit written power of attorney authorizing the signatory to commit the bidder
  • Authority to seek references from the Tenderer’s bankers.
  • Certified copies of Registration with National Construction Authority valid at the date of tender submission
  • Certified copies of Certificate of Incorporation
  • Certified copies of VAT Registration Certificate
  • Certified copies of Valid Tax compliance certificate
  • Certified copies of PIN registration certificate
  • Current litigation information
  • For the special categories (i.e. the youth, women and persons with disabilities), the bidder must be registered under the Public Procurement and Asset Disposal Act, 2015 for Access to Government Procurement Opportunities (AGPO) program.
  • Certified copy of CR12 certificate
  • All pages of the tender Document must be serialized sequently from start to the end
  • Attach a brief work methodology
  • Due to the COVID 19 Pandemic, there shall be no Pretender site visit. Bidders are encouraged to acquaint themselves with the site conditions at their own convenience.

Tender documents may be obtained from KeRRA Website: www.kerra.go.ke, from  22nd October, 2020

Completed bid documents, to be enclosed in a plain sealed envelope marked with the Tender name and number should be addressed to:

The Deputy Director Roads

Kenya Rural Roads Authority

Kajiado Region

P.O. Box 64 - 01100,

Kajiado

and deposited in the tender box located at the KERRA OFFICES, KAJIADO on or before Thursday, 5th November 2020 at 10.00 am. Tenders will be opened immediately thereafter and contractors who wish to be present during tender opening can attend. However, the Government Directives on COVID 19 shall be strictly observed.

The Authority reserves the right to accept or reject any tender and is not bound to accept the lowest or any tender

 

 

 

SENIOR SUPPLY CHAIN OFFICER

FOR: DEPUTY DIRECTOR ROADS

KAJIADO WEST 10% RMLF 2020/2021 FY

KENYA RURAL ROADS AUTHORITY

KAJIADO REGIONAL OFFICE

P.O.BOX 64-01100

KAJIADO

                                                                                                                                                                                          22nd October, 2020

 

TENDER NOTICE (10% RMLF) 2020 – 2021

 

DOWNLOAD TENDER ADVERT HERE

 

Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility to Manage, Develop, Rehabilitate and Maintain Rural Roads.

The Authority invites sealed tenders from PRE-QUALIFIED BIDDERS IN THE REGION for maintenance and improvement of the following Roads in Kajiado West to be funded using 10% RMLF.

Interested bidders should attach relevant documents which will be used as minimum requirements to support their bids.

Road Code

Road Name

Tender No.

Road works Category

Pre-tender site visit Date

Category

Tender Documents

E414

Najile - Saikeri

KeRRA/11/KJD/39/005/2020-2021

C

Non

All

DOWNLOAD TENDER DOCUMENT HERE

E414

Saikeri - Maroroi

KeRRA/11/KJD/39/006/2020-2021

C

Non

Women

DOWNLOAD TENDER DOCUMENT HERE

 

1)          SCOPE OF WORKS

              The scope of works is as detailed in the Tender Document

2)          The minimum requirements for Bidding are as follows:

Tenderers shall include the following information and documents with their tenders, unless otherwise stated:

  • Principal place of business;
  • Total monetary value of construction work performed for each of the last five years;
  • Similar previous experience in Road works
  • Major items of construction equipment owned and or signed lease agreement(s);
  • Qualifications and experience of key site management and technical personnel proposed for the Contract;
  • Submit written power of attorney authorizing the signatory to commit the bidder
  • Authority to seek references from the Tenderer’s bankers.
  • Certified copies of Registration with National Construction Authority valid at the date of tender submission
  • Certified copies of Certificate of Incorporation
  • Certified copies of VAT Registration Certificate
  • Certified copies of Valid Tax compliance certificate
  • Certified copies of PIN registration certificate
  • Current litigation information
  • For the special categories (i.e. the youth, women and persons with disabilities), the bidder must be registered under the Public Procurement and Asset Disposal Act, 2015 for Access to Government Procurement Opportunities (AGPO) program.
  • Certified copy of CR12 certificate
  • All pages of the tender Document must be serialized sequently from start to the end
  • Attach a brief work methodology
  • Due to the COVID 19 Pandemic, there shall be no Pretender site visit. Bidders are encouraged to acquaint themselves with the site conditions at their own convenience.

Tender documents may be obtained from KeRRA Website: www.kerra.go.ke, from  22nd October, 2020

Completed bid documents, to be enclosed in a plain sealed envelope marked with the Tender name and number should be addressed to:

The Deputy Director Roads

Kenya Rural Roads Authority

Kajiado Region

P.O. Box 64 - 01100,              

Kajiado

and deposited in the tender box located at the KERRA OFFICES, KAJIADO on or before Thursday, 5th November 2020 at 10.00 am. Tenders will be opened immediately thereafter and contractors who wish to be present during tender opening can attend. However, the Government Directives on COVID 19 shall be strictly observed.

The Authority reserves the right to accept or reject any tender and is not bound to accept the lowest or any tender

 

 

 

SENIOR SUPPLY CHAIN OFFICER

FOR: DEPUTY DIRECTOR ROADS

KAKAMEGA 10% RMLF FUNDS , GOK & 10% CS FUNDS 2020-21

 

 

 

KENYA RURAL ROADS AUTHORITY

KAKAMEGA REGION

 

INVITATION TO TENDER    

                                                                 17th February,2021

 download advert here

The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility for the management, development, rehabilitation and maintenance of rural roads.

KeRRA - Kakamega Region invites tenders from contractors prequalified in the various constituencies for routine maintenance of Road works (Grading and Gravelling Equipment based) under various funding in the financial year 2020-2021.

  1. 10% RMLF FUNDS 2020-2021

No

Road Name

Constituency

Tender No

Eligibility

 

1

E9152 Mukumu-Lirhanda

Shinyalu

KeRRA/011/39/KAK/10%/2/55/2020/21-111

ALL

download 

2

E9149 Shabwali-Ikwirenyi

Shinyalu

KeRRA/011/39/KAK/10%/2/55/2020/21-112

WOMEN

download 

3

C623 Kona Mbaya-Rv.Nzoia Road

Likuyani

KeRRA/011/39/KAK/10%/2/55/2020/21-113

ALL

download 

4

C622  Turbo-Kogo Road

Likuyani

KeRRA/011/39/KAK/10%/2/55/2020/21- 114

YOUTH

download 

5

C788- Lwandeti-Rv.Nzoia Road

Lugari

KeRRA/011/39/KAK/2/10%/2/55/2020/21- 115

WOMEN

download 

6

C650 Lumakanda-Stendkisa Road

Lugari

KeRRA/011/39/KAK/10%/2/55/2020/21- 116

ALL

download 

7

G62012 Elukongo-Elukongo-  Road (BOX CULVERT)

Mumias West

KeRRA/011/39/KAK/10%/2/55/2020/21- 117

ALL

download 

8

E9202 Imanga Buchifi-Butobe-Nyapeta  Road (DRIFT)

Mumias West

KeRRA/011/39/KAK/10%/2/55/2019/20-118

YOUTH

download 

9

G92602-Shibuli-Mulele Road

Lurambi

KeRRA/011/39/KAK/10%/2/55/2020/21- 119

ALL

download 

10

G93483 Mwiyenga-Bukura-H/Centre Road

Lurambi

KeRRA/011/39/KAK/10%/2/55/2020/21-120

PWD

download 

12

E9215 Musoli--Ekonjero Road

Ikolomani

KeRRA/011/39/KAK/10%/2/55/2020/21-121

ALL

download 

12

G92822 Shikumu-Kamahero Road

Ikolomani

KeRRA/011/39/KAK/10%/2/55/20/21-122

ALL

download 

13

G92438 Budonga Junct.-Kamuli-Primary Road

Navakholo

KeRRA/011/39/KAK/10%/2/55/20/21-123

YOUTH

download 

14

D1766 Emukaba(Bridge)-Lukume Road

Navakholo

KeRRA/011/39/KAK/10%/2/55/20/21-124

ALL

download 

15

C782 River Sio-Matungu Road

Matungu

KeRRA/011/39/KAK/10%/2/55/20/21-125

ALL

download 

16

G93756 Ikhulimwoyo Pri.-Ngairwe Sch-Lunganyiro

Matungu

KeRRA/011/39/KAK/10%/2/55/20/21-126

PWD

download 

17

G92606 Bumini-Khaimba-Isonga

Mumias East

KeRRA/011/39/KAK/10%/2/55/20/21-127

ALL

download 

18

G93690 KMTC-Mwireche –Shikulu (BOX CULVERT)

Mumias East

KeRRA/011/39/KAK/10%/2/55/20/21-128

YOUTH

download 

19

G93582 Milambo-Imanga

Butere

KeRRA/011/39/KAK/10%/2/55/20/21-130

ALL

download 

20

G93464 Shiraha-Butayi-Mshiro

Butere

KeRRA/011/39/KAK/10%/2/55/20/21-131

ALL

download 

21

G93388 Emulalwa-Khumpaka

Khwisero

KeRRA/011/39/KAK/10%/2/55/20/21-138

ALL

download 

22

G93386 Khushiku-Junct.C675

Khwisero

KeRRA/011/39/KAK/10%/2/55/20/21-139

WOMEN

download 

23

F9077 Okumu-Shamoni

Malava

KeRRA/011/39/KAK/10%/2/55/20/21-140

ALL

download 

24

F9077 Tande-Namagara

Malava

KeRRA/011/39/KAK/10%/2/55/20/21-141

ALL

download 

 

  1. GOK & 10% CS FUNDS 2020-21

 

1

F9093 Namalenje-Mukhweya-Namulungu  ACK

Matungu

KeRRA/011/39/KAK/GOK/2/55/20/21-129

YOUTH

download 

2

G93550 Musango-Fredrick-Okango Kiosk

Mumias East

KeRRA/011/39/KAK/GOK/2/55/20/21-132

WOMEN

download 

3

G92645 Eshisiru-Mabanga

Lurambi

KeRRA/011/39/KAK/10%CS/2/55/20/21-133

ALL

download 

4

G93403 Ebukanga-Mushiangubu

Khwisero

KeRRA/011/39/KAK/10%CS/2/55/20/21-134

ALL

download 

5

G92551 Matende-Shivakala

Lurambi

KeRRA/011/39/KAK/10%CS/2/55/20/21-135

WOMEN

download 

6

G93388 Emasatsi-Emurumba

Khwisero

KeRRA/011/39/KAK/10%CS/2/55/20/21-136

ALL

download 

7

P64 Sichirai-Mulunyu

Lurambi

KeRRA/011/39/KAK/10%CS/2/55/20/21-137

ALL

download 

 

 

 

INSTRUCTIONS TO TENDERERS

 

 

  1. ONLY bidders who are prequalified in respective work category and Constituencies may tender.
  2. The scope of works for various Tenders are as stipulated in Tender Documents
  3. Bidders participating under Y, W&PWD need not be prequalified.
  4. Tenderers are required to apply VAT as provided in the tender document (BOQ)

 

MANDATORY REQUIREMENTS

 

The following must be submitted together with the Tender among those in the Instructions to Tenderers in the tender document:

  • Copy of Certificate of Incorporation certified by commissioner of oaths
  • Copies of PIN and VAT Registration Certificate certified by commissioner of oaths
  • Copy of Valid Current Tax compliance certificate
  • Registration with National Construction Authority certificate valid as indicated in the instruction to Tenderers
  • Copy of Valid Contractors Annual Practising License from National Construction Authority (NCA)
  • List of ongoing projects and their monetary value
  • All tenderers MUST SERIALIZE all the pages of bid documents submitted
  • Authority to seek references from the Tenderer’s bankers
  • Copies of valid business permit issued within the current year
  • Total monetary value of construction work performed for each of the last three years
  • At least two (2) major items of construction equipment owned or leased;
  • Evidence of Bank Account or statement in the name of the firm for at least Three (3) Months from the date of this tender.
  • Provide Current litigation information
  • All the tenderers to provide current, certified CR 12 (valid for the last 12 months)
  • Copies of National Identity cards for Directors of Tenderers bidding under Y, W &PWD reserved tenders.
  • A bidder may bid more than one tender BUT will only be considered for Two (2No) contracts in different constituencies in the region.
  • Prices quoted must remain valid for 120 days from the date of opening
  • Due to covid -19 pandemic and consequently the presidential directive issued, there shall be no group pre tender site visits. However, Bidders are advised to make their own arrangements (adhering to this directive any other subsequent directives) to visit the sites before quoting and ensure the certificate is dully signed .

Tender documents detailing additional requirements, specification and scope of works should be obtained from KeRRA Website; www.kerra.go.ke/www.tenders.go.ke for free as from close of business Friday 19th February, 2021.

Completed duly serialized tender documents in Wax sealed plain envelopes marked with Tender reference and road name description, without bidder’s identity, should be deposited in the Tender Box (Specified for respective tenders) and be addressed to;

The Deputy Director,

Kenya Rural Roads Authority-Kakamega Region

P.O. Box 477- 50100

KAKAMEGA

 

So as to be received on or before Tuesday 2nd March, 2021.  at 10:00 AM. Bids submitted after this prescribed time shall be rejected.

 

Eng. E.K.Cheserek

DEPUTY DIRECTOR ROADS

KAKAMEGA 10% RMLF FUNDS , GOK & 10% CS FUNDS 2020-21

 

 

KENYA RURAL ROADS AUTHORITY

KAKAMEGA REGION

 

INVITATION TO TENDER     Date: 7th September, 2021

 

 donwload advert here

The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility for the management, development, rehabilitation and maintenance of rural roads.

KeRRA - Kakamega Region invites tenders from contractors prequalified in the various constituencies for routine maintenance of Road works (Grading and Gravelling Equipment based) under various funding.

  1. 10% CS funds FY 2020-2021.

No

Road Name

Constituency

Tender No

Category

 

1

G92428 Sisokhe Sec School- Kamuli Pri.

Navakholo

KeRRA/011/39/KAK/NAVAKHOLO/10% CS/2-55-20|21-195

ALL

download

2

G92419 Simuli- Forest

Navakholo

KeRRA/011/39/KAK/NAVAKHOLO/10% CS/2-55-20|21-196

PWD

download

3

D1777 Kharanda- Nakochi- Malaha

Navakholo

KeRRA/011/39/KAK/NAVAKHOLO/10% CS/2-55-20|21-197

WOMEN

download

 

  1. GOK Funds FY 2020-2021

 

4

G92856 Access to Iguhu County Hospital

Ikolomani

KeRRA/011/39/KAK/IKOLOMANI/UHC ENABLER/2-55-20|21-198

YOUTH

download

5

G92272 Access to Navakholo Sub-District Hospital

Navakholo

KeRRA/011/39/KAK/NAVAKHOLOI/UHC ENABLER/2-55-20|21-199

ALL

download

6

E1162 Access to Manyala Sub-District Hospital

Butere

KeRRA/011/39/KAK/BUTERE/UHC ENABLER/2-55-20|21-200

ALL

download

7

F9062 Access to Lumakanda County Hospital

Lugari

KeRRA/011/39/KAK/LUGARI/UHC ENABLER/2-55-20|21-201

ALL

download

 

 

 

 

 

  1. 10% RMLF saving FY 2020-2021 (Retender)

 

No

Road Name

Constituency

Tender No

Category

 

1

G93391 Lukanji Jnct.-Muperi Mkt.-Eshibinga Bridge Road

Khwisero

KeRRA/011/39/KAK/10%SAVINGS/2/55/2020/21-161

YOUTH

download

2

G93506 Mbakaya Rv.-Muloma-Mukoko Road

Butere

KeRRA/011/39/KAK/10%SAVINGS/2/55/2020/21-165

ALL

download

 

 

Scope of Works

The scope of works is as detailed in the Tender Document

 

MANDATORY REQUIREMENTS

 

The following must be submitted together with the Tender among those in the Instructions to Tenderers in the tender document:

  • Certified Certificate of Incorporation certified
  • Copies of PIN and VAT Registration Certificate
  • Valid Current Tax compliance certificate/ Tax exemption clearance certificate from KRA
  • Registration with National Construction Authority certificate valid as indicated in the instruction to Tenderers
  • Copy of Valid Contractors Annual Practising License from National Construction Authority (NCA)
  • All tenderers MUST SERIALIZE all the pages of bid documents submitted
  • valid single business permit issued within the last 12 Months
  • At least two (2) major items of construction equipment owned or leased;
  • Evidence of Bank Account or statement in the name of the firm for at least Three (3) Months from the date of this tender.
  • All the tenderers to provide current, certified CR 12 (valid for the last 12 months)
  • Copies of National Identity cards for Directors of Tenderers bidding under Y, W &PWD reserved tenders.
  • A bidder may bid for more than one tender BUT will only be considered for Two (2No) s in different constituencies in the region.
  • Prices quoted must remain valid for 140 days from the date of opening

Tender documents detailing additional requirements, specification and scope of works will be obtained from KeRRA WEBSITE; www.kerra.go.ke and  at Tenders portal: www.tenders.go.ke free of charge  as from close of business 9th September 2021.

Completed duly serialized tender documents in Wax sealed plain envelopes marked with Tender reference and road name description, without bidder’s identity, should be deposited in the Tender Box (Specified for respective tenders) and be addressed to;

 

 

The Regional Director,

Kenya Rural Roads Authority (Kakamega Region)

P.O. Box 477- 50100

KAKAMEGA

 

So as to be received on or before 23rd September 2021 at 10:00 AM. Bids submitted after this prescribed time shall be rejected.

Eng. EDWIN CHESEREK

REGIONAL DIRECTOR   

KAKAMEGA 10% RMLF FUNDS FY 2021-2022.

 

KENYA RURAL ROADS AUTHORITY KAKAMEGA REGION

                                              INVITATION   TO TENDER                                                          

Date: 12" October, 2021

 DOWNLOAD ADVERT HERE

The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility for the management, development, rehabilitation and maintenance of rural roads.

KeRRA - Kakamega Region invites tenders from contractors prequalified in the various constituencies for routine maintenance of Road works (Grading and Graveiling Equipment based) under 10% RMLF fund FY 2021 -2022.

No

Road Name

Constituency

Tender No

Category

Engineers Estimate

 

1

C785 Samitisi - Malava

Road

MALAVA

KeRRA/008/39/KAK/1

0% RMLF/2-55-21 |22-

YOUTH

4,945,214.95

DOWNLOAD

2

G9238 1 Friends Chch

Timbito- Matsakha Road

MALAVA

KeRRA/008/39/KAK/1

0% RMLF/2-55-2IJ22-

002

ALL

6,176,563.95

DOWNLOAD

3

D 1769         Lwanda-              Lubao

Road

SHINYALU

KeRRA/008/39/KAK/1

0% RMLF/2-55-21|22-

ALL

6,436,607.34

DOWNLOAD

4

C780 Kambiri-lkoli Road

SHINYALU

KeRRA/008/39/KAK/1

0% hMLF/2-55-21)22-

WOMEN

4,822,172.49

DOWNLOAD

5

E9l 30

Musoli- Malimili

IKOLOMANI

KeRRA/008/39/KAK/1

0% RMLF/2-55-21 |22-

022

ALL

6,421,033.40

DOWNLOAD

6

G92636

Mutaho- Ematetie

IKOLOMANI

KeRRA/008/39/KAK/1

0% RMLF/2-55-21 |22-

023

WOMEN

4,837,746.46

DOWNLOAD

7

UNCL 23 KAKAMEGA

Butere Hosp- Railways

BUTERE

KeRRA/008/39/KAK/1

0% RMLF/2-55-21 |22-

024

WOMEN

2,397,714.18

DOWNLOAD

8

G93457

Mushitoyi- Marenyo

BUTERE

KeRRA/008/39/KAK/1

0% RMLF/2-55-21 |22-

025

ALL

3,289,152.23

DOWNLOAD

1

 

 

9

G93520

Ebuboko- Shisia

BUTERE

KeRRA/008/39/KAK/1 0% RMLF/2-55-21 |22-

026

PWD

2,924,027

DOWNLOAD

10

UNCL 24 KAKAMEGA

Emasiva- Mukoye

BUTERE

KeRRA/008/39/KAK/1 0% RMLF/2-55-21 |22-

027

ALL

2,450,682.93

DOWNLOAD

11

G93402

Munjiti Junct- Emaruku- Shirotsa

KHWISERO

KeRRA/008/39/KAK/1 0% RMLF/2-55-21 |22-

034

YOUTH

4,113,417.60

DOWNLOAD

12

G93388

Ebuliangoe- Emuruba

KHWISERO

KeRRA/008/39/KAK/10 RMLF/2-55- 21122-035

ALL

4,457,842.87

DOWNLOAD

13

G93390

Muluwaya

KHWISERO

KeRRA/008/39/KAK/1 0% RMLF/2-55-21|22-

036

PWD

2,619,318.49

DOWNLOAD

14

D1777 Nakochi- Malaha

NAVAKHOL O

KeRRA/008/39/KAK/1 0% RMLF/2-55-21 |22-

043

ALL

7,204,888.68

DOWNLOAD

15

G92496Nangabo- Ebumangale- Sasala

NAVAKHOL O

KeRRA/008/39fKAK/1 0% RMLF/2-55-21|22-

044

YOUTH

3,873,889.14

DOWNLOAD

16

C782 River Sio - Matungu

MATUNGIJ

KeRRA/008/39/KAK/1 0% RMLF/2-55-21|22-

050

ALL

5,247,442.0£

DOWNLOAD

17

C789    Harambee   -            Rv. Khalaba

MATUNGU

KeRRA/008/39/KAK/1 0% RMLF/2-55-21|22-

 

ALL

5,960,436.3”.

DOWNLOAD

18

G92606 Bumini- Isongo

*+MIAS

EAST

KeRRA/008/39/KAK/1 00 » RMLF/2-55-21|22-

058

ALL

6,285,021.9.

DOWNLOAD

19

S6216 Lubinu- Lusheya- Ebwaliro

MUMIAS EAST

KeRRA/008/39/KAK/1 0% RMLF/2-55-21 |22-

059

WOMEN

4,922,820.2\

DOWNLOAD

20

G92537 Luanda shop- Mungulu Road

LURAMBI

KeRRA/008/39/KAK/1 0% RMLF/2-55-21 |22-

07 I

ALL

5,999,023.6i

DOWNLOAD

21

G92602 Shibuli- Musanda Road

LURAMBI

KeRRA/008/39/KAK/1 0% RMLP/2-55-21|22-

072

YOUTH

5,209,439.5

DOWNLOAD


22

C650 Lumakanda- Stendikisa Road

LU GARI

KeRRA/008/39/KA K/1

0% RMLF/2-55-21 |22-

082

ALL

4,01 l 242.32

DOWNLOAD

23

D1779 Lwandeti-

Mahanga Road

LUC ARI

KeRRA/008/39/KAK/1

0%  Rlvi LF/2-55-21|22-

083

YOUTH

3,415,82L17

DOWNLOAD

24

C622 Turbo- Sipande

Junct

LU GARI

KeRRA/008/39/KAK/1

0%  RMLF/2-55-21 |22-

084

PWD

3,737.724.90

DOWNLOAD

25

C623|C623 Kona Mbaya-

Rv. Nzoia Road

LIK UYANI

KeRRA/008/39/KAK/1

0% RMLF/2-55-2 I |22-

090

WOMEN

5,5 I 5,814.66

DOWNLOAD

26

C635 Sipande Junct-

Kogo- Rv. Nzoia Road

Ll KU YANI

KeRRA/008/39/KAK/1

0%   RMLF/2-55-21|22-

091

ALL

5,562,964.20

DOWNLOAD

27

UNCL 36 KA KA MEGA

Mumias West Tti- Mukendu Area- Buchirinya Pri- Ibinda Ebwasi Bridge Road

MUMIAS

WEST

KeRRA/008/39/KAK/1

0% RMLF/2-55-21 |22-

097

ALL

6,736,594.95

DOWNLOAD

28

UNCL 37 KAKAMEG A

Eshitindi(Kwa Scola Jucnt)- Eshihaka Pefa Chutch- Eluanda Buriya Area Road

MUM1AS

WEST

KeRRA/008/39/KAK/1

0%  RMLF/2-55-21 |22-

098

WOM IN

4514,330.49

DOWNLOAD

Scope of Works

The scope of works is as detailed in the Tender Document

MANDATORY REQUIREMENTS

 

The following must be submitted together with the Tender among those in the Instructions to Tenderers in the tender document:

  • Certified Certificate of Incorporation certified
  • Copies of PU and VAT Registration Certificate
  • Valid Current Tax compliance certi ficate/ Tax exemption clearance certificate from KRA
  • Registration with National Construction Authority certificate valid as indicated in the instruction to Tenderers
  • Copy of Valid Contractors Annual Practising License from National Construction Authority MCA)
  • All tenderers MUST SERlA L IZE at I the pages of b id documents submitted
  • valid single business permit issued within the last 12 Months
  • At least two (2) major items of construction equipment owned or leased;
  • Evidence of Bank Account or statement in the name of the firm for at least Three (3) Months from the date of this
  • All the tenderers to provide current, certified CR 1 2 (valid for the last 12 months)

Connecting Devolved Kenya

 

  • Copies of National Identity cards for Directors of Tenderers bidding under Y, W &PWD reserved
    • A bidder may bid for more than one tender BUT may only be considered for Two (2No) in different constituencies in the

(m)Prices quoted must remain valid for 140 days from the date of opening

Tender documents detailing additional requirements, specification and scope of works will be obtained from KeRRA WEBSITE; www.kerra.go.ke and at Tenders portal: www.tenders.go.ke free of charge as from close of business 18" October 2021.

 

Completed duly serialized tender documents in Wax sealed plain envelopes marked with Tender reference and road name description, without bidder’s identity, should be deposited in the Tender Box (Specified for respective tenders) and be addressed to;

The Regional Director,

Kenya Rural Roads Authority (Kakamega Region)

P.O. Box 477- 50100 KAKAMEGA

 

So as to be received on or before November 2ND 2021 at 10:00 AM. Bids submitted after this prescribed time shall be rejected.

Eng. EDWIN CHESEREK

REGIONAL DIRECTOR  

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

KAKAMEGA 22% RMLF AND SAVINGS FOR FY 2020-2021

 

 

KENYA RURAL ROADS AUTHORITY

KAKAMEGA REGION

 

INVITATION TO TENDER     Date: 4th June, 2021

 

 DOWNLOAD ADVERT 

The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility for the management, development, rehabilitation and maintenance of rural roads.

KeRRA - Kakamega Region invites tenders from contractors prequalified in the various constituencies for routine maintenance of Road works (Grading and Gravelling Equipment based) under 22% RMLF and Savings for the financial year 2020-2021.

No

Road Name

Constituency

Tender No

Category

Cost Estimate

 

1

E9151 Shibuye-Shiatsava Road

Shinyalu

KeRRA/011/39/KAK/22%/ 2/55/2020/21-098

ALL

1,958,495.00

download

2

G92806 Shichinji-Mwinaka Road

Ikolomani

KeRRA/011/39/KAK/22%/2/55/2020/21-099

YOUTH

3,800,535.00

download

3

E237 Malimili-Irenji Primary Road

Shinyalu

KeRRA/011/39/KAK/22%SAVINGS/2/55/2020/21- 143

ALL

3,800,011.00

download

4

G93705 Shitukumi-Shikoka-Buchifi Road

Mumias West

KeRRA/011/39/KAK/22%SAVINGS/2/55/2020/21-144

ALL

3,514,345.00

download

5

G93775 Mungore School-Lungany’iro Road

Matungu

KeRRA/011/39/KAK/22%SAVINGS/2/55/2020/21-145

ALL

2,914,862.00

download

6

G91916 Bondeni-Headquater Road

Likuyani

KeRRA/011/39/KAK/22%/SAVINGS/2/55/2020/21- 146

YOUTH

2,523,736.00

download

7

D1780 Mbururu Mkt-Nzoia Mkt Road

Likuyani

KeRRA/011/39/KAK/22%/SAVINGS/2/55/2020/21- 147

WOMEN

3,679,339.00

download

8

C783 Shimanyiro-Bunge

Lurambi

KeRRA/011/39/KAK/22%/SAVINGS/2/55/2020/21-148

PWD

930,366.00

download

9

E313 Shimalabandu-Emukaba Bridge

Lurambi

KeRRA/011/39/KAK/22%/SAVINGS/2/55/2020/21-149

ALL

2,334,334.00

download

10

G92380 Lukusi-Munyanya

Malava

KeRRA/011/39/KAK/22%/SAVINGS/2/55/20/20/21-150

ALL

3,109,248.00

download

11

G93409 Eshikhungla-Emaholia-Ebulwani

Khwisero

KeRRA/011/39/KAK/22%/SAVINGS/2/55/2020/21-151

YOUTH

4,124,432.00

download

12

G92552 Naktare Jnct.-Kwanduya-Sisokhe  Road

Navakholo

KeRRA/011/39/KAK/22%/SAVINGS/2/55/2020/21-152

PWD

2,390,146.00

download

13

UNCL. 4 Mukhuyu-Chekalini Jcnt.  Road

Lugari

KeRRA/011/39/KAK/22%/SAVINGS/SAVINGS/2/55/2020/21- 153

ALL

2,501,768.00

download

14

G92783 Sabane Primary-Ikuyo Road

Ikolomani

KeRRA/011/39/KAK/22%/SAVINGS/2/55/2020/21- 154

WOMEN

2,350,415.00

download

15

G93497 Shiyiro-Khumira-Bukolwe ACK Road

Butere

KeRRA/011/39/KAK/22%/SAVINGS/2/55/2020/21-155

ALL

5,099,576.00

download

16

G93691 Nucleus-Munganga Jnct Road

Mumias East

KeRRA/011/39/KAK/22%/SAVINGS/2/55/2020/21-156

ALL

2,297,384.00

download

 

 

  1. 10% RMLF SAVINGS &10% CS ALLOCATION(Retender)

 

 

No

Road Name

Constituency

Tender No

Category

Cost Estimate

 

1

F9064 Majengo-Mugunga Road

Lugari

KeRRA/011/39/KAK/10%/SAVINGS/2/55/2020/21-157

WOMEN

3,303,108.00

download

2

D1554 Muriola-Lumini Pri-Musonye Road

Likuyani

KeRRA/011/39/KAK/10%/SAVINGS/2/55/2020/21-158

PWD

3,610,903.00

download

3

D1772 Naluchira-Eshiongo Road

Navakholo

KeRRA/011/39/KAK/10%/SAVINGS/2/55/2020/21-159

YOUTH

3,299,145.00

download

4

E9130 Musoli-Malimili Road

Ikolomani

KeRRA/011/39/KAK/10%/SAVINGS/2/55/2020/21-160

YOUTH

3,450,246.00

download

5

G93391 Lukanji Jnct.-Muperi Mkt.-Eshibinga Bridge Road

Khwisero

KeRRA/011/39/KAK/10%/SAVINGS/2/55/2020/21-161

ALL

3,349,919.00

download

6

G92153 Chegulo-Butali Road

Malava

KeRRA/011/39/KAK/10%/SAVINGS/2/55/2020/21-162

ALL

2,600,124.00

download

7

G92580 Eshisiru-Shiunzu Primary Road

Lurambi

KeRRA/011/39/KAK/10%/SAVINGS/2/55/2020/21-163

ALL

5,500,072.00

download

8

G92709 Secheno-Musembe Road

Shinyalu

KeRRA/011/39/KAK/10%/SAVINGS/2/55/2020/21-164

ALL

700,656.00

download

9

G93506 Mbakaya Rv.-Muloma-Mukoko Road

Butere

KeRRA/011/39/KAK/10%/SAVINGS/2/55/2020/21-165

ALL

499,999.00

download

10

S6216 Indangalasia Pri. – Lusheya Dispensary

Mumias East

KeRRA/011/39/KAK/10%/SAVINGS/2/55/2020/21-166

PWD

2,289,603.00

download

11

G93661 Otiato – Bukaya Jnct.

Mumias West

KeRRA/011/39/KAK/10%/SAVINGS/2/55/2020/21-167

ALL

5,400,390.00

download

12

E152J3 Omondi Mkt – Nyambula

Matungu

KeRRA/011/39/KAK/10%/SAVINGS/2/55/2020/21-168

WOMEN

2,900,816.00

download

13

G93403 Ebukanga-Mushiangubu Road

Khwisero

KeRRA/011/39/KAK/10%CS 2/55/2020/21-134

ALL

5,895,371.00

download

 

 

 

 

 

 

Scope of Works

The scope of works is as detailed in the Tender Document

 

MANDATORY REQUIREMENTS

 

The following must be submitted together with the Tender among those in the Instructions to Tenderers in the tender document:

  • Certified Certificate of Incorporation
  • Copies of PIN and VAT Registration Certificate
  • Valid Current Tax compliance certificate/ Tax exemption clearance certificate from KRA
  • Registration with National Construction Authority certificate valid as indicated in the instruction to Tenderers
  • Copy of Valid Contractors Annual Practising License from National Construction Authority (NCA)
  • All tenderers MUST SERIALIZE all the pages of bid documents submitted
  • valid single business permit issued within the last 12 Months
  • At least two (2) major items of construction equipment owned or leased;
  • Evidence of Bank Account or statement in the name of the firm for at least Three (3) Months from the date of this tender.
  • All the tenderers to provide current, certified CR 12 (valid for the last 12 months)
  • Copies of National Identity cards for Directors of Tenderers bidding under Y, W &PWD reserved tenders.
  • A bidder may bid more than one tender BUT will only be considered for Two (2No) contracts in different constituencies in the region.
  • Prices quoted must remain valid for 140 days from the date of opening

Tender documents detailing additional requirements, specification and scope of works should be obtained from KeRRA WEBSITE; www.kerra.go.ke free as from close of business Tuesday 8th June, 2021.

Completed duly serialized tender documents in Wax sealed plain envelopes marked with Tender reference and road name description, without bidder’s identity, should be deposited in the Tender Box (Specified for respective tenders) and be addressed to;

The Regional Director,

Kenya Rural Roads Authority-Kakamega Region

P.O. Box 477- 50100

KAKAMEGA

 

So as to be received on or before Monday 21st June 2021 at 10:00 AM. Bids submitted after this prescribed time shall be rejected.

 

Eng. EDWIN CHESEREK

REGIONAL DIRECTOR ROADS

              

              

KAKAMEGA ADDENDUM NOTICE NO. 2

 

KENYA RURAL ROADS AUTHORITY

clip_image001.gifKAKAMEGA REGION

Date: 1st November, 2023

ADDENDUM NOTICE NO. 2

 

Pursuant to section 75 (1) of the Public Procurement and Asset Disposal Act 2015 you are hereby notified of the following:

Reference is made to the Tender Notice dated 23rd October, 2023 for Road Work projects under 22% for FY 2023-2024.

Kenya Rural Roads Authority (Kakamega Region) wish to make clarifications to all interested bidders as follows;

  1. Please note that the BOQ for Tender Number KeRRA/008/KAK/22% RMLF/MALAVA/2-55-23|24-56 for G92161 MUKAVAKAVA- SALVATION ARMY JNCT Road that was earlier attached has been replaced with the correct one and the updated document has been uploaded. DOWNLOAD CORRECTED DOCUMENT HERE
  2. That the Engineers Estimate for Tender Number KERRA/008/KAK/22% RMLF/MALAVA/2-55-23|24-57, G92381 BUTALI-CHEGULO-MATSAKA Road has been corrected from Ksh 7,923,640.51 to read Ksh 6,784,950.29 and the updated document has been uploaded. DOWNLOAD CORRECTED DOCUMENT HERE
  3. That the Engineers Estimate for Tender Number KERRA/008/KAK/22% RMLF/MUMIAS WEST/2-55-23|24-41, K1 MUMIAS-MATAWA-RV. NZOIA Road has been corrected from Ksh 7,923,640.51 to read Ksh 6,756,132.16 and the updated document has been uploaded. DOWNLOAD CORRECTED DOCUMENT HERE

All other information remains the same including the closing date Monday, 6th November, 2023

ENG. EDWIN CHESEREK

REGIONAL DIRECTOR

KAKAMEGA REGION                   

                

KAKAMEGA ADDENDUM NOTICE NO.1

KENYA RURAL ROADS AUTHORITY

clip_image001.gifKAKAMEGA REGION

Date: 25th October, 2023

ADDENDUM NOTICE NO.1

 

Pursuant to section 75 (1) of the Public Procurement and Asset Disposal Act 2015 you are hereby notified of the following addendum.                                          

Reference is made to the Tender Notice dated 23rd October, 2023 for Road Works projects under 22% for FY 2023-2024.

Kenya Rural Roads Authority (Kakamega Region) wish to make clarifications to all interested bidders as follows;

That tendering of the following roads has been postponed from the tender advertisement until further notice.

S/N

TENDER NO.

TENDER DESCRIPTION

FUNDING VOTE, CONSTITUENCY

1

KERRA/008/KAK/22% RMLF/ LUGARI /2-55-23|24-101

D1767 MAKUTANO-SIPANDE ROAD

LUGARI

2

KERRA/008/KAK/22% RMLF/ LUGARI /2-55-23|24-102

D1779 LUGARI HIGH-MAKUTANO ROAD

LUGARI

3

KERRA/008/KAK/22% RMLF/ LUGARI /2-55-23|24-103

E9103 CHEKALINI-MUKHUYU ROAD

LUGARI

4

KERRA/008/KAK/22% RMLF/ LUGARI /2-55-23|24-104

E9104 CHEKALINI-MUSEMBE ROAD

LUGARI

5

KERRA/008/KAK/22% RMLF/ LUGARI /2-55-23|24-105

E9063 MANYONYI-ANGATE ROAD

LUGARI

All other information remains the same

ENG. EDWIN CHESEREK

REGIONAL DIRECTOR                 

KAKAMEGA ADDENDUM NOTICE. 1

Date: 25th January, 2022

ADDENDUM NOTICE NO.1

Reference is made to the Advertisement Notice dated 20th January, 2023 for tenders under 10%RMLF FY 2022-2023 and 22% Savings FY 2021-2022

Kenya Rural Roads Authority (Kakamega Region) wish to clarify to all interested bidders that Further to clause ITT 7.2 of section II (Tender Data Sheet), there shall be a Mandatory group Pre-Tender Site Visit scheduled as follows:

Date

Constituency

Meeting Point &Time

Tuesday 31st January 2023

Likuyani /Lugari

Navakholo/Malava

Lugari, KeRRA office at 9 am

Wednesday 1st February 2023

Matungu/Mumias West

Butere/Khwisero

Mumias West, KeRRA office at 9 am

Thursday 2nd February 2023

Ikolomani/Shinyalu

Lurambi/Mumias East

Kakamega, KeRRA office at 9 am

Please note that the closing and opening of tenders shall remain the same as earlier indicated.

Eng. EDWIN CHESEREK

REGIONAL DIRECTOR                 

KAKAMEGA AIA AND GOK SEPTEMBER TENDERS

KENYA RURAL ROADS AUTHORITY

KAKAMEGA REGION

 

INVITATION TO TENDER         Date: 12th September, 2022

 

 Download tender notice

The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility for the Management, Development, Rehabilitation and Maintenance of Rural Roads.

KeRRA - Kakamega Region invites bids from eligible registered contractors for various Routine maintenance of Road works (Grading and Gravelling Equipment based) for FY 2021-2022 under AIA and GOK Funding.

No

Tender No

Road Name

Preference &

Reservation

1

KeRRA/008/39/KAK /PP(GOK)/ 2/55/ 2021/ 22- 166

C785 Samitisi – Malava Road

YOUTH

2

KeRRA/008/39/KAK /PP(GOK)/ 2/55/ 2021/ 22- 167

G92153 Chebwai- Shivanga Road

ALL

3

KeRRA/008/39/KAK /PP(GOK)/ 2/55/ 2021/ 22- 168

G92251 Shipala- Tande Road

WOMEN

4

KeRRA/008/39/KAK/AIA/ 2/55/ 2021/ 22- 192

G93391 Echeko- Emukhunzulu- Eluobe Road

YOUTH

5

KeRRA/008/39/KAK/AIA/ 2/55/ 2021/ 22- 193

E9206 Namalenje-Mukhweya- Namulungu Road

ALL

6

KeRRA/008/39/KAK/AIA/ 2/55/ 2021/ 22- 194

UK37_111 Tree Nursery- Mulanda- Kholeo Road

ALL

7

KeRRA/008/39/KAK/AIA/ 2/55/ 2021/ 22- 195

F9094 Makunga- Rv.Lusumu Road

WOMEN

8

KeRRA/008/39/KAK/AIA/ 2/55/ 2021/ 22- 196

G91893 Shikhendu- Murenga Road

ALL

9

KeRRA/008/39/KAK/AIA/ 2/55/ 2021/ 22- 197

E9112 Nangili- Number One Road

PWD

10

KeRRA/008/39/KAK/AIA/ 2/55/ 2021/ 22- 198

E9118 Nangili PAG- Mirembe Road

ALL

11

KeRRA/008/39/KAK/AIA/ 2/55/ 2021/ 22- 199

G91783 Lwandeti – Masasuli Road

PWD

12

KeRRA/008/39/KAK/AIA/ 2/55/ 2021/ 22- 200

D1767 Ivona- Sipande Road

ALL

13

KeRRA/008/39/KAK/AIA/ 2/55/ 2021/ 22- 201

D1767 Makutano- Ivona Road

ALL

14

KeRRA/008/39/KAK/AIA/ 2/55/ 2021/ 22- 202

G91819 Joyland- Musembe Road

WOMEN

15

KeRRA/008/39/KAK/AIA/ 2/55/ 2021/ 22- 207

E9132 Mahondo- Shimanyiro Road

ALL

16

KeRRA/008/39/KAK/AIA/ 2/55/ 2021/ 22- 208

C783 Centre Jnct C40- Shimanyiro Road

WOMEN

17

KeRRA/008/39/KAK/AIA/ 2/55/ 2021/ 22- 209

G92587 Stend Muhogo- Eshisiru Road

PWD

18

KeRRA/008/39/KAK/AIA/ 2/55/ 2021/ 22- 210

G92559 Mukhuyu- Emachina Road

ALL

19

KeRRA/008/39/KAK/AIA/ 2/55/ 2021/ 22- 211KeRRA/008/39/KAK/AIA/ 2/55/ 2021/ 22- 211

C783 Centre- Shimanyiro Road

YOUTH

20

KeRRA/008/39/KAK/GOK/ 2/55/ 2021/ 22- 212

G93614 Eluche Dispensary- Luruva- Eluche Road

ALL

21

KeRRA/008/39/KAK/AIA/ 2/55/ 2021/ 22- 216

UK37_115 Access To Kogo Sec School Road

ALL

 

Scope of Works

The scope of works is as detailed in the Tender Document

 

MANDATORY REQUIREMENTS

 

The following must be submitted together with the Tender among those in the Instructions to Tenderers in the tender document:

  • Certificate of Incorporation
  • Copies of PIN and VAT Registration Certificate
  • Valid Current Tax compliance certificate/ Tax exemption clearance certificate from KRA
  • Valid Registration certificate with National Construction Authority certificate for Road works
  • Copy of Valid Contractors Annual Practising License from National Construction Authority (NCA) for Road works
  • All tenderers MUST SERIALIZE sequentially ALL the pages of bid documents submitted
  • Valid single business permit issued within the last 12 Months
  • At least two (2) major items of construction equipment owned or leased;
  • Evidence of Bank Account or statement in the name of the firm for at least Three (3) Months from the date of this tender.
  • All the tenderers to provide current, certified CR 12 (valid for the last 12 months)
  • Copies of National Identity cards for Directors of Tenderers bidding under Y, W &PWD reserved tenders.
  • Prices quoted must remain valid for 140 days from the date of opening
  • Director (s) bidding under different companies for the same tender will be disqualified

KAKAMEGA GOK FUNDING FY 2021-22.

 

 

KENYA RURAL ROADS AUTHORITY

KAKAMEGA REGION

 

INVITATION TO TENDER     Date: 11th February, 2022

 

 DOWNLOAD ADVERT HERE

The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility for the management, development, rehabilitation and maintenance of rural roads.

KeRRA - Kakamega Region invites bids from eligible prequalified contractors for various routine maintenance of Road works (Grading and Gravelling Equipment based) for FY 2021-2022 to be funded through the Development Vote and Road Maintenance Levy Fund (RMLF)

No

Tender No

Road Name

Preference &

Reservations

Engineers Estimate

 

1

KeRRA/008/39/KAK /GOK/ 2/55/ 2021/ 22- 141

E9206 Harambee- Shitsisori Road

ALL

9,785,000.00

DOWNLOAD

2

KeRRA/008/39/KAK /GOK/ 2/55/ 2021/ 22- 142

E9196 Manyunza- Dido Road

WOMEN

9,828,000.00

DOWNLOAD

3

KeRRA/008/39/KAK /GOK/ 2/55/ 2021/ 22- 144

C780 Ikoli- Kimangeti- Malava (C780 Chimoi- Malichi) Road

PWD

9,742,000.00

DOWNLOAD

4

KeRRA/008/39/KAK /GOK/ 2/55/ 2021/ 22- 145

C786 Mbande-Nambirima-Kiliboti Pri   Road

YOUTH

9,828,000.00

DOWNLOAD

5

KeRRA/008/39/KAK /22% RMLF/ 2/55/ 2021/ 22-031(Retender)

Uncl- 20 Kakamega Buruburu- Shibanga - Shibale   Road

ALL

5,643,533.30

DOWNLOAD

6

KeRRA/008/39/KAK /22% RMLF/ 2/55/ 2021/ 22-033(Retender)

Uncl-22 Kakamega Mwilala – Mureko Ack - Muriaka Road

YOUTH

2,632,841.00

DOWNLOAD

7

KeRRA/008/39/KAK /22% RMLF/ 2/55/ 2021/ 22-041 (Retender)

Uncl- 17 Kakamega Shitimba – Nandwa Junct. Road

ALL

3,968,331.58

DOWNLOAD

8

KeRRA/008/39/KAK /22% RMLF/ 2/55/ 2021/ 22-047 (Retender)

E1273 Nambacha –  Navakholo Road

ALL

2,601,138.38

DOWNLOAD

 

 

 

 

Scope of Works

The scope of works is as detailed in the Tender Document

 

MANDATORY REQUIREMENTS

 

The following must be submitted together with the Tender among those in the Instructions to Tenderers in the tender document:

  • Certificate of Incorporation
  • Copies of PIN and VAT Registration Certificate
  • Valid Current Tax compliance certificate/ Tax exemption clearance certificate from KRA
  • Registration with National Construction Authority certificate valid as indicated in the instruction to Tenderers
  • Copy of Valid Contractors Annual Practising License from National Construction Authority (NCA)
  • All tenderers MUST SERIALIZE sequentially ALL the pages of bid documents submitted
  • valid single business permit issued within the last 12 Months
  • At least two (2) major items of construction equipment owned or leased;
  • Evidence of Bank Account or statement in the name of the firm for at least Three (3) Months from the date of this tender.
  • All the tenderers to provide current, certified CR 12 (valid for the last 12 months)
  • Copies of National Identity cards for Directors of Tenderers bidding under Y, W &PWD reserved tenders.
  • Prices quoted must remain valid for 140 days from the date of opening
  • To enhance equity, bidders will only be awarded a Maximum of Two (2) Tenders, under this Tender Notice and the most advantageous to the employer
  • Director (s) bidding under different companies for the same tender will be disqualified
  • Due to covid-19 and consequently the presidential directive issued, MANDATORY PRE-TENDER site visits shall be held between 21st February, 2022 and 25th February, 2022 from 8.00 am to 3.00 pm. Bidders are required to make their own arrangements in liaison with the respective regional directors to visit the site, and have their site visit Certificate   signed by the respective Road Officers

Tender documents detailing additional requirements, specification and scope of works will be obtained from KeRRA WEBSITE; www.kerra.go.ke and  at Tenders portal: www.tenders.go.ke free of charge  as from close of business 14th February 2022.

Completed duly serialized tender documents in Wax sealed plain envelopes marked with Tender reference and road name description, without bidder’s identity, should be deposited in the Tender Box (Specified for respective tenders) and be addressed to;

 

The Regional Director,

Kenya Rural Roads Authority (Kakamega Region)

P.O. Box 477- 50100

KAKAMEGA

 

So as to be received on or before 28th February 2022 at 10:00 AM. Bids submitted after this prescribed time shall be rejected.

Eng. EDWIN CHESEREK

REGIONAL DIRECTOR   

KAKAMEGA REGIO ADENDUM

KAKAMEGA REGION

KENYA RURAL ROADS AUTHORITY KAKAMEGA REGION

INVITATION TO TENDER        Date: 31st July, 2018

The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility for the management, development, rehabilitation and maintenance of rural roads

KeRRA –Kakamega Region invites tenders from contractors prequalified in Mumias West Constituency for routine maintenance and spot improvement works (Grading and Gravelling Equipment based) under 22% RMLF for the financial year 2017/18.

Download tender notice here

No

Road Name

Tender No

Budgeted

Amount

Eligibility

Date of Pre tender site visit

1

U_G93434 RV.LUSUMU-

NYAPORA-MMS H/ CENTRE

KeRRA/011/3

9/KAK/2-45-

2017/18 -206

4,500,116.23

ALL

DOWNLOAD

8th August 2018

2

U_G93566 RV.LUSUMU-

IMANGA

KeRRA/011/3

9/KAK/2-45-

2017/18 -207

4,000,228.83

ALL

DOWNLOAD

3

U_93567 IMANGA-

MUSANDA

KeRRA/011/3

9/KAK/2-45-

2017/18 -208

5,000,037.52

WOMEN

DOWNLOAD

4

S6211 IMANGA-

BUCHIFI-BUTOBE- NYAPETA-R.LUSUMU

KeRRA/011/3

9/KAK/2-45-

2017/18 -209

4,700,219.46

YOUTH

DOWNLOAD

KAKAMEGA REGION

      KENYA RURAL ROADS AUTHORITY

KAKAMEGA REGION

 

Kakamega Region

22% RMLF FY 2018/2019

Date: 23rd January, 2019

ADDENDUM NO.1

Download Tender Notice Here

Reference is made to the advertisement dated 8th January, 2019 for tenders under 22% RMLF FY 2018-2019. Kenya Rural Roads Authority (Kakamega) wishes to inform all interested bidders of clarifications in tender for 22% RMLF 2018-2019 in Matungu constituency with the following details;

No

Constituency

Road Name

Tender No

Budgeted Amount

Eligibility

1

Matungu

G93775 Makunda- Kwa fisi

KeRRA/011/39/KAK/2/45/2018-19-360

2,200,512.28

ALL

Please Note the correct Tender document and Bills of quantities has been uploaded. The new date of opening for the above tender has been changed from Friday 25th January 2019 to Friday, 1st February, 2019.

The date of opening for the other tenders in the constituency remains unchanged and will be opened on 25th January 2019 as earlier advertised.

 

 

KENYA RURAL ROADS AUTHORITY

 

KAKAMEGA REGION

 

INVITATION TO TENDER      Date: 8th January, 2019

 

The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility for the management, development, rehabilitation and maintenance of rural roads.

KeRRA –Kakamega Region invites tenders from contractors prequalified in the various constituencies as indicated here below for routine maintenance and spot improvement of Road works (Grading and Gravelling Equipment based) under 22% RMLF for the financial year 2018/2019.

 DOWNLOAD TENDER NOTICE HERE

  1. Lurambi Constituency

 

No

Road Name

Tender No

Budgeted Amount

Eligibility

Date & Meeting point for Pre tender site visit

1

P64 Sichirai Market-Mulunyu-Mulele

KeRRA /011/39/KAK/2/45/2018-19-300

2,457,083.37

PWD

16th Jan 2019

2

G92392 Eshisunguruli-Elufwafwa-Indangalasia Sch.

KeRRA /011/39/KAK/2/45/2018-19-301

3,387,399.09

ALL

3

G92559 Shikhambi (New Jerusalem Church)-Mungulu

KeRRA /011/39/KAK/2/45/2018-19-302

3,586,630.96

WOMEN

4

G92537 PAG Mukhuyu- Mumbinga

KeRRA /011/39/KAK/2/45/2018-19-303

2,091,283.53

ALL

5

G92626 Mumukhuyu- Emachina-Matende Junction

KeRRA /011/39/KAK/2/45/2018-19-304

2,301,609.04

ALL

6

E9132 Emahondo-Shimanyiro Junction

KeRRA /011/39/KAK/2/45/2018-19-305

2,328,362.73

ALL

7

G92628 Indangasia Sch-Ebungaya Sch-Hadindi

KeRRA /011/39/KAK/2/45/2018-19-306

4,003,730.76

ALL

 

 

 

  1. Malava Constituency

 

No

Road Name

Tender No

Budgeted Amount

Eligibility

Date & Meeting point for Pre tender site visit

1

C68 Chimoi-Nandi County Boundary

KeRRA /011/39/KAK/2/45/2018-19-307

2,615,104.27

ALL

17th Jan 2019

2

F9077 Tande- Namagara

KeRRA /011/39/KAK/2/45/2018-19-308

5,093,232.36

YOUTH

3

E9145 Malava-Malichi

KeRRA /011/39/KAK/2/45/2018-19-309

5,248,364.61

ALL

4

G92380 Mukhuyu-Shivakala

KeRRA /011/39/KAK/2/45/2018-19-310

2,298,120.16

ALL

5

G92153 Chemuche Junct-Namatala Sch

KeRRA /011/39/KAK/2/45/2018-19-311

2,612,323.74

ALL

6

G92154 Harambee-Junct-Fubuye

KeRRA /011/39/KAK/2/45/2018-19-312

2,389,054.73

WOMEN

 

  1. Lugari Constituency

 

No

Road Name

Tender No

Budgeted Amount

Eligibility

Date & Meeting point for Pre tender site visit

1

F9064 Mugunga-Majengo

KeRRA /011/39/KAK/2/45/2018-19-313

3,157,246.38

ALL

18th Jan 2019

2

C650 Lumakanda-Stendkisa

KeRRA /011/39/KAK/2/45/2018-19-314

3,283,316.70

ALL

3

F9063 Manyonyi ECD-Mlimani

KeRRA /011/39/KAK/2/45/2018-19-315

2,342,786.28

ALL

4

G91795 Chekalini-Khalid-Muki

KeRRA /011/39/KAK/2/45/2018-19-316

3,095,689.45

WOMEN

5

91783 Ofula-Maturu-Mayoyo Catholic Church

KeRRA /011/39/KAK/2/45/2018-19-317

2,243,302.42

YOUTH

6

G91770 Kaburengu-Makhere-Chebyusi

KeRRA /011/39/KAK/2/45/2018-19-318

1,678,330.21

YOUTH

7

E9103 Chekalini-D282 Junct

KeRRA /011/39/KAK/2/45/2018-19-319

2,619,689.53

ALL

 

8

G91978 Makutano -Sibande

KeRRA /011/39/KAK/2/45/2018-19-320

2,835,681.60

ALL

 

  1. Likuyani Constituency

No

Road Name

Tender No

Budgeted Amount

Eligibility

Date & Meeting point for Pre tender site visit

1

E9117 Ex Dc - Nyortis - Mtoni Police – Lugulu Road

KeRRA /011/39/KAK/2/45/2018-19-321

2,795445.67

YOUTH

18th Jan 2019

2

C623 Kona Mbaya - Muruli - Matunda

KeRRA /011/39/KAK/2/45/2018-19-322

3,596,688.48

ALL

3

D1554 Muriola - Likuyani - Brigadier Musonye B14

KeRRA /011/39/KAK/2/45/2018-19-323

3,577,574.68

ALL

4

D1771 Farfaro - Soysambu - L6215 Junct.

KeRRA /011/39/KAK/2/45/2018-19-324

3,200,520.95

ALL

5

D1780 Headquater - Mbururu - Riverside

KeRRA/011/39/KAK/2/45/2018-19-325

3,286,253.05

ALL

6

G91944 Lusweti - Drift - Mirembe Centre

KeRRA/011/39/KAK/2/45/2018-19-326

3,699,081.27

ALL

  1. Navakholo Constituency

No

Road Name

Tender No

Budgeted Amount

Eligibility

Date & Meeting point for Pre tender site visit

1

G92269 Sivilie Junct- Lutaso

KeRRA/011/39/KAK/2/45/2018-19-327

3,089,786.66

YOUTH

15th Jan 2019

2

D1777 Kharanda-Nakochi-Malaha

KeRRA/011/39/KAK/2/45/2018-19-328

4,032,660.07

ALL

3

G92443 Viriko-Mungaha-Sinoi

KeRRA/011/39/KAK/2/45/2018-19-329

5,296,862.84

ALL

4

G92526 Mishuri-Matia-Sumea

KeRRA/011/39/KAK/2/45/2018-19-330

2,913,881.68

WOMEN

5

G92419 Lwakhupa-Sirigoi-Simuli

KeRRA/011/39/KAK/2/45/2018-19-331

4,922,865.97

ALL

 

 

 

 

 

 

 

  1. Butere Constituency

No

Road Name

Tender No

Budgeted Amount

Eligibility

Date & Meeting point for Pre tender site visit

1

F9090 Nyenyesi-Imanga

KeRRA/011/39/KAK/2/45/2018-19-332

1,910,341.52

ALL

15th Jan 2019

2

E9196 Butere MKT-Mahondo-Mukoye

KeRRA/011/39/KAK/2/45/2018-19-333

2,561,537.12

ALL

3

E9195 Manyala-Lana

KeRRA/011/39/KAK/2/45/2018-19-334

2,273,493.15

ALL

4

G93446 Manyulia-Shikunga

KeRRA/011/39/KAK/2/45/2018-19-335

1,602,273.35

ALL

5

G93435 Shiatsala-Masaba

KeRRA/011/39/KAK/2/45/2018-19-336

1,755,309.25

ALL

6

E9219 Shikunga-Shihasa

KeRRA/011/39/KAK/2/45/2018-19-337

2,143,303.60

ALL

7

G93489 Mahondo-Ruwe

KeRRA/011/39/KAK/2/45/2018-19-338

1,640,193.05

ALL

8

G93495 Milambo-Butere

KeRRA/011/39/KAK/2/45/2018-19-339

1,593,848.49

WOMEN

9

G93423 Bukura-Lukoye-Khwisero

KeRRA/011/39/KAK/2/45/2018-19-340

2,418,357.72

YOUTH

10

G93482 Mwinaya-Iranda

KeRRA/011/39/KAK/2/45/2018-19-341

2,357,627.17

WOMEN

 

  1. Khwisero Constituency

No

Road Name

Tender No

Budgeted Amount

Eligibility

Date & Meeting point for Pre tender site visit

1

C790 Anyiko- Khumutibo-Dudi

KeRRA/011/39/KAK/2/45/2018-19-348

1,258,583.04

ALL

16th Jan 2019

2

C790  (CB Siaya) Got Regea-Dudi

KeRRA/011/39/KAK/2/45/2018-19-349

652,999.47

ALL

3

G62142 Ekambuli-St.John

KeRRA/011/39/KAK/2/45/2018-19-350

3,371,785.80

WOMEN

4

G93392  Ekambuli Sec -Khumusalaba

KeRRA/011/39/KAK/2/45/2018-19-351

3,786,545.62

YOUTH

5

G93430 Akalongo-Ebukutenga

KeRRA/011/39/KAK/2/45/2018-19-352

1,723,383.33

ALL

5

G93427 Emwaniro-Mulubale

KeRRA/011/39/KAK/2/45/2018-19-353

3,501,749.90

ALL

6

G93419 Mukhasibwe-Shirembe

KeRRA/011/39/KAK/2/45/2018-19-362

5,956,871.34

ALL

 

  1. Matungu Constituency

No

Road Name

Tender No

Budgeted Amount

Eligibility

Date & Meeting point for Pre tender site visit

1

E9205 Junct Khulwanda-Watoya

KeRRA/011/39/KAK/2/45/2018-19-354

4,368,051.67

ALL

17th Jan 2019

2

C779 Mayoni –Shikhonesi-Panyako

KeRRA/011/39/KAK/2/45/2018-19-355

4,110,859.87

ALL

3

G93765 Makale-Ebukosya

KeRRA/011/39/KAK/2/45/2018-19-356

1,578,288.90

YOUTH

4

G93768 Shiala-Shiukifu-Shiumbwe

KeRRA/011/39/KAK/2/45/2018-19-357

3,720,042,56

WOMEN

5

G93754 Busombi-Lunyiko

KeRRA/011/39/KAK/2/45/2018-19-358

2,081,629.85

YOUTH

6

F9091 Namayakalo-Munami

KeRRA/011/39/KAK/2/45/2018-19-359

2,347,233.57

ALL

7

G93775 Makunda- Kwa Fisi

KeRRA/011/39/KAK/2/45/2018-19-360

2,050,512.23

ALL

 

  1. Ikolomani Constituency

No

Road Name

Tender No

Budgeted Amount

Eligibility

Date & Meeting point for Pre tender site visit

1

G92850

Duka Moja - Shanjetso

KeRRA/011/39/KAK/2/45/2018-19-366

  3,813,271.30

YOUTH

15th Jan 2019

2

G92806

Imalakama - Q25

KeRRA/011/39/KAK/2/45/2018-19-367

  3,645,214.50

ALL

3

G92853

Makhokho - Shavihiga

KeRRA/011/39/KAK/2/45/2018-19-368

  4,886,298.74

ALL

4

G92831

Madivini - Kilingili

KeRRA/011/39/KAK/2/45/2018-19-369

  5,198,043.72

ALL

5

G92798

Shikunga - R. Yala

KeRRA/011/39/KAK/2/45/2018-19-370

  2,748,335.54

WOMEN

 

 

  1. Mumias East Constituency

No

Road Name

Tender No

Budgeted Amount

Eligibility

Date & Meeting point for Pre tender site visit

1

E9211 Bumini - Eluche Sch./Junct

KeRRA/011/39/KAK/2/45/2018-19-342

2,140,550.42

ALL

17th Jan 2019

2

G93690 Malaha - Khabondi - Nucleus

KeRRA/011/39/KAK/2/45/2018-19-343

3,213,743.72

ALL

3

F9094 Shianda - R. Lusumu - Maraba - Emutetemo - Ikli - Mutono - R. Lusumu

KeRRA/011/39/KAK/2/45/2018-19-344

3,886,731.18

YOUTH

4

G93541 Shitoto Junct. - Lwasambi - Khunyiri - Lubinu

KeRRA/011/39/KAK/2/45/2018-19-345

2,376,581.63

WOMEN

5

G93605 Ebwaliro – Chief Camp – Shikulu – Khaunga

KeRRA/011/39/KAK/2/45/2018-19-346

5,066,030.63

ALL

6

G93550 Emakhwale Pri. Sch - Mwitoti - Shimuli - Mwitoti

KeRRA/011/39/KAK/2/45/2018-19-347

3,572,803.17

ALL

 

  1. Shinyalu Constituency

No

Road Name

Tender No

Budgeted Amount

Eligibility

Date & Meeting point for Pre tender site visit

1

D1594 Sechono - Matsu

KeRRA/011/39/KAK/2/45/2018-19-361

5,011,423.04

ALL

16th Jan 2019

2

G92742 Shinyalu - Mwilitsa

KeRRA/011/39/KAK/2/45/2018-19-363

5,107,811.06

PWD

3

G92709 Ileho Pri. - Vikoshe - Mukhuru

KeRRA/011/39/KAK/2/45/2018-19-364

5,053,309.65

ALL

4

G92707 Kisia Mkt - Mukhuru Pri.

KeRRA/011/39/KAK/2/45/2018-19-365

5,084,452.31

ALL

 

Mandatory Requirements

The following must be submitted together with the Tender among those in the Instructions to Tenderers in the tender document:

  1. Certified Copy of certificate of Incorporation
  2. Certified Copy Registration with NCA 8 and below with a valid practicing licence.
  3. Certified Valid Tax Compliance Verified from KRA website.
  4. Certified copy of CR12 form obtained within the last 12 Months & Copies of IDs for the Directors
  5. Certified copy VAT & PIN Registration
  6. Proof of Certificate of Registration in a target group (AGPO) issued by Treasury where applicable and verified from PPOA website
  7. Bidders shall sequentially serialize all pages of each tender submitted
  8. Tender forms – Clearly filled, signed and stamped.
  9. MANDATORY Pre-Tender Site visit shall be conducted on the dates indicated above

by 9.00 am. All contractors are required to assemble at the respective KeRRA Offices at 9.00 am. Contractors are requested to make their own transport arrangements.

Other Requirements

As specified in the respective tender document covering the following:-

  1. Proof of similar previous experience
  2. Proof of ownership Equipment or current lease agreement of such Equipment
  3. Certified bank statements for the last 3-6 Months.

A complete set of tender documents will be obtained by interested Bidders by downloading from our KeRRA website at www.tenders.kerra.go.ke for free.

Duly filled Tender Documents in plain sealed envelopes marked with respective tender Name & Number should be addressed to:

The Regional Manager,

Kenya Rural Roads Authority

P.O.Box 477- 50100 Kakamega

The filled documents shall be deposited in the Tender Box at KeRRA Regional Office on or before 25th January, 2019 at 10 am. Tenders will be opened immediately at the same venue in the presence of tenderers or their representatives who choose to attend. Late submissions shall not be accepted.

KAKAMEGA REGION 2023 for various Routine maintenance of Road works (Grading and Gravelling Equipment based) for 10% RMLF for FY 2022-2023,22 % Savings for FY 2021-2022.

KENYA RURAL ROADS AUTHORITY

KAKAMEGA REGION

INVITATION TO TENDER         Date: 20th January, 2023

The Kenya Rural Roads Authority (KeRRA) is a State Corporati on established under the Kenya Roads Act, 2007, with the responsibility for the Management, Development, Rehabilitation and Maintenance of Rural Roads.

KeRRA - Kakamega Region invites bids from eligible registered contractors for various Routine maintenance of Road works (Grading and Gravelling Equipment based) for 10% RMLF for FY 2022-2023,22 % Savings for FY 2021-2022.

Download Tender Advert here

No

Tender No

Road Name

Preference &

Reservation

1

KeRRA/008/39/KAK/10%/2/55/ 022/ 23- 109

C622 Sipande Junct- Kogo- Rv. Nzoia Road

ALL

2

KeRRA/008/39/KAK/10%/2/55/ 022/ 23- 110

C623 Kona Mbaya- Rv. Nzoia Road

ALL

3

KeRRA/008/39/KAK/10%/2/55/ 022/ 23- 111

E9118 Matunda-Kongoni-Nangili Road

YOUTH

4

KeRRA/008/39/KAK/10%/2/55/ 022/ 23- 112

C622 Turbo- Sipande Junct Road

ALL

5

KeRRA/008/39/KAK/10%/2/55/ 022/ 23- 113

C650 Lumakanda- Stendikisa Road

ALL

6

KeRRA/008/39/KAK/10%/2/55/ 022/ 23- 114

C788 Lwandeti - Lugari – Nyange Road

WOMEN

7

KeRRA/008/39/KAK/10%/2/55/ 022/ 23- 115

G92606 Bumini- Isongo Road

ALL

8

KeRRA/008/39/KAK/10%/2/55/ 022/ 23- 116

S6211Ekamashia-Indangalasia- Eshikufu Road

ALL

9

KeRRA/008/39/KAK/10%/2/55/ 022/ 23- 117

S6219A Eluche Jnct- Bumini Road

PWD

10

KeRRA/008/39/KAK/10%/2/55/ 022/ 23- 118

UK37_098 Mushinaka- Mwidelenja- Mwikalikha Road

ALL

11

KeRRA/008/39/KAK/10%/2/55/ 022/ 23- 119

UK37_099 Mubahati- Othieka- Emwiru Road

ALL

12

KeRRA/008/39/KAK/10%/2/55/ 022/ 23- 120

UK37_100 Omusebe- Luyo- Cheche Road

ALL

13

KeRRA/008/39/KAK/10%/2/55/ 022/ 23- 121

UK37_102 Khumpaka- Mwisena Road

ALL

14

KeRRA/008/39/KAK/10%/2/55/ 022/ 23- 122

UK37_044 Nyamamu Junct- Ebukhoba Cofa Road

YOUTH

15

KeRRA/008/39/KAK/10%/2/55/ 022/ 23- 123

C782 (Cb Bungoma) River Sio – Matungu Road

ALL

16

KeRRA/008/39/KAK/10%/2/55/ 022/ 23- 124

C789 Rv. Khalaba- Musamba Road

ALL

17

KeRRA/008/39/KAK/10%/2/55/ 022/ 23- 125

G93773 Namberekea- Mirere Road

WOMEN

18

KeRRA/008/39/KAK/10%/2/55/ 022/ 23- 126

C780 Kambiri-Ikoli Road

YOUTH

19

KeRRA/008/39/KAK/10%/2/55/ 022/ 23- 127

D1769 Lwanda- Lubao Road

ALL

20

KeRRA/008/39/KAK/10%/2/55/ 022/ 23- 128

D267 Ivakale Mkt- R. Isiukhu- Buyangu Road

ALL

21

KeRRA/008/39/KAK/10%/2/55/ 022/ 23- 129

E9130 Malimili -Musoli Road

ALL

22

KeRRA/008/39/KAK/10%/2/55/ 022/ 23- 130

G92665 Masiyienze -Shikondi-Lirhembe Road

WOMEN

23

KeRRA/008/39/KAK/10%/2/55/ 022/ 23- 131

G92803 Shivagala -Ichina Road

ALL

24

KeRRA/008/39/KAK/10%/2/55/ 022/ 23- 132

F9090 Nyenyesi-Imanga Road

PWD

25

KeRRA/008/39/KAK/10%/2/55/ 022/ 23- 133

G93506 Mbakaya Rv.- Mutoma Road

WOMEN

26

KeRRA/008/39/KAK/10%/2/55/ 022/ 23- 134

G93582 Milambo-Imanga Road

ALL

27

KeRRA/008/39/KAK/10%/2/55/ 022/ 23- 135

Uk37_039 Emukoya-Musango Loops Road

PWD

28

KeRRA/008/39/KAK/10%/2/55/ 022/ 23- 136

Uk37_040 Lwakhupa Junct-Mureko Police Post Road

ALL

29

KeRRA/008/39/KAK/10%/2/55/ 022/ 23- 137

Uk37_087 Shinyulu-Shikunga Road

ALL

30

KeRRA/008/39/KAK/10%/2/55/ 022/ 23- 138

G92588 Ejinja Kona -Munzeywe Road

ALL

31

KeRRA/008/39/KAK/10%/2/55/ 022/ 23- 139

G92628 Ebungaya -Indangalasia Road

PWD

32

KeRRA/008/39/KAK/10%/2/55/ 022/ 23- 155

G92636 Small and Lovely Bush -Madebeni Road

ALL

33

KeRRA/008/39/KAK/10%/2/55/ 022/ 23- 140

C785 Samitisi -Malava Road

WOMEN

34

KeRRA/008/39/KAK/10%/2/55/ 022/ 23- 141

G92153 Shipala-Tande(Butali) Road

ALL

35

KeRRA/008/39/KAK/10%/2/55/ 022/ 23- 142

G92381 Timbito-Matsakha Road

ALL

36

KeRRA/008/39/KAK/10%/2/55/ 022/ 23- 143

G91456 Ack Kharanda -R. Nzoia Road

ALL

37

KeRRA/008/39/KAK/10%/2/55/ 022/ 23- 144

G92514 Eburenga-Naluchira Road

ALL

38

KeRRA/008/39/KAK/10%/2/55/ 022/ 23- 145

G92269 Sivilie Junct -Lutaso Road

YOUTH

39

KeRRA/008/39/KAK/10%/2/55/ 022/ 23- 146

Uk37_070 Alumako-Kwa Musindalo-Eshikulu-Kwa Scola-Usiu Road

ALL

40

KeRRA/008/39/KAK/10%/2/55/ 022/ 23- 147

Uk37_071 Nyapeta-Ebuchereshera Ack -Emaungu Jnct Road

YOUTH

41

KeRRA/008/39/KAK/10%/2/55/ 022/ 23- 148

Uk37_072 Emuberi Pri. _ Emulaka Pri Jnct -Khonori Khumatemo-Buchifi/Buchitu Jnct Road

ALL

42

KeRRA/008/39/KAK/22%SAVINGS/2/55/ 021/ 22- 217

UK37_056 Nambacha-Kwandunya Road.

YOUTH

43

KeRRA/008/39/KAK/22%SAVINGS/2/55/ 021/ 22- 218

UK37_102 Busombi -Rv.Namamba Road .

ALL

44

KeRRA/008/39/KAK/22%SAVINGS/2/55/ 021/ 22- 219

D1770 Chivorani-Kisia Market Road.

PWD

45

KeRRA/008/39/KAK/22%SAVINGS/2/55/ 021/ 22- 220

S6216 Kmtc -Mwireche Road.

ALL

46

KeRRA/008/39/KAK/22%SAVINGS/2/55/ 021/ 22- 221

G92656 Shisele -Shiseso Health Centre Road.

ALL

47

KeRRA/008/39/KAK/22%SAVINGS/2/55/ 021/ 22- 222

G62142 St. Johns-Emungabo Road

PWD

48

KeRRA/008/39/KAK/22%SAVINGS/2/55/ 021/ 22- 223

E9126 Misiko -Godown -Maua Pri Road.

YOUTH

49

KeRRA/008/39/KAK/22%SAVINGS/2/55/ 021/ 22- 225

F9064 Majengo-Mugunga Road

ALL

50

KeRRA/008/39/KAK/22%SAVINGS/2/55/ 021/ 22- 226

G92380 Lugusi-Munyanya Road.

ALL

51

KeRRA/008/39/KAK/22%SAVINGS/2/55/ 021/ 22- 227

C783 Centre- Shimanyiro Road

WOMEN

52

KeRRA/008/39/KAK/22%SAVINGS/2/55/ 021/ 22- 229

G93528 Shibanga-Muluwa Road

PWD

 

 

 

 

Scope of Works

The scope of works is as detailed in the Tender Document

 

MANDATORY REQUIREMENTS

 

The following must be submitted together with the Tender among those in the Instructions to Tenderers in the tender document:

  • Certificate of Incorporation
  • Copies of PIN and VAT Registration Certificate
  • Valid Current Tax compliance certificate/ Tax exemption clearance certificate from KRA
  • Valid Registration certificate with National Construction Authority certificate for Road works
  • Copy of Valid Contractors Annual Practising License from National Construction Authority (NCA) for Road works
  • All tenderers MUST SERIALIZE sequentially ALL the pages of bid documents submitted
  • Valid single business permit issued within the last 12 Months
  • At least two (2) major items of construction equipment owned or leased;
  • All the tenderers to provide current, certified CR 12 (valid for the last 12 months)
  • Copies of National Identity cards for Directors of Tenderers bidding under Y, W &PWD reserved tenders.
  • Provide certified AGPO certificate of registration for the respective category
  • Prices quoted must remain valid for 140 days from the date of opening
  • Director (s) bidding under different companies for the same tender will be disqualified

Tender documents detailing additional requirements, specification and scope of works will be obtained from KeRRA WEBSITE; www.kerra.go.ke and at Tenders portal: www.tenders.go.ke free of charge will be obtained as from 23rd January 2023

Completed duly serialized tender documents in Wax sealed plain envelopes marked with Tender reference and road name description, without bidder’s identity, should be deposited in the Tender Box (Specified for respective tenders) and be addressed to;

 

The Regional Director,

Kenya Rural Roads Authority (Kakamega Region)

P.O. Box 477- 50100

KAKAMEGA

 

So as to be received on or before 7th February 2023 at 10:00 AM. Bids submitted after this prescribed time shall be rejected.

 

ENG. EDWIN CHESEREK

REGIONAL DIRECTOR   

KAKAMEGA REGION INVITATION TO TENDER Date: 27th August, 2019

      

KENYA RURAL ROADS AUTHORITY

KAKAMEGA REGION

 

INVITATION TO TENDER    Date: 27th August, 2019

 

The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility for the management, development, rehabilitation and maintenance of rural roads.

KeRRA –Kakamega Region invites tenders from contractors prequalified in the various constituencies as indicated here below for routine maintenance and spot improvement of Road works (Grading and Gravelling Equipment based) under various funding sources.

No

Road Name

Tender No

Eligibility

Date & Meeting point for Pre tender site visit

1

G93402 EMAKO - EKONJERO

KeRRA/011/39/KAK/2/55/2018/19- 436

YOUTH

3rd September 2019

Regional Office

2

F9090 LUBINU - LUSHEYA -EKAMASHIA - INDANGALASIA

KeRRA/011/39/KAK/2/55/2018/19- 438

ALL

3rd September 2019

Regional Office

3

F9077 TANDE - NAMAGARA

KeRRA/011/39/KAK/2/55/2018/19- 454

ALL

3rd September 2019

Regional Office

4

E9152SHIBUYE - IKWIRENYI -ILORO - SHABWALI

KeRRA/011/39/KAK/2/55/2018/19- 455

ALL

3rd September 2019

Regional Office

5

C790 ANYIKO - KHUMUTIBO - DUDI

KeRRA/011/39/KAK/2/55/2018/19- 457

YOUTH

3rd September 2019

Regional Office

6

G93419 MUKHASIBWE - SHIREMBE

KeRRA/011/39/KAK/2/55/2018/19- 458

WOMEN

3rd September 2019

Regional Office

7

G62142 EKAMBULI - ST. JOHN

KeRRA/011/39/KAK/2/55/2018/19- 459

ALL

3rd September 2019

Regional Office

8

G92808 ISULU - BUNJELI

KeRRA/011/39/KAK/2/55/2018/19- 460

ALL

3rd September 2019

Regional Office

9

G93736 MUSAMBA - BUSOMBI

KeRRA/011/39/KAK/2/55/2018/19- 461

WOMEN

4th September 2019

Regional Office

10

G92419 LWAKHUPA - EMULAKA

KeRRA/011/39/KAK/2/55/2018/19- 462

ALL

4th September 2019

Regional Office

11

D1772 NALUCHIRA - ESHIONGO

KeRRA/011/39/KAK/2/55/2018/19- 463

ALL

4th September 2019

Regional Office

12

G92636 MUTAHO - EMATETIE

KeRRA/011/39/KAK/2/55/2018/19- 464

ALL

3rd September 2019

Regional Office

13

C623 RIVER NZOIA - WABUGE SAISI

KeRRA/011/39/KAK/2/55/2018/19- 466

YOUTH

4th September 2019

Regional Office

14

C623 KONAMBAYA - E9123 WABUGE SAISI

KeRRA/011/39/KAK/2/55/2018/19- 467

ALL

4th September 2019

Regional Office

Mandatory Requirements

The following must be submitted together with the Tender among those in the Instructions to Tenderers in the tender document:

  • Registration with National Construction Authority (NCA) 8 and above valid at the date of tender of submission
  • Copy of Certificate of Incorporation certified by commissioner of oaths
  • Copies of PIN and VAT Registration Certificate certified by commissioner of oaths
  • Copy of Valid Current Tax compliance certificate
  • Copy of Valid Contractors Annual Practising License from National Construction Authority (NCA)
  • List of ongoing projects and their monetary value
  • All tenderers MUST SERIALIZE all the pages of bid documents submitted
  • Authority to seek references from the Tenderer ‟s bankers
  • Copies of certificates of registration and principal place of business
  • Total monetary value of construction work performed for each of the last three years
  • Experience of at least two contracts in works of similar nature and size completed for the last five years, and clients who may be contacted for further information on these contracts
  • At least two (2) major items of construction equipment owned or leased;
  • Audited accounts or financial statements for the last 3 years,
  • Current litigation information
  • All the tenderers to provide current CR 12 (valid for the last 12 months)
  • For AGPO Tenders the following should be provided with the bid, certificate for small works and Engineering and ID or National passport of the directors
  • Must participate in the Mandatory pre tender site visit. Any representative shall be required to submit letter of authorization by company Director.

Interested eligible Tenderers may download tender documents from Kenya rural roads authority KeRRA website www.tenders.kerra.go.ke.

Duly filled Tender Documents in plain sealed envelopes marked with respective tender Name & Number should be addressed to:

 

The Deputy Director Roads,

Kenya Rural Roads Authority

P.O. Box 477- 50100 Kakamega

The filled documents shall be deposited in the Tender Box at KeRRA Regional Office on or before 9th September, 2019 at 10.00am. Tenders will be opened immediately at the Regional Office Kakamega in the presence of tenderers or their representatives who choose to attend. Late submissions shall not be accepted.

 

Eng. P.P Mbaabu

DEPUTY DIRECTOR ROADS

 

 

 

 

 

 

 

 

 

 

 

KENYA RURAL ROADS AUTHORITY

KAKAMEGA REGION

         10% Advert Download

          GOK Advert Download

     INVITATION TO TENDER     Date: 16th April, 2019

The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility for the management, development, rehabilitation and maintenance of rural roads.

KeRRA –Kakamega Region invites tenders from contractors prequalified in the various constituencies as indicated here below for routine maintenance and spot improvement of Road works (Grading and Gravelling Equipment based) under 10% RMLF in the financial year 20172018.

 

No

Constituency

Road Name

Tender No

Budgeted Amount

Eligibility

Date & Meeting point for Pre tender site visit

Downloads

1

Butere

E1252B Junct.(C33) Nyenyesi - Junct D261

KeRRA/011/39/KAK

/2/45/2017-18-211

            

4,140,567.39

ALL

23rd April,

2019

KeRRA

Kakamega Regional office 9.00am  

Download

2

Butere

U_G93536 Lunza - Mwale -Ibokolo

KeRRA/011/39/KAK

/2/45/2017-18-212

            

4,677,476.55

ALL

Download

3

Ikolomani

U_G93513 Isulu - Shiseso

KeRRA/011/39/KAK

/2/45/2017-18-213

4,533,118.37

YOUTH

Download

4

Ikolomani

UPR12 Mutaho - Ematetia

KeRRA/011/39/KAK

/2/45/2017-18-214

4,513,298.6

ALL

Download

5

Matungu

URF11 Ejinja - Namalasire

KeRRA/011/39/KAK

/2/45/2017-18-215

4,509,390.77

PWD

Download

6

Matungu

URF20 RV. Khalaba - Chanda

KeRRA/011/39/KAK

/2/45/2017-18-216

4635011.66

ALL

Download

7

Likuyani

D283 Matunda - Tumaini Mkt- Fararo

KeRRA/011/39/KAK

/2/45/2017-18-217

4,506,399.98

YOUTH

24th April,

2019

KeRRA

Kakamega Regional office 9.00am  

Download

8

Likuyani

D284 Turbo-Kogo - Brigadier

KeRRA/011/39/KAK

/2/45/2017-18-218

4,516,355.12

ALL

Download

9

Lurambi

Shikangania- Indangalasia

KeRRA/011/39/KAK

/2/45/2017-18-219

4,913,382.00

WOMEN

Download

10

Lurambi

R21B Iyala River - Lyanungu

KeRRA/011/39/KAK

/2/45/2017-18-220

4,172,797.00

ALL

Download

1

Mandatory Requirements

The following must be submitted together with the Tender among those in the Instructions to Tenderers in the tender document:

  1. Certificate of Incorporation
  2. Certified Copy Registration with NCA 8 and below with a valid practicing licence.
  3. Tax Compliance Verified from KRA website.
  4. Certified copy of CR12 form obtained within the last 12 Months & Copies of IDs for the

Directors

  1. VAT & PIN Registration
  2. Valid Certificate of Registration for the special group ( small works & Engineering) from the National Treasury to be verified from AGPO Website
  3. Bidders shall sequentially serialize all pages of each tender submitted  
  4. ALL Tender forms – Dully filled, signed and stamped.
  5. Certified Business permit
  6. MANDATORY Pre-Tender Site visit shall be conducted on the dates indicated above by 10.00 am. All contractors are required to assemble at the respective KeRRA Offices by

9.45 am. Contractors are requested to make their own transport arrangements.

Interested eligible Tenderers may download tender documents from Kenya rural roads authority KeRRA website www.tenders.kerra.go.ke.

Duly filled Tender Documents in plain sealed envelopes marked with respective tender Name & Number should be addressed to:

The Deputy Director Roads,

Kenya Rural Roads Authority

P.O.Box 477- 50100 Kakamega

The filled documents shall be deposited in the Tender Box at KeRRA Regional Office on or before 30thApril, 2019 at 10.00am. Tenders will be opened immediately at the Regional Office Kakamega in the presence of tenderers or their representatives who choose to attend. Late submissions shall not be accepted.

                                       

Eng. P.P Mbaabu

DEPUTY DIRECTOR ROADS

 

KENYA RURAL ROADS AUTHORITY

 

KAKAMEGA REGION

 

                                                INVITATION TO TENDER     Date: 12th April, 2019

 

The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility for the management, development, rehabilitation and maintenance of rural roads.  

KeRRA –Kakamega Region invites tenders from contractors prequalified in the various constituencies as indicated here below for routine maintenance and spot improvement of Road works (Grading and Gravelling Equipment based) under GOK Funding in the financial year 2018-2019.  


 

No

Constituency

Road Name

Tender No

Budgeted Amount

Eligibility

Downloads

Date & Meeting point for Pre tender

site visit

1

Ikolomani

G92648 Akatsa-Shimanyiro  Road

KeRRA/011/39/KA

K/2/45/2018/19-

405

4,809,465.79

  Download

16th   April,

2019

KeRRA

Kakamega Regional office  9.00am  

2

Mumias East

E9211 Bumini-Eluche Sch Junc Road

KeRRA/011/39/KA

K/2/45/2018/19-

406

4,751,812.74

  Download

3

Khwisero

U_G92792 Ematete-

Mundoli-Musalaba Road   

KeRRA/011/39/KA

K/2/45/2018/19-

407

4,807,576.26

  Download

4

Butere

E9196 Butere MktMahondo Road   

KeRRA/011/39/KA

K/2/45/2018/19-

408

4,798,703.55

  Download

5

Butere

UCL Emukoya-Musango

Road   

KeRRA/011/39/KA

K/2/45/2018/19-

409

4,828,830.17

  Download

6

Lugari

E307 Kogo Centre-Ture Road  

KeRRA/011/39/KA

K/2/45/2018/19-

410

4,804,807.60

  Download

17th  April,

2019

KeRRA

Kakamega Regional office  9.00am  

7

Lugari

U_G91948 Jonah Junc-

Lukusi Pri. Road   

KeRRA/011/39/KA

K/2/45/2018/19-

411

4,799,929.46

  Download

8

Lurambi

U_G92791 ShikambiMunguli Road   

KeRRA/011/39/KA

K/2/45/2018/19-

412

4,982,086.22

  Download

 

1

 

Mandatory Requirements

The following must be submitted together with the Tender among those in the Instructions to Tenderers in the tender document:

  1. Certificate of Incorporation
  2. Certified Copy Registration with NCA 8 and below with a valid practicing licence.
  3. Tax Compliance Verified from KRA website.
  4. Certified copy of CR12 form obtained within the last 12 Months & Copies of IDs for the

Directors

  1. VAT & PIN Registration
  2. Valid Certificate of Registration for the special group ( small works & Engineering)  from the  National Treasury  to be verified from AGPO Website 
  3. Bidders shall sequentially serialize all pages of each tender submitted
  4. ALL Tender forms – Dully filled, signed and stamped.
  5. Certified Business permit
  6. MANDATORY Pre-Tender Site visit shall be conducted on the dates indicated above by 10.00 am. All contractors are required to assemble at the respective KeRRA Offices by

9.45 am. Contractors are requested to make their own transport arrangements.  

Interested eligible Tenderers may download tender documents from Kenya rural roads authority KeRRA website www.tenders.kerra.go.ke.

Duly filled Tender Documents in plain sealed envelopes marked with respective tender Name & Number should be addressed to:

 

The Deputy Director Roads,

Kenya Rural Roads Authority

P.O.Box 477- 50100 Kakamega

The filled documents shall be deposited in the Tender Box at KeRRA Regional Office on or before 26th April, 2019 at 10.00am. Tenders will be opened immediately at the Regional Office Kakamega in the presence of tenderers or their representatives who choose to attend. Late submissions shall not be accepted.

                                            

 

Eng. P.P Mbaabu

DEPUTY DIRECTOR ROADS

 

 

 

 

 

 

 

 KENYA RURAL ROADS AUTHORITY

KAKAMEGA REGION

Kakamega Region

22% RMLF FY 2018/2019 -MUMIAS WEST CONSTITUENCY

Date: 5th April, 2019

ADDENDUM NO.1

Reference is made to the advertisement dated 26th March, 2019 for tenders under 22% RMLF (Mumias West Constituency) FY 2018-2019.

Kenya Rural Roads Authority (Kakamega) wishes to inform all interested bidders of changes in Road project  targeted category as indicated below;

No

Constituency

Road Name

Tender No

Budgeted Amount

Eligibility

New Date & meeting point of site visit

1

Mumias  West

UG93578 Ahonginjo Corner-Ebubala Box Culvert(Musa Bridge)

KeRRA/011/39/KAK/2/45/2018-19-395

4,801,394.00

ALL

9th April, 2019

KeRRA Mumias constituency at 9am.

2

Mumias  West

G93660 Buhuru Kwa Befa-Emulaka Pri. School-R.Emulaka

KeRRA/011/39/KAK/2/45/2018-19-396

5,750,659.58

WOMEN

The new date of opening for the above tenders has been changed from Friday 9th April, 2019 to Friday, 12th April, 2019.

The date of opening for the other tenders remains unchanged and will be opened on 9th April, 2019 as earlier advertised.

 

 

 

KENYA RURAL ROADS AUTHORITY

 

KAKAMEGA REGION

 

INVITATION TO TENDER       Date: 26th March, 2019

 

The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility for the management, development, rehabilitation and maintenance of rural roads.

KeRRA –Kakamega Region invites tenders from contractors prequalified in the various constituencies as indicated here below for routine maintenance and spot improvement of Road works (Grading and Gravelling Equipment based) under  22% RMLF in the following financial years.

DOWNLOAD TENDER NOTICE HERE

  1. 22% RMLF 2018-19 Mumias West  Constituency

No

Road Name

Tender No

CLICK LINK TO DOWNLOAD

Budgeted Amount

Eligibility

Date & Meeting point for Pre tender site visit

1

G93578 Ahonginjo Corner - Ebubala Box  Culvert(Musa Bridge)

KeRRA/011/39/KAK/2/45/2018-19-395

4,801,394.00

WOMEN

1st  April,2019

KeRRA Mumias constituency office  9.00am 

2

G93660 Buhuru Kwa Pefa - Emulaka Pri. Sch. - R. Emulaka

KeRRA/011/39/KAK/2/45/2018-19-396

5,750,659.58

YOUTH

3

G93668 Pefa Rock Junct. - Elukala Pri. Sch. (Elukala Box Culvert)

KeRRA/011/39/KAK/2/45/2018-19-398

4,359,515.20

ALL

4

G93707 Khungwani Junct. - Khumutetemo River - Buchifi

KeRRA/011/39/KAK/2/45/2018-19-397

5,750,659.58

ALL

 

 

22% RMLF 2017-18 Mumias West Constituency

 

No

Road Name

Tender No

Budgeted Amount

Eligibility

Date & Meeting point for Pre tender site visit

1.

C791 Buhuru-Musanda-Buriya-Lukongo-Ywaya

KeRRA/011/39/KAK/2/45/2018-19-403

2,261,409.00

ALL

1st April,2019

KeRRA Mumias constituency office 9.00am

 

 

 

  1. 22% RMLF-SAVINGS 2017-2018 Likuyani Constituency

 

No

Road Name

Tender No

Budgeted Amount

Eligibility

Date & Meeting point for Pre tender site visit

1.

G91898  Nangili - L6216 Sango - Number One

KeRRA/011/39/KAK/2/45/2018-19-404

2,404,738.05

YOUTH

2nd  April,2019

KeRRA  Constituency Office Likuyani at 10.00am

 

 

  1. 22% RMLF-SAVINGS 2017-2018 Navakholo Constituency

No

Road Name

Tender No

Budgeted Amount

Eligibility

Date & Meeting point for Pre tender site visit

1

D1777 Kharanda - Nakochi - Malaha

KeRRA/011/39/KAK/2/45/2018-19-405

1,092,309.11

ALL

2nd  April,2019

KeRRA  Regional Office at 10.00am

Kakamega Region - October 2018

Tender Notice Download here!

 

22% RMLF 2017/18 (Ikolomani constituency)

 

No

Road Name

Tender No

Budgeted
Amount

Eligibility

Date & Meeting
point for Pre tender
site visit

Documents

1

U_G92790
JUNCT D260
LIREMBE
SHITOLI

KeRRA/11/39/KA
K/2-45-2018/19 -
214

5,000,812.59

ALL

15th October 2018 at
KeRRA Regional
Office as from
9am.

Document

2

UPR23
SHIVAGALA
ICHINA
SHISERO

KeRRA/11/39/KA
K/2-45-2018/19 -
215

4,996,236.85

YOUTH

 

Document

  1. 10% SAVINGS BY CS 2017/18 FINACIAL YEAR

No

Road Name

Tender No

Budgeted
Amount

Eligibility

Date & Meeting
point for Pre tender
site visit

Document

1

U_G93386
EBUBALA
MABOLE

KeRRA/11/39/KA
K/2-45-2018/19 -
211

1,301967.80

WOMEN

15th October 2018 at
KeRRA Regional
Office as from
9am.

Document

2

U_G93387
SHITSITSWI
MUTOMA

KeRRA/11/39/KA
K/2-45-2018/19 -
212

1,301967.80

YOUTH

 

Document


  1. 10% BY CS ALLOCATION 2018/19 FINACIAL YEAR

No

Road Name

Tender No

Budgeted
Amount

Eligibility

Date & Meeting
point for Pre tender
site visit

Documents

1

U_G93388
LUKUSI
PRIMARY-D234

KeRRA/11/39/KA
K/2-45-2018/19 -
210

3,448,811.43

ALL

15th October 2018 at
KeRRA Lugari sub
Regional office
Office as from 9a

Document

KAKAMEGA REGION -10% 2019

 

 

 

 

 

 

 

 

Download the Advert Here:

 

KENYA RURAL ROADS AUTHORITY

 

KAKAMEGA REGION

 

INVITATION TO TENDER      Date: 27th March, 2019

 

The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility for the management, development, rehabilitation and maintenance of rural roads.

KeRRA –Kakamega Region invites tenders from contractors prequalified in the various constituencies as indicated here below for routine maintenance and spot improvement of Road works (Grading and Gravelling Equipment based) under CS Allocation in the following financial year 2018-2019.

No

Road Name

Constituency

Tender No

Budgeted Amount

Eligibility

Date & Meeting point for Pre tender site visit

Downloads

1

E9152 SHIBUYE - IKWIRENYI - ILORO - SHABWALI

Shinyalu

KeRRA/011/39/KAK/2/45/2018-19-413

   4,783,971.61

ALL

1st April, 2019

KeRRA Kakamega Regional office 9.00am  

 Download

2

E9155 VIRHEMBE - SHAMILOLI

Shinyalu

KeRRA/011/39/KAK/2/45/2018-19-414

   4,789,476.84

YOUTH

 Download

3

C783 SHIMANYIRO - IKONYERO

Lurambi

KeRRA/011/39/KAK/2/45/2018-19-415

   5,784,959.72

ALL

 Download

4

G92358 HADINDI - INDANGALASIA SCHOOL

Lurambi

KeRRA/011/39/KAK/2/45/2018-19-416

   5,740,416.35

WOMEN

 Download

 

 

Mandatory Requirements

The following must be submitted together with the Tender among those in the Instructions to Tenderers in the tender document:

  1. Certificate of Incorporation
  2. Certified Copy Registration with NCA 8 and below with a valid practicing licence.
  3. Tax Compliance Verified from KRA website.
  4. Certified copy of CR12 form obtained within the last 12 Months & Copies of IDs for the Directors
  5. VAT & PIN Registration
  6. Valid Certificate of Registration for the special group ( small works & Engineering) from the National Treasury to be verified from AGPO Website
  7. Bidders shall sequentially serialize all pages of each tender submitted
  8. ALL Tender forms – Dully filled, signed and stamped.
  9. MANDATORY Pre-Tender Site visit shall be conducted on the dates indicated above

by 10.00 am. All contractors are required to assemble at the respective KeRRA Offices by 9.45 am. Contractors are requested to make their own transport arrangements.

Interested eligible Tenderers may download tender documents from Kenya rural roads authority KeRRA website www.tenders.kerra.go.ke.

Duly filled Tender Documents in plain sealed envelopes marked with respective tender Name & Number should be addressed to:

 

The Deputy Director Roads,

Kenya Rural Roads Authority

P.O.Box 477- 50100 Kakamega

The filled documents shall be deposited in the Tender Box at KeRRA Regional Office on or before 10th April, 2019 at 10.00am. Tenders will be opened immediately at the Regional Office Kakamega in the presence of tenderers or their representatives who choose to attend. Late submissions shall not be accepted.

 

Eng. P.P Mbaabu

DEPUTY DIRECTOR

 

 

 

KENYA RURAL ROADS AUTHORITY KAKAMEGA REGION

Kakamega Region

10% RMLF FY 2018/2019

Date: 1st March, 2019

ADDENDUM NO.2

Reference is made to the Addendum Notice dated 13th February, 2019 for tenders under 10% Mumias West, RMLF FY 2018-2019.

Kenya Rural Roads Authority (Kakamega) wishes to inform all interested bidders that the above addendum notice indicated the Roads in Mumias East Constituency instead of Mumias West Constituency. The correct Road Names and Tender Numbers are as follows;

No

Road Name

Tender No

CLICK LINK TO 

DOWNLOAD

Budgeted

Amount

Eligibility

Date        &

meeting point      for pre Tender site visit

1

D1173 IMANGA-

MUSANDA- BUCHIRINYA-CB SIAYA

KERRA/011/39/KA

K/2/45/2018-19-387

5,184,208.4

WOMEN

5th March

2019

KeRRA CRO’s Office - Mumias

2

E9202 MUMIAS

H/CENTRE-NYAPORA- IMANGA-BUTOBE- NYAPETA-IMANGA- BUTOBE-NYAPETA

KERRA/011/39/KA

K/2/45/2018-19-388

4,047,699.81

ALL

Please Note the new date for pre tender site visit as indicated above.

The opening for the above tenders has been changed from Monday 4th March, 2019 to Monday,

11th March, 2019.

 

INVITATION TO TENDER       Date: 8th February, 2019

 

The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility for the management, development, rehabilitation and maintenance of rural roads.

KeRRA –Kakamega Region invites tenders from contractors prequalified in the various constituencies as indicated here below for routine maintenance and spot improvement of Road works (Grading and Gravelling Equipment based) under 10% funding for financial years 2017-2018 and 2018/2019 as follows;

 DOWNLOAD TENDER NOTICE HERE

ADDENDUM NO1

  1. KHWISERO CONSTITUENCY 10% RMLF 2017-2018

 

No

Road Name

Tender No

Click link to Download

Budgeted Amount

Eligibility

Date & Meeting point for Pre tender site visit

1

U_G92862 EMARUKU - MUSHIKONGOLO

KERRA/011/39/KAK/2/45/2018-19-220

3,129,828.65

YOUTH

11th February,2019

KeRRA Regional Office

2

U_G93012 MUNDOLI - EMATETE

KERRA/011/39/KAK/2/45/2018-19-221

2,288,643.91

ALL

3

U_G93016 KHUSHIKU - ESHITIMBA

KERRA/011/39/KAK/2/45/2018-19-222

3,281,585.63

ALL

 

  1. KHWISERO CONSTITUENCY 10% RMLF 2018-2019

 

No

Road Name

Tender No

Budgeted Amount

Eligibility

Date & Meeting point for Pre tender site visit

1

G93391 IBINDA - EMASI - SHIONGO

KERRA/011/39/KAK/2/45/2018-19-390

3,522,387.08

ALL

11th February,2019

KeRRA Regional Office

2

E9216 EMWIRU – MUSHIANZE

KERRA/011/39/KAK/2/45/2018-19-391

2,104,889.46

ALL

3

G93400 MUNJESHI - ELWANGALE

KERRA/011/39/KAK/2/45/2018-19-392

3,534,571.30

WOMEN

 

  1. LUGARI CONSTITUENCY 10% RMLF 2018-2019

 

No

Road Name

Tender No

Budgeted Amount

Eligibility

Date & Meeting point for Pre tender site visit

1

C619 ENDEBES – SIKHENDU – TURBO – KAIBOI –

CHEPTIRET

KERRA/011/39/KAK/2/45/2018-19-379

4,437,165.35

WOMEN

12th February, 2019

Lugari KeRRA Office

2

D1767 MAUTUMA – MBAGARA – MUGUNGA - SIBANDE

KERRA/011/39/KAK/2/45/2018-19-380

4,724,271.52

ALL

 

  1. MALAVA CONSTITUENCY 10% RMLF 2018-2019

 

No

Road Name

Tender No

Budgeted Amount

Eligibility

Date & Meeting point for Pre tender site visit

1

F9077 TANDE - NAMAGARA

KERRA/011/39/KAK/2/45/2018-19-376

2,595,230.19

ALL

13th February, 2019 KeRRA Regional office

2

C638 CHIMOI - NANDI COUNTY BOUNDARY

KERRA/011/39/KAK/2/45/2018-19-374

3,358,536.01

ALL

3

E9145 MALAVA - MALICHI

KERRA/011/39/KAK/2/45/2018-19-375

3,207,955.59

WOMEN

 

  1. MUMIAS EAST CONSTITUENCY 10% RMLF 2018-2019

 

No

Road Name

Tender No

Budgeted Amount

Eligibility

Date & Meeting point for Pre tender site visit

1

S6217 ELUCHE JUNCT. - ELUCHE SCH. - MUNGANGA -BUMINI

KERRA/011/39/KAK/2/45/2018-19-218

4,169,180.33

YOUTH

13th February, 2019

KeRRA Mumias office

         

2

U_G93030 MOSQUE - MAHOLA - NUCLEUS - EMAKHWALE

KERRA/011/39/KAK/2/45/2018-19-219

4,531,222.63

ALL

  MUMIAS EAST CONSTITUENCY 10% RMLF 2017-2018

3

G93690 MALAHA – KHABONDI – NUCLEUS

KERRA/011/39/KAK/2/45/2018-19-381

4,999,467.37

WOMEN

4

F9094 SHIANDA – R. LUSUMU – MARABA - EMUTETEMO

KERRA/011/39/KAK/2/45/2018-19-382

4,161,780.74

ALL

 

  1. MUMIAS WEST CONSTITUENCY 10% RMLF 2018-2019

 ADDENDUM NO 1

DOWNLOAD ADDENDUM NO1

No

Road Name

Tender No

Budgeted Amount

Eligibility

Date & Meeting point for Pre tender site visit

1

D1773 IMANGA - MUSANDA - BUCHIRINYA - CB SIAYA

KERRA/011/39/KAK/2/45/2018-19-387

5,149,333.00

ALL

13th February, 2019

KeRRA Mumias office

2

E9202 MUMIAS H/CENTRE - NYAPORA - IMANGA - BUTOBE -NYAPETA

KERRA/011/39/KAK/2/45/2018-19-388

4,012,567.73

WOMEN

 

  1. MUMIAS WEST CONSTITUENCY 10% BY MINISTER 2018-2019

 

No

Road Name

Tender No

Budgeted Amount

Eligibility

Date & Meeting point for Pre tender site visit

1

E9197 BUNGASI - BUYUNDO - BUMALA PRI. SCH. - ACK

GULU

KERRA/011/39/KAK/2/45/2018-19-389

5,700,583.24

ALL

13th February, 2019

KeRRA Mumias office

 

  1. SHINYALU CONSTITUENCY 10% RMLF 2018-2019

 

No

Road Name

Tender No

Budgeted Amount

Eligibility

Date & Meeting point for Pre tender site visit

1

D1769 LWANDA - LUBAO

KERRA/011/39/KAK/2/45/2018-19-377

4,578,270.73

YOUTH

11th February,2019

KeRRA Regional Office

2

F9079 SHIHULI –R. YALA

KERRA/011/39/KAK/2/45/2018-19-378

4,583,682.79

ALL

KAKAMEGA REGION ADDENDUM NO.1

 download addendum here

 

KENYA RURAL ROADS AUTHORITY

KAKAMEGA REGION

Date: 17th August 2020

ADDENDUM NOTICE NO.1

Reference is made to the advertisement notice dated 10th August 2020 for tenders under various funding sources in the  Financial year 2019-2020.

Kenya Rural Roads Authority (Kakamega Region) wish to notify all interested bidders that clarifications have been made for the following tenders;

No

Constituency

Tender Number

Road Name

Eligibility

1

Likuyani

KeRRA/011/39/KAK/GOK/2/55/2019-20-665

C619          Turbo- Shihendu

ALL

2

Lugari

KeRRA/011/39/KAK/GOK/2/55/2019/20- 641

C788      Lwandeti - Nyange - R. Nzoia B

ALL

3

Lurambi

KeRRA/011/39/KAK/22% /2/55/2019/20- 523

G92559 Mumuyukwe - Emurumba Road

ALL

 

      NB.

  1. The above Tender No.KeRRA/011/39/KAK/GOK/2/55/2019-20-665 - C619 Turbo- Shihendu is located in Lugari and NOT Likuyani constituency as indicated in the tender advert.
  1. The Tender No. KeRRA/011/39/KAK/GOK/2/55/2019/20- 641 - C788 Lwandeti - Nyange - R. Nzoia B in the tender advert has been ammended to read as follows; C788 Lwandeti - Nyange - R. Nzoia (Mukhonde-Kavusi- -Mabuye- Lwandeti section).
  1. The Tender No. KeRRA/011/39/KAK/22%/2/55/2019/20-523 captured as G92559 Mumukhuyu- Shisendo has been corrected to read as follows: G92559 Mumuyukwe - Emurumba Road.

All other Tender details remain the same as earlier stated.

Eng. C. M. MUKUVA

DEPUTY DIRECTOR          

KAKAMEGA REGION FEBRUARY 2023 TENDERS FOR CS AND 10% RMLF SAVINGSING F

KENYA RURAL ROADS AUTHORITY

KAKAMEGA REGION

 

INVITATION TO TENDER         Date: 3rd February, 2023

The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility for the Management, Development, Rehabilitation and Maintenance of Rural Roads.

KeRRA - Kakamega Region invites bids from eligible registered contractors for various Routine maintenance of Road works (Grading and Gravelling Equipment based) for 10% CS FY 2022-2023 and savings from various Funding sources FY 2021-2022.

Download advert here

No

Tender No

Road Name

Preference &

Reservation

1

KeRRA/008/39/KAK/10%CS/2/55/ 2022/ 23-149

D1766 StendMboga -Emukaba-Rv. Sasala Road

ALL

2

KeRRA/008/39/KAK/10%CS/2/55/ 2022/ 23-150

G92738 Shibuye-Shingoto-Mwilitsa Road

ALL

3

KeRRA/008/39/KAK/10%CS/2/55/ 2022/ 23-151

G92858 Ivonda-Ivole-Imuliru-Naliava Road

ALL

4

KeRRA/008/39/KAK/10% CS /2/55/ 2022/ 23-152

G92718 Shabwali-Shamakhubu Road

PWD

5

KeRRA/008/39/KAK/10% CS /2/55/ 2022/ 23-153

UK37_Jason Opiro-Namavaka-Burangasi Road

YOUTH

6

KeRRA/008/39/KAK/10% CS /2/55/ 2022/ 23-154

UK37_049 Chief Matayo-Burangasi-Sisa Road

WOMEN

7

KeRRA/008/39/KAK/10% CS /2/55/ 2022/ 23-156

UK37_061 Lweru-Bungasi Road

ALL

8

KeRRA/008/39/KAK/10% CS/2/55/ 2022/ 23-157

UK37_081 Shiatoto-Namtsuru-Lushey Road

ALL

9

KeRRA/008/39/KAK/22% SAVINGS /2/55/ 2021/ 22-230

UK37_105 Lusheya-Ingusi-Eshikangu Road

PWD

10

KeRRA/008/39/KAK/10% SAVINGS /2/55/ 2021/ 22-231

Uk37_106 Emulembwa -Khulutsa Road

ALL

11

KeRRA/008/39/KAK/10%SAVINGS/2/55/ 2021/ 22-232

Uk37_103 Nucleus-Musango Pri-Eshibanze Road

ALL

12

KeRRA/008/39/KAK/10% SAVINGS /2/55/2021/ 22-233

G62142 St. Johns -Eshikokho Road

YOUTH

13

KeRRA/008/39/KAK/10% SAVINGS /2/55/ 2021/ 22-234

E9218 Bulanda-Bumamu Road

PWD

14

KeRRA/008/39/KAK/10% SAVINGS /2/55/ 2021/ 22-235

E9154 Shamakhubu-Shamiloli Road

YOUTH

15

KeRRA/008/39/KAK/10% SAVINGS /2/55/ 2021/ 22-236

G92656 Mukangu-Shisele Junction Road

WOMEN

16

KeRRA/008/39/KAK/10% SAVINGS /2/55/ 2021/ 22-237

G92559 Muyukwe- Matende Road

ALL

17

KeRRA/008/39/KAK/10% SAVINGS /2/55/ 2021/ 22-238

G92444 Olwiki-Kisembe Dispensary Road

PWD

18

KeRRA/008/39/KAK/10% SAVINGS /2/55/ 2021/ 22-239

E9120 Mbururu-Matisi Road

WOMEN

19

KeRRA/008/39/KAK/10% SAVINGS /2/55/ 2021/ 22-240

D1767 Makutano-Sipande Road

ALL

20

KeRRA/008/39/KAK/10% SAVINGS /2/55/ 2021/ 22-241

G92161 Salvation Army-Namatala-Chemuche Road

ALL

21

KeRRA/008/39/KAK/10% SAVINGS /2/55/ 2021/ 22-242

Uk37_104 Ebubole-Foot Bridge Road

ALL

22

KeRRA/008/39/KAK /GOK SAVINGS/ 2/55/ 2021/ 22-243

G92444 Olwiki-Kisembe Dispensary-Mukono Road

ALL

 

Pre-tender Site Visit for the above tenders shall be carried out as scheduled below;

 

Date

Constituency

Meeting Point and Time

Wednesday 8th February 2023

Likuyani /Lugari

 

Lugari-KeRRA Office at 8.30 am

Navakholo/Malava

CDF Office Malava at 8am

Thursday 9th February 2023

Matungu/Mumias West/Mumias East

Mumias- KeRRA Office at 8am

 

Butere/Khwisero

Butere-KeRRA Office at 8am

Friday 10th February 2023

Ikolomani/Shinyalu

Lurambi

Kakamega, KeRRA office at 8 am

 

Scope of Works

The scope of works is as detailed in the Tender Document

 

MANDATORY REQUIREMENTS

 

The following must be submitted together with the Tender among those in the Instructions to Tenderers in the tender document:

  • Certificate of Incorporation
  • Copies of PIN and VAT Registration Certificate
  • Valid Current Tax compliance certificate/ Tax exemption clearance certificate from KRA
  • Valid Registration certificate with National Construction Authority certificate for Road works
  • Copy of Valid Contractors Annual Practising License from National Construction Authority (NCA) for Road works
  • All tenderers MUST SERIALIZE sequentially ALL the pages of bid documents submitted
  • Valid single business permit issued within the last 12 Months
  • At least two (2) major items of construction equipment owned or leased;
  • All the tenderers to provide current, certified CR 12 (valid for the last 12 months)
  • Copies of National Identity cards for Directors of Tenderers bidding under Y, W &PWD reserved tenders.
  • Provide certified AGPO certificate of registration for the respective category
  • Prices quoted must remain valid for 140 days from the date of opening
  • To enhance equity, bidders shall bid for a maximum of Two (2) Tenders, but can only be Awarded a Maximum of One (1) Tender,under this Tender Notice. Bidders who participate in more than Two (2) tenders shall be disqualified.
  • Director (s) bidding under different companies for the same tender will be disqualified
  • There will be Mandatory Pre-Tender Site Visit.

Tender documents detailing additional requirements, specification and scope of works will be obtained from KeRRA WEBSITE; www.kerra.go.ke and at Tenders portal: www.tenders.go.ke free of charge.

Completed duly serialized tender documents in Wax sealed plain envelopes marked with Tender reference and road name description, without bidder’s identity, should be deposited in the Tender Box (Specified for respective tenders) and be addressed to;

 

The Regional Director,

Kenya Rural Roads Authority (Kakamega Region)

P.O. Box 477- 50100

KAKAMEGA

 

So as to be received on or before 16th February 2023 at 10:00 AM. Bids submitted after this prescribed time shall be rejected.

 

ENG. EDWIN CHESEREK

REGIONAL DIRECTOR   

kakamega region financial year 19/20 tenders

KAKAMEGA REGION

INVITATION TO TENDER

Date: 22nd May, 2020

 

 Download Tender notice here

The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility for the management, development, rehabilitation and maintenance of rural roads.

KeRRA - Kakamega Region invites tenders from contractors prequalified in the various constituencies for routine maintenance of Road works (Grading and Gravelling Equipment based) under various funding in the financial year 2019-2020.

  1. 10% RMLF 2019-2020

No

Road Name

Constituency

Tender No

Eligibility

1

C785 Samitisi – Malava

Malava

KeRRA/011/39/KAK/2/55/2019/20- 578

ALL

2

E9202 Anamanda Box Culvert

Mumias west

KeRRA/011/39/KAK/2/55/2019/20- 584

ALL

3

C782 Matungu- Jnct. Khulwanda

Matungu

KeRRA/011/39/KAK/2/55/2019/20- 585

WOMEN

4

C782 Jnct. Khulwanda- Rv. Sio

Matungu

KeRRA/011/39/KAK/2/55/2019/20- 586

ALL

5

E1270 Luanda- Lubao

Shinyalu

KeRRA/011/39/KAK/2/55/2019/20- 589

ALL

6

G93401Inanga- Mpaka

Khwisero

KeRRA/011/39/KAK/2/55/2019/20- 591

YOUTH

7

G93400 Ekatsombero- Munjeshi

Khwisero

KeRRA/011/39/KAK/2/55/2019/20- 592

ALL

8

E1273 Nambacha- Navakholo

Navakholo

KeRRA/011/39/KAK/2/55/2019/20- 593

PWD

9

D1772 Naluchira- Eshiongo

Navakholo

KeRRA/011/39/KAK/2/55/2019/20- 594

ALL

10

E9130 Malimili- Musoli

 

Ikolomani

KeRRA/011/39/KAK/2/55/2019/20- 597

ALL

11

E9130 Musoli- Malimili

Ikolomani

KeRRA/011/39/KAK/2/55/2019/20- 598

PWD

12

E299 Lunza- Shihasa

Butere

KeRRA/011/39/KAK/2/55/2019/20- 600

WOMEN

13

E1162 Manyala- Lana

 

Butere

KeRRA/011/39/KAK/2/55/2019/20- 601

ALL

14

G93690 Malaha- Khabondi Nucleus

Mumias East

KeRRA/011/39/KAK/MME 10%//2/55/2019/20- 602

ALL

15

G93540 Shitoto- Lwasambi Khunyiri- Lubiru

Mumias East

KeRRA/011/39/KAK/MME 10%/2/55/2019/20- 603

ALL

16

C623 R. Nzoia - Konambaya - Matunda - Muruli – Nangili

Likuyani

KeRRA/011/39/KAK/10%/2/55/2019/20- 604

ALL

17

C622 Kiminini – Turbo

Likuyani

KeRRA/011/39/KAK/10%/2/55/2019/20- 605

WOMEN

18

C619 Turbo- Shihendu

Lugari

KeRRA/011/39/KAK/10%/2/55/2019/20- 606

YOUTH

19

D1769 Mfutu-Friends-Ecd Lumama

Lugari

KeRRA/011/39/KAK/10%/2/55/2019/20- 607

ALL

20

G92537 Mukhuyu Pag- Mumbinga

Lurambi

KeRRA/011/39/KAK/10%/2/55/2019/20- 615

ALL

21

G92537 Conner Stone- Emusanda H/C

Lurambi

KeRRA/011/39/KAK/10%/2/55/2019/20- 616

ALL

22

G93649 Eshihaka- Mulwakupa Box Culvert

Mumias West

KeRRA/011/39/KAK/10%/2/55/2019/20- 617

ALL

 

           

  1. GOK Funds 2019-2020

 

No

Road Name

Constituency

Tender No

Eligibility

1

E9206 Namalenje- Mukhweya

Matungu

KeRRA/011/39/KAK/GOK/2/55/2019/20- 587

WOMEN

2

G93772 Ratego- Mirere

Matungu

KeRRA/011/39/KAK/GOK/2/55/2019/20- 588

ALL

3

G93392 Ekambuli- Khumusalaba

Khwisero

KeRRA/011/39/KAK/GOK/2/55/2019/20- 590

ALL

4

G92285 Mukhula- Obare

Navakholo

KeRRA/011/39/KAK/GOK/2/55/2019/20- 595

WOMEN

5

C786   Buheri- R. Sivilie

Navakholo

KeRRA/011/39/KAK/GOK/2/55/2019/20- 596

ALL

6

E9218 Bulanda- Bumamu

Butere

KeRRA/011/39/KAK/GOK/2/55/2019/20- 599

PWD

7

C650 A104 Lumakanda(Kipkaren)- Lumama(Sitendi-Kisa)

Lugari

KeRRA/011/39/KAK/GOK/2/55/2019/20- 608

ALL

8

D1767|E9102 Mukunga- Sibande /Lwandeti-Manda

Lugari

KeRRA/011/39/KAK/GOK/2/55/2019/20- 609

ALL

9

G91765 Matete- Chepsai- Muhalanya- Buhai

Lugari

KeRRA/011/39/KAK/GOK/2/55/2019/20- 611

ALL

10

G93705 Matawa- Buchifi- Otiato

Mumias West

KeRRA/011/39/KAK/GOK/2/55/2019/20- 612

ALL

11

K1 Mumias- Matawa

Mumias West

KeRRA/011/39/KAK/GOK/2/55/2019/20- 613

YOUTH

12

K1 Matawa- Indangalasia

Mumias West

KeRRA/011/39/KAK/GOK/2/55/2019/20- 614

ALL

 

 

  1. 22% RMLF 2019-2020

 

No

Road Name

Constituency

Tender No

Eligibility

1

G92634 Mutaho- Ematetie Junction

Ikolomani

KeRRA/011/39/KAK/22%/2/55/2019/20- 536

ALL

2

E9202 Imanga Jnct- Buchifi Schs- Butobe Rv- Nyapeta- Otiato

Mumias West

KeRRA/011/39/KAK/22%/2/55/2019/20- 579

WOMEN

3

G93493Musanda Jnct. - Eshihaka Pri – Mulwakupa Road

Mumias West

KeRRA/011/39/KAK/22%/2/55/2019/20- 580

ALL

4

G93660 Elukala- Emusenyere- CDF- Swamp Road

Mumias West

KeRRA/011/39/KAK/22%/2/55/2019/20- 581

ALL

5

D1773 Jnct. Lukongo- Buchirinja Box Culvert- Musanda Road

Mumias West

KeRRA/011/39/KAK/22%/2/55/2019/20- 582

ALL

6

G93649 Khungwani, Emulaka, Buriya- Ruwe- Bumala Road

Mumias West

KeRRA/011/39/KAK/22%/2/55/2019/20- 583

PWD

 

  1. 10% & GOK savings 2019-2020

 

No

Road Name

Constituency

Tender No

Eligibility

1

F9077 Tande Junction -Shipala

Malava

KeRRA/011/39/KAK/GOK savings/2/55/2019/20- 474

YOUTH

2

G92443 Viriko - Mungaha - Sinoi

Navakholo

KeRRA/011/39/KAK/10% savings/2/55/2019/20- 475

ALL

 

 

 

INSTRUCTIONS TO TENDERERS

 

  1. ONLY bidders who are prequalified in respective work category and Constituencies may tender.
  2. The scope of works for various Tenders are as stipulated in Tender Documents
  3. Bidders participating under Y, W&PWD need not be prequalified.
  4. Tenderers are required to apply VAT as provided in the tender document (BOQ) but payments shall be made at 14% VAT.

MANDATORY REQUIREMENTS

 

The following must be submitted together with the Tender among those in the Instructions to Tenderers in the tender document:

  • Registration with National Construction Authority (NCA) 7 and above valid at the date of tender of submission
  • Copy of Certificate of Incorporation certified by commissioner of oaths
  • Copies of PIN and VAT Registration Certificate certified by commissioner of oaths
  • Copy of Valid Current Tax compliance certificate
  • Copy of Valid Contractors Annual Practising License from National Construction Authority (NCA)
  • List of ongoing projects and their monetary value
  • All tenderers MUST SERIALIZE all the pages of bid documents submitted
  • Authority to seek references from the Tenderer’s bankers
  • Copies of valid business permit issued within the current year
  • Total monetary value of construction work performed for each of the last three years
  • At least two (2) major items of construction equipment owned or leased;
  • Evidence of Bank Account or statement in the name of the firm for at least Three (3) Months from the date of this tender.
  • Provide Current litigation information
  • All the tenderers to provide current, certified CR 12 (valid for the last 12 months)
  • Copies of National Identity cards for Directors of Tenderers bidding under Y, W &PWD reserved tenders.
  • A bidder may bid more than one tender BUT will only be considered for Two contracts in different constituencies in the region.
  • Prices quoted must remain valid for 120 days from the date of opening
  • Due to covid -19 pandemic and consequently the presidential directive issued, there shall be no group pre tender site visits. However, Bidders are advised to make their own arrangements (adhering to this directive any other subsequent directives) to visit the sites before quoting and ensure the certificate is dully signed .

Tender documents detailing additional requirements, specification and scope of works should be obtained from KeRRA WEBSITE; www.kerra.go.ke for free as from close of business Wednesday, 27th May 2020.

Completed duly serialized tender documents in Wax sealed plain envelopes marked with Tender reference and road name description, without bidder’s identity, should be deposited in the Tender Box (Specified for respective tenders) and be addressed to;

The Deputy Director,

Kenya Rural Roads Authority-Kakamega Region

P.O. Box 477- 50100

KAKAMEGA

 

So as to be received on or before Monday 8th June, 2020 at 10:00 AM. Bids submitted after this prescribed time shall be rejected.

 

Eng. C.M MUKUVA

DEPUTY DIRECTOR ROADS

KAKAMEGA REGION GOK DEVELOPMENT FUND F/Y 2019-20

Download Tender Notice Here

 

 KENYA RURAL ROADS AUTHORITY

KAKAMEGA REGION

 

                                                                                                      INVITATION TO TENDER                                                       Date: 10th August, 2020

 

 The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility for the management, development, rehabilitation and maintenance of rural roads.

KeRRA - Kakamega Region invites tenders from contractors prequalified in the various constituencies for routine maintenance of Road works (Grading and Gravelling Equipment based) under various funding in the financial year 2019-2020.

  1. GOK DEVELOPMENT FUNDS 2019-2020

No

Road Name

Constituency

Tender No

Eligibility

 

1

E9206  Namalenje- Mukhweya

Matungu

KeRRA/011/39/KAK/GOK/2/55/2019/20- 621

ALL

download 

2

G93772 Ratego- Mirere

Matungu

KeRRA/011/39/KAK/GOK/2/55/2019/20- 622

ALL

download

3

C783   Akatsa - Shimanyiro

Ikolomani

KeRRA/011/39/KAK/GIK/2/55/2019/20- 627

ALL

download

4

G92820 Mumbetsa- Imuliru- Akatsa- Q25

Ikolomani

KeRRA/011/39/KAK/GOK/2/55/2019/20- 628

ALL

download

5

G92850lirhembe- Iguhu

Ikolomani

KeRRA/011/39/KAK/GOK/2/55/2019/20- 629

YOUTH

download

6

G92834 Duka Moja- Shanjetso- Shisejeri

Ikolomani

KeRRA/011/39/KAK/GOK/2/55/2019/20- 630

ALL

download

7

G92665lirhembe- Shikondi- Masiyenze

Ikolomani

KeRRA/011/39/KAK/GOK/2/55/2019/20- 631

WOMEN

download

8

E9218  Bulanda- Bumamu B

Butere

KeRRA/011/39/KAK/GOK/2/55/2019/20- 634

ALL

download

9

G92285mukhula- Obare B

Navakholo

KeRRA/011/39/KAK/GOK/2/55/2019/20- 635

YOUTH

download

10

G93392 Ekambuli- Khumusalaba B

Khwisero

KeRRA/011/39/KAK/GOK/2/55/2019/20- 638

ALL

download

11

G62142 Ekambuli- Shirembe Jnct C31

Khwisero

KeRRA/011/39/KAK/GOK/2/55/2019/20- 639

YOUTH

download

12

C788   Lwandeti - Nyange - R. Nzoia B

Lugari

KeRRA/011/39/KAK/GOK/2/55/2019/20- 641

ALL

download

13

F9063  Musembe ECD Upendo- Joyland

Lugari

KeRRA/011/39/KAK/GOK/2/55/2019/20- 642

ALL

download

14

F9063  Mlimani Ivona- Angate- Manyonyi

Lugari

KeRRA/011/39/KAK/GOK/2/55/2019/20- 643

WOMEN

download

15

D1767 Makutano- Sibande

Lugari

KeRRA/011/39/KAK/GOK/2/55/2019/20- 644

ALL

download

16

C786   Kharanda- Bujangu

Navakholo

KeRRA/011/39/KAK/GOK/2/55/2019/20- 646

ALL

download

17

G93661 Buhuru- Bukaya- Lukongo

Mumias West

KeRRA/011/39/KAK/GOK/2/55/2019/20- 648

YOUTH

download

18

G93647 Lukongo- Bungasi- Ugana River

Mumias West

KeRRA/011/39/KAK/GOK/2/55/2019/20- 649

ALL

download

19

D1773 Musanda- Lukongo Ngopmisengni

Mumias West

KeRRA/011/39/KAK/GOK/2/55/2019/20- 650

ALL

download

20

G91975            Mois Bridge Tulienge-Muthaiga Kilimani

Likuyani

KeRRA/011/39/KAK/GOK/2/55/2019/20- 653

WOMEN

download

21

E9118  Muniowa- Maua-Matunda And Fafarul Matunda

Likuyani

KeRRA/011/39/KAK/GOK/2/55/2019/20- 654

ALL

download

22

G93664 Etenje Jnct- Emangala ACK- Iyabo P.Sch

Mumias West

KeRRA/011/39/KAK/GOK/2/55/2019/20- 655

ALL

download

23

F9068  Isulu- Shikumu

Ikolomani

KeRRA/011/39/KAK/GOK/2/55/2019/20- 659

ALL

download

24

E9128  Malinya- Shikumu

Ikolomani

KeRRA/011/39/KAK/GOK/2/55/2019/20- 661

ALL

download

25

G92848 Gimingini- River Yala

Ikolomani

KeRRA/011/39/KAK/GOK/2/55/2019/20- 662

YOUTH

download

26

C619   Turbo- Shihendu

Likuyani

KeRRA/011/39/KAK/GOK/2/55/2019/20- 665

ALL

download

27

D1552 Likuyani- Turbo

Likuyani

KeRRA/011/39/KAK/GOK/2/55/2019/20- 666

PWD

download

 

  1. 22% RMLF & SAVINGS 2019-2020

 

No

Road Name

Constituency

Tender No

Eligibility

 

1

G92559mumukhuyu- Shisendo

Lurambi

KeRRA/011/39/KAK/22% /2/55/2019/20- 523

ALL

download

2

G93764 Mayoni- Makunda Muslim

Matungu

KeRRA/011/39/KAK/GOK/2/55/2019/20- 623

WOMEN

download

3

G92838 Shanjetso- Shijiko

Ikolomani

KeRRA/011/39/KAK/22% SAVINGS/2/55/2019/20- 626

PWD

download

4

G93464shiraha- Mwilala

Butere

KeRRA/011/39/KAK/22% SAVINGS/2/55/2019/20- 632

ALL

download

5

G93495 Milambo - Butere

Butere

KeRRA/011/39/KAK/22% SAVINGS/2/55/2019/20- 633

ALL

download

6

G92645 Eshisiru- Mabanga

Lurambi

KeRRA/011/39/KAK/22% SAVINGS/2/55/2019/20- 637

ALL

download

7

C785   Samitisi - Malava

Malava

KeRRA/011/39/KAK/22% SAVINGS/2/55/2019/20- 640

YOUTH

download

8

G92419 Lwakupa Ecd -Simuli

Navakholo

KeRRA/011/39/KAK/22% SAVINGS/2/55/2019/20- 647

ALL

download

9

C619   Lwandeti- River Nzoia

Lugari

KeRRA/011/39/KAK/22% SAVINGS/2/55/2019/20- 652

ALL

download

10

T6204  Chirovani- Vikoshe- Mukhuru

Shinyalu

KeRRA/011/39/KAK/22% SAVINGS/2/55/2019/20- 656

ALL

download

11

G93693           Kmtc- Mwireche- Shikulu

Mumias East

KeRRA/011/39/KAK/22% SAVINGS/2/55/2019/20- 657

ALL

download

12

G93633 Mwikalekha- Mushianze

Khwisero

KeRRA/011/39/KAK/22% SAVINGS/2/55/2019/20- 663

ALL

download

13

E9123  Sirende- River Nzoia

Likuyani

KeRRA/011/39/KAK/22% SAVINGS/2/55/2019/20- 667

YOUTH

download

 

 

  1. 10% CS ALLOCATION & SAVINGS 2019-2020

 

No

Road Name

Constituency

Tender No

Eligibility

 

1

E9205  Ejinja- Jnct- Khulwanda

Matungu

KeRRA/011/39/KAK/10% CS/2/55/2019/20- 619

YOUTH

download

2

G93776 Lunganyiro- Mukunyuku Pri

Matungu

KeRRA/011/39/KAK/10% CS/2/55/2019/20- 620

ALL

download

3

G92154harambee Junct - Fubuye

Malava

KeRRA/011/39/KAK/10% CS /2/55/2019/20- 624

ALL

download

4

F9077  Okumu- Shamoni

Malava

KeRRA/011/39/KAK/10% CS /2/55/2019/20- 625

YOUTH

download

5

C787         Khushikhulu- Okunyanyi

Khwisero

KeRRA/011/39/KAK/10% savings/2/55/2019/20- 636

PWD

download

6

E9119  SoyFriends - Nangili

Likuyani

KeRRA/011/39/KAK/GOK/2/55/2019/20- 645

ALL

download

7

G93660 Buhuru Kwa PEFA- Emulaka(Rock- Ihonje)

Mumias West

KeRRA/011/39/KAK/GOK/2/55/2019/20- 651

ALL

download

8

F9068  Shisele ECD- Isulu

Ikolomani

KeRRA/011/39/KAK/10% CS /2/55/2019/20- 658

WOMEN

download

9

E9127  Malinya- Lusui

Ikolomani

KeRRA/011/39/KAK/10% CS/2/55/2019/20- 660

ALL

download

10

G91890 Arap Kogo- Lukusi

Likuyani

KeRRA/011/39/KAK/10% CS /2/55/2019/20- 664

ALL

download

11

G92626 Mumukhuyu - Matende Junction

Lurambi

KeRRA/011/39/KAK/10% savings /2/55/2019/20- 668

WOMEN

download

12

G92628 Indangalasia Sch- Hadindi

Lurambi

KeRRA/011/39/KAK/10% savings /2/55/2019/20- 669

YOUTH

download

 

 

 

INSTRUCTIONS TO TENDERERS

 

  1. ONLY bidders who are prequalified in respective work category and Constituencies may tender.
  2. The scope of works for various Tenders are as stipulated in Tender Documents
  3. Bidders participating under Y, W&PWD need not be prequalified.
  4. Tenderers are required to apply VAT as provided in the tender document (BOQ) but payments shall be made at 14% VAT.

MANDATORY REQUIREMENTS

 

The following must be submitted together with the Tender among those in the Instructions to Tenderers in the tender document:

  • Registration with National Construction Authority (NCA) 7 and above valid at the date of tender of submission
  • Copy of Certificate of Incorporation certified by commissioner of oaths
  • Copies of PIN and VAT Registration Certificate certified by commissioner of oaths
  • Copy of Valid Current Tax compliance certificate
  • Copy of Valid Contractors Annual Practising License from National Construction Authority (NCA)
  • List of ongoing projects and their monetary value
  • All tenderers MUST SERIALIZE all the pages of bid documents submitted
  • Authority to seek references from the Tenderer’s bankers
  • Copies of valid business permit issued within the current year
  • Total monetary value of construction work performed for each of the last three years
  • At least two (2) major items of construction equipment owned or leased;
  • Evidence of Bank Account or statement in the name of the firm for at least Three (3) Months from the date of this tender.
  • Provide Current litigation information
  • All the tenderers to provide current, certified CR 12 (valid for the last 12 months)
  • Copies of National Identity cards for Directors of Tenderers bidding under Y, W &PWD reserved tenders.
  • A bidder may bid more than one tender BUT will only be considered for Two contracts in different constituencies in the region.
  • Prices quoted must remain valid for 120 days from the date of opening
  • Due to covid -19 pandemic and consequently the presidential directive issued, there shall be no group pre tender site visits. However, Bidders are advised to make their own arrangements (adhering to this directive any other subsequent directives) to visit the sites before quoting and ensure the certificate is dully signed.

Tender documents detailing additional requirements, specification and scope of works should be obtained from KeRRA WEBSITE; www.kerra.go.ke for free as from close of business Thursday, 13th August 2020.

Completed duly serialized tender documents in Wax sealed plain envelopes marked with Tender reference and road name description, without bidder’s identity, should be deposited in the Tender Box (Specified for respective tenders) and be addressed to;

The Deputy Director,

Kenya Rural Roads Authority-Kakamega Region

P.O. Box 477- 50100

KAKAMEGA

 

So as to be received on or before Tuesday, 27th August 2020. at 10:00 AM. Bids submitted after this prescribed time shall be rejected.

 

Eng. C.M MUKUVA

DEPUTY DIRECTOR ROADS

 

 

KAKAMEGA REGION GOK DEVELOPMENT FUND FOR FY 2022/2023

29th August 2023

TENDER NOTICE

INVITATION TO TENDER FOR MINOR ROAD WORKS/SPOT IMPROVEMENTWORKS

 

 

 

The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility for the Management, Development, Rehabilitation and Maintenance of Rural Roads.

KeRRA - Kakamega Region invites bids from eligible registered contractors under Category C (FY 2021-2023) for Spot Improvement of Road works (Grading and Gravelling Equipment based) under GOK fund for the FY  2022-2023.

No

Tender No

Road Name

Reservation

1

KeRRA/008/39/KAK/GOK /KHWISERO/2-55-22|23-187

G93432 DUDI MKT-SHIROTSA ROAD

OPEN

2

KeRRA/008/39/KAK/GOK/KHWISERO/2-55-22|23-188

E9217 DUDI KWISERO MKT-ESHIBINGA ROAD

OPEN

3

KeRRA/008/39/KAK/GOK/KHWISERO/2-55-22|23-189

G93403 MUNDEKU- MULWANDA-KWISERO ROAD

OPEN

4

KeRRA/008/39/KAK/GOK/KHWISERO/2-55-22|23-190

G93433 OBWARA JUNCT-DUDI ROAD

WOMEN

5

KeRRA/008/39/KAK/GOK/KHWISERO/2-55-22|23-191

 G93390 ESHIBINGA-EMAKUCHE-EMULALWA ROAD

OPEN

6

KeRRA/008/39/KAK/GOK/KHWISERO/2-55-22|23-192

G93419 KHWISERO DUDI-MUNDEKU BUTERE ROAD

YOUTH

7

KeRRA/008/39/KAK/GOK /KHWISERO/2-55-22|23-193

UK37_001 EMANYULIA MKT- EMUTESA ROAD

WOMEN

8

KeRRA/008/39/KAK/GOK /SHINYALU/2-55-22|23-194

E9150 SHINYALU-ITENYI-MURHANDA ROAD

ALL

9

KeRRA/008/39/KAK/GOK/IKOLOMANI/2-55-22|23-195

E9127 MALINYA- LUSUI ROAD

PWD

10

KeRRA/008/39/KAK/GOK/IKOLOMANI/2-55-22|23-196

G92831 MADIVINI-IREMELE ROAD

OPEN

11

KeRRA/008/39/KAK/GOK/IKOLOMANI/2-55-22|23-197

G92834DUKA MOJA- SHANJETSO- SHISEJERI ROAD

OPEN

12

KeRRA/008/39/KAK/GOK/IKOLOMANI/2-55-22|23-198

D1785 SABANE-IGUYIO(SHIVEYE CATHOLIC CHURCH-CHAVOGERE-INDETE MUPAKA ROAD

WOMEN

13

KeRRA/008/39/KAK/GOK/IKOLOMANI/2-55-22|23-199

G92783 MUSENO-MPAKA (SABANE-IGUYO LINK ROAD

PWD

14

KeRRA/008/39/KAK/GOK/IKOLOMANI/2-55-22|23-200

UK37_017 SHIKUNGA-RIVER YALA(ISULU-LUKANJI) ROAD

YOUTH

15

KeRRA/008/39/KAK/GOK/IKOLOMANI/2-55-22|23-201

E9128 IKHULILI-EREGI(MALINYA-EREGI) ROAD

OPEN

16

KeRRA/008/39/KAK/GOK/IKOLOMANI/2-55-22|23-202

G92855 MALINYA-LUSUI(MAKHOKHO-SHITOLI-SHIKOKHO) ROAD

OPEN

17

KeRRA/008/39/KAK/GOK//IKOLOMANI/2-55-22|23-203

G92850 MULUNDU-MASIYENZE (LIRHEMBE-IGUHU) ROAD

YOUTH

18

KeRRA/008/39/KAK/GOK/IKOLOMANI/2-55-22|23-204

G92853 MUSENO MPAKA( MUNGAVILA- MASIYENZE MAKHOKHO) ROAD

OPEN

19

KeRRA/008/39/KAK/GOK/IKOLOMANI/2-55-22|23-205

G92819 SHIKUNGA-RIVER YALA (SHIUNGA-SHIKUNGA-SHIKUMU PRI JUNCT) ROAD

PWD

20

KeRRA/008/39/KAK/GOKDEV/LURAMBI/2-55-22|23-206

F9069 DUKA MOJA-SHIUNZU ROAD

WOMEN

21

KeRRA/008/39/KAK/GOK /LURAMBI/2-55-22|23-207

G92626 RAMBIRA YOUTH ROAD

OPEN

22

KeRRA/008/39/KAK/GOK /LURAMBI/2-55-22|23-208

G93532 ESHIRU-MABANGA ROAD

YOUTH

23

KeRRA/008/39/KAK/GOK /MUMIAS EAST/2-55-22|23-209

G93532 ESHIBINGA-LUBINU ROAD

OPEN

24

KeRRA/008/39/KAK/GOK/MUMIAS WEST/2-55-22|23-210

C937 BURIYA PRI-LUSHEYA PRI-LUKONGO BRIDGE ROAD

OPEN

25

 KeRRA/008/39/KAK/GOK/MUMIAS WEST/2-55-22|23-211

UK37_022 EMUKHUWA JNCT-BUCHIRINYA PRI-MUSANDA-EFIRATSI ROAD

OPEN

26

KeRRA/008/39/KAK/GOK /MUMIAS WEST/2-55-22|23-212

BUCHIRINYA BRIDGE-ST FLORA-SUNDUSIA-UKALAMA BRIDGE ROAD

PWD

27

KeRRA/008/39/KAK/GOK /MUMIAS WEST/2-55-22|23-213

E9200 IMANGA-OTIATO MKT- WANG NYANG- EMUKHUWA ROAD

OPEN

28

KeRRA/008/39/KAK/GOK /MUMIAS WEST/2-55-22|23-214

E9197 BUHURU-BUKAYA-LUKONGO-BUNGASI-UGANA BRIDGE ROAD

WOMEN

29

 KeRRA/008/39/KAK/GOK /MUMIAS WEST/2-55-22|23-215

UK37_023 BUYUNDO-BUNGASI ROAD

OPEN

30

KeRRA/008/39/KAK/GOK/NAVAKHOLO/2-55-22|23-216

UK37_021 NAMBACHA- MULOWESI- NAVAKHOLO SEC SCH. ROAD

YOUTH

31

 KeRRA/008/39/KAK/GOK/NAVAKHOLO/2-55-22|23-217

G92276 AMURABI-BUJANGU-SIDIKHO FALLS ROAD

OPEN

32

KeRRA/008/39/KAK/GOK/NAVAKHOLO/2-55-22|23-218

G92419 LWAKHUPA-MATOYI-EMULAKHA

PWD

33

KeRRA/008/39/KAK/GOK/NAVAKHOLO/2-55-22|23-219

G92428 SISOKHE-WEPE-KAMULI PRIMARY ROAD

OPEN

34

KeRRA/008/39/KAK/GOK/NAVAKHOLO/2-55-22|23-220

C786 LUSUMU-SIYOMBE-MUREGU(BUHERI-SIYOMBE-MUREGU) ROAD

OPEN

35

KeRRA/008/39/KAK/GOK/NAVAKHOLO/2-55-22|23-221

UK37_040 SIRIGOI-SEME-LWAKHUPA ROAD

OPEN

36

KeRRA/008/39/KAK/GOK/NAVAKHOLO/2-55-22|23-222

G92276 CHEBUYUSI-NAULU ROAD

YOUTH

37

KeRRA/008/39/KAK/GOK/NAVAKHOLO/2-55-22|23-223

D1766 RV.LUSUMU-NAMIRAMA-MUREGU ROAD

WOMEN

38

KeRRA/008/39/KAK/GOK/NAVAKHOLO/2-55-22|23-224

G92268 EFUMBI-MAJENGO ROAD

PWD

39

KeRRA/008/39/KAK/GOK/NAVAKHOLO/2-55-22|23-225

G92268 EFUMBI-MAJENGO-LUTASO(MAJENGO-LUTASO) ROAD

PWD

40

 KeRRA/008/39/KAK/GOKNAVAKHOLO/2-55-22|23-226

UK37_019 CHIEF WEKULO- RV. LUSIAKA SIHANIKHA ROAD

YOUTH

41

KeRRA/008/39/KAK/GOK/NAVAKHOLO/2-55-22|23-227

G92268 EFUMBI-MUHUYI ROAD

OPEN

42

KeRRA/008/39/KAK/GOK/LIKUYANI/2-55-22|23-228

D1549 SIKHENDU-KONOIN(TURBO-LIKUYANI) ROAD

OPEN

43

KeRRA/008/39/KAK/GOK /LUGARI/2-55-22|23-229

 F9064 MAJENGO-MUGUNGA-MUNGE ROAD

YOUTH

44

KeRRA/008/39/KAK/GOK /LIKUYANI/2-55-22|23-230

E9115 SANGO MARKET-ST FRANCIS- RV NZOIA ROAD

WOMEN

45

KeRRA/008/39/KAK/GOK/LIKUYANI/2-55-22|23-231

E9126 MACHINE-ST PETERS-SOWETO ROAD

PWD

46

KeRRA/008/39/KAK/GOK /LIKUYANI/2-55-22|23-232

G91898 SATELITE-MUTEMBEI-SOKOMOKO ROAD

OPEN

47

KeRRA/008/39/KAK/GOK//LIKUYANI/2-55-22|23-233

D1554 MUSALABA-LUMINO ROAD

OPEN

48

KeRRA/008/39/KAK/GOK//LIKUYANI/2-55-22|23-234

G91890 KOGO-WEKWELA ROAD

YOUTH

49

KeRRA/008/39/KAK/GOK /LIKUYANI/2-55-22|23-235

G91893 SANGO- KOGO ROAD

WOMEN

50

KeRRA/008/39/KAK/GOK/LIKUYANI/2-55-22|23-236

D1554 MUSALABA-LUMINO(MUSALABA-IVUGWE-LIKUYANI) ROAD

PWD

51

KeRRA/008/39/KAK/GOK/LIKUYANI/2-55-22|23-237

E9125 ST PETERS-SOWETO ROAD

OPEN

52

KeRRA/008/39/KAK/GOK//LIKUYANI/2-55-22|23-238

E9115 MUTEMBEI-SOKOMOKO ROAD

OPEN

53

KeRRA/008/39/KAK/GOK/LIKUYANI/2-55-22|23-239

E9115 LUKUSI-SANGO ROAD

WOMEN

54

KeRRA/008/39/KAK/GOK/MATUNGU/2-55-22|23-240

G93738 NUCLEAR-RV NAMAMBA ROAD

OPEN

55

KeRRA/008/39/KAK/GOK/DEV/MATUNGU/2-55-22|23-241

SPOT IMPROVEMENT OF G93714 JNCT. OGALO- INDANGALASIA ROAD

OPEN

56

KeRRA/008/39/KAK/GOK/MATUNGU/2-55-22|23-242

G93768 KOYONZO-MIRERE ROAD

WOMEN

57

KeRRA/008/39/KAK/GOK/MATUNGU/2-55-22|23-243

UK37_033 EKAMBARA-WANYUNDI-EMAKALE ROAD

YOUTH

58

KeRRA/008/39/KAK/GOK/MATUNGU/2-55-22|23-244

 S6204J1 HARAMBEE- NAMASANDA- KHOLERA SEC ROAD

OPEN

 Download Tender Documents

INSTRUCTION TO BIDDERS

  1. Bidders who are registered in the respective Constituencies and in Road works category C may Tender
  1. Tenderers bidding under Y, W &PWD need not to be prequalified
  1. The scope of works for various Tenders are as stipulated in the Tender Document
  1. Pre Tender site visits are Mandatory. Interested Bidders are requested to liase with the respective Road Officers to visit the Road between 4th -6th September, 2023. Registration and issuance of pre tender site visit certificate will take place at the same time.

      Note: No person shall be allowed to sign for more than one Company.

  1. Other Qualification requirements are as outlined in the Tender Document and company requirements
  1. Bidders are requested to continually check KeRRA website www.kerra.go.ke and public procurement information portal (PPIP) www.tenders.go.ke for any clarification that may arise before submission date

Interested eligible bidders can download the Tender documents from Kenya Rural Roads Authority (KeRRA) Website; www.kerra.go.ke and at public procurement information portal (PPIP) www.tenders.go.ke  free of charge.

Completed and duly filled tender documents in plain sealed envelopes marked with respective Tender Number, Project Name and Constituency should be addressed to;

 

The Regional Director,

Kenya Rural Roads Authority (Kakamega Region)

P.O. Box 477- 50100

KAKAMEGA

 

All filled and sealed Tenders MUST be submitted not later than 10.00 am on or before 11th September 2023 and deposited in the Tender Boxes (Specified for respective tenders) located at the Regional Directors Office Kakamega. Bids submitted after this prescribed time shall be rejected.

 

ENG. EDWIN CHESEREK

REGIONAL DIRECTOR   

KAKAMEGA REGION JULY 2022

INVITATION TO TENDER   -  Download here                                                                                                   Date: 6th July, 2022

 

The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility for the Management, Development, Rehabilitation and Maintenance of Rural Roads.

KeRRA - Kakamega Region invites bids from eligible registered contractors for various Routine maintenance of Road works (Grading and Gravelling Equipment based) for FY 2021-2022 under GOK Public Participation Funding.

No

Tender No

Road Name

Preference & Reservations

1

KeRRA/008/39/KAK

/PP(GOK)/ 2/55/ 2021/ 22- 160

G92820 Mumbetsa- Imuliru- Q25 Road

ALL

2

KeRRA/008/39/KAK

/PP(GOK)/ 2/55/ 2021/ 22- 161

E9215 Musoli- Mwiseshe Road

WOMEN

3

KeRRA/008/39/KAK

/PP(GOK)/ 2/55/ 2021/ 22- 162

G92788       Shivagala-                  Ichina- Ikhumbula Road

ALL

4

KeRRA/008/39/KAK

/PP(GOK)/ 2/55/ 2021/ 22- 163

UK37_109 Shanji Primary- Ivole Road

PWD

5

KeRRA/008/39/KAK

/PP(GOK)/ 2/55/ 2021/ 22- 164

G92853 Mungavila- Masiyienze- Makhokho Road

ALL

6

KeRRA/008/39/KAK

/PP(GOK)/ 2/55/ 2021/ 22- 165

G92814 Burendwa- Shirandalo- Bushiangala Road

WOMEN

7

KeRRA/008/39/KAK

/PP(GOK)/ 2/55/ 2021/ 22- 166

C785 Samitisi – Malava Road

YOUTH

8

KeRRA/008/39/KAK

/PP(GOK)/ 2/55/ 2021/ 22- 167

G92153 Chebwai- Shivanga Road

ALL

9

KeRRA/008/39/KAK

/PP(GOK)/ 2/55/ 2021/ 22- 168

G92251 Shipala- Tande Road

WOMEN

10

KeRRA/008/39/KAK

/PP(GOK)/ 2/55/ 2021/ 22- 171

G92552NaktareJnct- Kwandunya- Sisokhe

ALL

11

KeRRA/008/39/KAK

/PP(GOK)/ 2/55/ 2021/ 22- 172

UK37_104    River                    Sivilie                    Box Culverts

ALL

 

12

KeRRA/008/39/KAK

/PP(GOK)/ 2/55/ 2021/ 22- 173

UK37_105    Sisokhe-                     Mukama

Primary-     Nyongesa                  Muganda Road

YOUTH

13

KeRRA/008/39/KAK

/PP(GOK)/ 2/55/ 2021/ 22- 174

UK37_106   Etabale- Lwakhupa Road

ALL

14

KeRRA/008/39/KAK

/PP(GOK)/ 2/55/ 2021/ 22- 175

UK37_107Nakochi-                                   Anzelimo- Mwalimu Leonard Road

PWD

15

KeRRA/008/39/KAK

/PP(GOK)/ 2/55/ 2021/ 22- 176

UK37_108 Ebutenje- Lunyiko- R.Sasala Road

WOMEN

16

KeRRA/008/39/KAK

/PP(GOK)/ 2/55/ 2021/ 22- 177

E9118 Mapera- Kongoni Road

PWD

17

KeRRA/008/39/KAK

/PP(GOK)/ 2/55/ 2021/ 22- 178

D1549 Mbanacho- Sango Road

ALL

18

KeRRA/008/39/KAK

/PP(GOK)/ 2/55/ 2021/ 22- 179

G93735 Namberekea- Mirere Mkt Road

ALL

19

KeRRA/008/39/KAK

/PP(GOK)/ 2/55/ 2021/ 22- 180

G93740     Mungungu-                Nanyeni Road

WOMEN

20

KeRRA/008/39/KAK

/PP(GOK)/ 2/55/ 2021/ 22- 181

G93735 Mirere Mkt- Jnct 782 Road

ALL

21

KeRRA/008/39/KAK

/PP(GOK)/ 2/55/ 2021/ 22- 182

G93714 Indangalasia- Rv.Nzoia Road

ALL

22

KeRRA/008/39/KAK

/PP(GOK)/ 2/55/ 2021/ 22- 183

C782 Lunganyiro- Namalasire A Road

PWD

23

KeRRA/008/39/KAK

/PP(GOK)/ 2/55/ 2021/ 22- 184

C782 Lunganyiro- Namalasire B Road

ALL

24

KeRRA/008/39/KAK

/PP(GOK)/ 2/55/ 2021/ 22- 185

G93739     Kholera-                 Wananchi- Eshibanze Road

YOUTH

25

KeRRA/008/39/KAK

/PP(GOK)/ 2/55/ 2021/ 22- 186

E9205Ejinja             -Khulwanda- Watoya Road

WOMEN

26

KeRRA/008/39/KAK

/PP(GOK)/ 2/55/ 2021/ 22- 187

G93738     Musamba-                 Busombi Road

YOUTH

27

KeRRA/008/39/KAK

/PP(GOK)/ 2/55/ 2021/ 22- 188

G92852 Shiseno- Lirhembe Box Culvert Road

ALL

28

KeRRA/008/39/KAK

/PP(GOK)/ 2/55/ 2021/ 22- 189

UK37_110    Butende-Rv.               Ruwe Foot Bridge

ALL

KAKAMEGA REGION JULY 2024 TENDERS

KENYA RURAL ROADS AUTHORITY     

                                                                                                                                                                                                                                               23rd July, 2024     

TENDER NOTICE 

Download Tender Notice Here   

The Kenya Rural Roads Authority (KeRRA) is a state Corporation established under the Kenya Roads Act 2007 with a mandate to manage, develop, and maintain the rural road network in the country.     

Kakamega Region, wish to hereby invite bids from Registered Contractors in the Region and others within the special category AGPO (YWPD) registered by the National Treasury for Road Maintenance projects for FY 2023/2024 for the following tenders.    

TENDER REF.  REGION:    

ROAD NAME    

CATEGORY & TARGET   

GROUP     

ELIGIBLE 

BIDDERS/ NCA     

KeRRA/008/KAK/2-55-

23|24-174  

 G92155 SOKO HEWANI- 

GALO-KUTONDO-CHEBWAI   

RESERVED FOR AGPO (YOUTH) 

NCA 5or 6   

KeRRA/008/KAK/2-55-

23|24-175  

 E9211ELUCHE PRIMARY-  

MUNGANGA ACK-KHAUNGA    PRIMARY MUMIAS   

RESERVED FOR AGPO  

(WOMEN)   

   

NCA 5or 6   

KeRRA/008/KAK/2-55-

23|24-176  

 E9197 BUHURU MKT-LUKONGOUGANA   

RESERVED FOR AGPO (PWD) 

NCA 5or 6   

KeRRA/008/KAK/2-55-

23|24-137  

 E9218 LUNZA-BUMAMU-SHIASA MKT-ESHIRAKALU PRI-SHIKUNGA   

RESERVED FOR AGPO (WOMEN) 

NCA 7or 8   

KeRRA/008/KAK/2-55-

23|24-138  

 G93409 MANYULIA-SHIKUNGA   

   

FOR CONTRACTORS  

REGISTERED IN THE REGION  

 NCA 7or 8   

KeRRA/008/KAK/2-55- 23|24-139

 E9196 MAHONDO-MUFIRATSI   

  

FOR CONTRACTORS  

REGISTERED IN THE REGION  

 NCA 7or 8   

KeRRA/008/KAK/2-55-

23|24-168  

 G92634 IBWALI-  

SHISENDE(MUSOLI-MALIMILI) 

RESERVED FOR AGPO (WOMEN) 

NCA 5or 6   

KeRRA/008/KAK/2-55-

23|24-169  

 UK37_158 SHIKONDI-  

IGUHU(MUSIYENZE-MPAKA) 

RESERVED FOR AGPO (YOUTH) 

NCA 5or 6   

KeRRA/008/KAK/2-55-

23|24-170  

 G92848 GIMINGINI-WAMBUNI   

FOR CONTRACTORS  

REGISTERED IN THE REGION  

NCA 5or 6   

KeRRA/008/KAK/2-55-

23|24-171  

 E9127 MAKO-MALINYA   

FOR CONTRACTORS  

REGISTERED IN THE REGION  

NCA 5or 6   

KeRRA/008/KAK/2-55-

23|24-172  

 UK37_159 ITULI- 

ILUYA(ITULI-SHIHALIA) 

RESERVED FOR AGPO (WOMEN) 

NCA 5or 6   

KeRRA/008/KAK/2-55-

23|24-173  

 UK37_160 Q25-MAKALAMA

(MWILANYIRO-SHIKHOMERO    PRIMARY-MAKALAMA) 

RESERVED FOR AGPO (YOUTH) 

NCA 5or 6   

KeRRA/008/KAK/2-55-

23|24-145  

 G93391 EMUKHUNZULU PRI ACCESS ROAD (SHAWEBO- EBUHONGA) 

RESERVED FOR AGPO (WOMEN) 

NCA 5or 6   

KeRRA/008/KAK/2-55-

23|24-146  

 G93416 ESHIRONGO- ESUTAI-

EMAKO(EBUHALA-ONGOLA-AKOYA) 

RESERVED FOR AGPO (PWD) 

NCA 5or 6   

KeRRA/008/KAK/2-55-

23|24-147  

 G93391 KHUMSALABA- EMULALWA-  

MVUFITI (MUSHIANGUBU-EMULUSIO) 

RESERVED FOR AGPO   (YOUTH)  

NCA 5or 6   

KeRRA/008/KAK/2-55-

23|24-148  

 G93388 EMALINDI GIRLS-KHUMPAKAMUNDAHA-ACK INANGA-JUNCT SHOP- MWIREMBE ACK   

RESERVED FOR AGPO (WOMEN) 

NCA 5or 6   

KeRRA/008/KAK/2-55-

23|24-149  

 G93397 EMUNGWEZO-  

EBUKOLOSI-MULWANDA   

FOR CONTRACTORS  

REGISTERED IN THE REGION  

 NCA 5or 6  

KeRRA/008/KAK/2-55-

23|24-150  

 G93387 ACK EMURUBA-  

ELWANGALE-EMULUNYA   

FOR CONTRACTORS  

REGISTERED IN THE REGION  

 NCA 7or 8  

KeRRA/008/KAK/2-55-

23|24-151  

 G93400 BUHILI-MUSHINA-KAMUPESI   

RESERVED FOR AGPO (YOUTH) 

NCA 5or 6   

KeRRA/008/KAK/2-55-

23|24-152  

 G93403 EBUKANGA PRI ACCESS ROAD

 RESERVED FOR AGPO (PWD) 

NCA 5or 6   

KeRRA/008/KAK/2-55-

23|24-153  

 G91884 PANPAPER/GABRIEL-   SIMBA QUARRY-MANYONYI   

FOR CONTRACTORS  

REGISTERED IN THE REGION  

 NCA 7or 8  

KeRRA/008/KAK/2-55-

23|24-154  

 G91874 MAHIGA-MAUTUMA BOYSVUGUSU   

FOR CONTRACTORS  

REGISTERED IN THE REGION  

 NCA 7or 8  

KeRRA/008/KAK/2-55-

23|24-155  

 E9102 MUKHONJE-LWANDETI   

FOR CONTRACTORS  

REGISTERED IN THE REGION  

 NCA 7or 8  

KeRRA/008/KAK/2-55-

23|24-156  

 F9063 MANYONYI-ANGATE-IVONA   

RESERVED FOR AGPO (WOMEN) 

NCA 7or 8   

KeRRA/008/KAK/2-55-

23|24-163  

 E9133 CENTRE-ESHIONGO                

FOR CONTRACTORS  

REGISTERED IN THE REGION  

 NCA 7or 8  

KeRRA/008/KAK/2-55-

23|24-164  

 E9222 ESHISIRU                                  

CENTRE-SHIMANYIRO   

RESERVED FOR AGPO (YOUTH) 

NCA 7or 8   

KeRRA/008/KAK/2-55-

23|24-165  

 E9132 SHIMANYIRO-MAHONDO    

RESERVED FOR AGPO (PWD) 

NCA 7or 8   

KeRRA/008/KAK/2-55-

23|24-166  

 F9069 EJINJA KONA-MUNZEYWE    

FOR CONTRACTORS  

REGISTERED IN THE REGION  

 NCA 7or 8  

KeRRA/008/KAK/2-55-

23|24-167  

 E9221 KAHAWA-MMATEPE               

 FOR CONTRACTORS   REGISTERED IN THE REGION  

NCA 5or 6   

KeRRA/008/KAK/2-55-

23|24-142  

 C785 KALENDA-SAMITSI                   

FOR CONTRACTORS  

REGISTERED IN THE REGION  

NCA 5or 6   

KeRRA/008/KAK/2-55-

23|24-143  

 E1276 CHEBWAI-SHIVANGA             

 FOR CONTRACTORS   REGISTERED IN THE REGION

NCA 5or 6   

KeRRA/008/KAK/2-55-

23|24-185  

 G93764 CB BUNGOMA-RIVER  SIO (RATEGO-JNCT E9202)   

 FOR CONTRACTORS          THE

REGISTERED IN THE REGION   

NCA 5or 6   

KeRRA/008/KAK/2-55-

23|24-186  

 E9206 EJINJA-NAMALASIRE             (NAMALENJE-MUKHWEYA)  

FOR CONTRACTORS  

REGISTERED IN THE REGION  

NCA 5or 6   

KeRRA/008/KAK/2-55-

23|24-187  

 G93738 BUSOMBI-RIVER NAMAMBA   

RESERVED FOR AGPO (WOMEN)  

NCA 7or 8   

KeRRA/008/KAK/2-55-

23|24-188  

 G93754 KOYONZO-MUBERI   

RESERVED FOR AGPO (YOUTH)  

NCA 5or 6   

KeRRA/008/KAK/2-55-

23|24-140  

 UK37-081 KISUMU NDOGO-MWITOTI   

RESERVED FOR AGPO (WOMEN)  

NCA 7or 8   

KeRRA/008/KAK/2-55-

23|24-141  

 UK37-081 LUSHEYA-MWITOTI   

FOR CONTRACTORS  

REGISTERED IN THE REGION  

 NCA 7or 8   

KeRRA/008/KAK/2-55-

23|24-177  

 UK37_159 MWIKUNDA(KUNDU)- KONA

MANDAZI/MNAZI MOJA GITHURAI-

ELWANDA MOSQUE  

RESERVED FOR AGPO  

 (PWD)  

NCA 5or 6   

KeRRA/008/KAK/2-55-

23|24-178  

 UK37_162 ELWANDA/EBUNGOMOLO-  

BURIYA-BUTENDE KWA WANYWASAULA TARMAC JNCT-ESHIHAKA-

SHISOKA   

FOR CONTRACTORS  

REGISTERED IN THE REGION  

 NCA 5or 6   

KeRRA/008/KAK/2-55-

23|24-179  

 UK37_157 BUMIA/KHUMATEMO-

EMUSHEJERE- EMUKHUWA   

CATHOLIC-LUKONGO-SUNDUSIA   

FOR CONTRACTORS  

REGISTERED IN THE REGION  

 NCA 5or 6   

KeRRA/008/KAK/2-55-

23|24-180  

 UK37-155 BUTOBE-EMAUNGU   

PRI-BUHURU MARKET INGUSIESHIKALAME JNCT- EBURULI   

RESERVED FOR AGPO (PWD) 

NCA 5or 6   

KeRRA/008/KAK/2-55-

23|24-181  

 UK37_158 LUKONGO-SUNDUSIAMUSHEJERE-KHUMATEMO   

RESERVED FOR AGPO (YOUTH) 

NCA 7or 8   

KeRRA/008/KAK/2-55-

23|24-182  

 UK37_161 MWIKUNDA-  

GITHURAI-LUREKO-BUNGASI   

RESERVED FOR AGPO (WOMEN) 

NCA 7or 8   

KeRRA/008/KAK/2-55-

23|24-183  

 UK37_160 ESHIBINA/MUMBOTOMUNDEKU-BUCHIRINYA-EBWASIEMULEMBWA- MURORO   

RESERVED FOR AGPO (YOUTH) 

NCA 5or 6   

KeRRA/008/KAK/2-55-

23|24-144  

 E9137 INGOTSE JUNCT-LUKUME   

RESERVED FOR AGPO (PWD) 

NCA 7or 8   

KeRRA/008/KAK/2-55-

23|24-157  

 G92749 SHIKULU- 

MUKANGO-SHABWALI   

RESERVED FOR AGPO (PWD) 

NCA 7or 8   

KeRRA/008/KAK/2-55-

23|24-158  

 G92673 BUHUNYILU PRY-  

MUKHONJE-IYENGA SCHOOL   

RESERVED FOR AGPO (YOUTH) 

NCA 7or 8   

KeRRA/008/KAK/2-55-

23|24-159  

 D1781 KHAYEGA-MALIMILI   

RESERVED FOR AGPO (PWD) 

NCA 5or 6   

KeRRA/008/KAK/2-55-

23|24-160  

 E9155 MURHANDA- 

SHISWA-MUKULUSU   

FOR CONTRACTORS  

REGISTERED IN THE REGION  

 NCA 5or 6   

KeRRA/008/KAK/2-55-

23|24-161  

 G92724 SHABWALI- 

LUMUISA-MADIOLI   

FOR CONTRACTORS  

REGISTERED IN THE REGION  

 NCA 5or 6   

KeRRA/008/KAK/2-55-

23|24-162  

G92768 IKUYWA CHURCH-

MWIKHOMA-LIKHOVERO 

RESERVED FOR AGPO (PWD) 

NCA 5or 6   

KeRRA/008/KAK/2-55-

23|24-193  

G91885 MAJENGO-MUNGE-ST CECILIA GIRLS-MBOGO  

RESERVED FOR AGPO (YOUTH) 

NCA 5or 6  

KeRRA/008/KAK/2-55-

23|24-194  

G91137 MATUNDA POLISE-MTONI  

FOR CONTRACTORS  

REGISTERED IN THE REGION  

NCA 7or 8  

KeRRA/008/KAK/2-55-

23|24-200  

G92168 LUKUSI-

MUNYANYA-CHEMUCHE  

RESERVED FOR AGPO (WOMEN) 

NCA 7or 8  

KeRRA/008/KAK/2-55-

23|24-196  

G92598 SHIBULI-MUSANDA  

RESERVED FOR AGPO (YOUTH) 

NCA 5or 6  

KeRRA/008/KAK/2-55-

23|24-199  

C777 RV. SASALI-RV LUSUMU  

FOR CONTRACTORS  

REGISTERED IN THE REGION  

NCA 7or 8  

KeRRA/008/KAK/2-55-

23|24-192  

UK37-157 MULWANDA-IMBIVI-INGUSIALUMAKO 

RESERVED FOR AGPO (PWD) 

NCA 7or 8  

KeRRA/008/KAK/2-55-

23|24-184  

UK37-163 MATAWA JNCT-MULUMWA 

PRI-MWIKITSI-ESHIRUNYIRE-

EMUKHWAYE ACK CHURCH 

FOR CONTRACTORS  

REGISTERED IN THE REGION  

 NCA 7or 8   

KeRRA/008/KAK/2-55-

23|24-195  

G92598 ELWASAMBI-SHITOTO  

FOR CONTRACTORS  

REGISTERED IN THE REGION  

NCA 7or 8  

KeRRA/008/KAK/2-55-

23|24-191  

UK37-155 MUNGAHA-RV. NZOIA  

FOR CONTRACTORS  

REGISTERED IN THE REGION  

NCA 7or 8  

KeRRA/008/KAK/2-55-

23|24-198  

E9196 MANYALA-BUTERE LOWER MKT

ROAD  

 RESERVED FOR AGPO (PWD) 

NCA 7or 8  

KeRRA/008/KAK/2-55-

23|24-197  

G62142 EKAMBULI-EBUHONGA ROAD  

FOR CONTRACTORS  

REGISTERED IN THE REGION  

NCA 7or 8  

KeRRA/008/KAK/2-55-

23|24-189  

G92673 MUKHONJE-MALIMILI-IKOHA

RIVER  

FOR CONTRACTORS  

REGISTERED IN THE REGION  

NCA 5or 6  

KeRRA/008/KAK/2-55-

23|24-190  

UK37-152 ISULU-BUSHIANGALA GOLD MINE-SHIHALIA  

RESERVED FOR AGPO (WOMEN) 

NCA 7or 8  

KeRRA/008/KAK/2-55-

23|24-205  

G91789 MLIMANI-CHETAMBEMAHANGA

RESERVED FOR AGPO (YOUTH) 

NCA 7or 8  

KeRRA/008/KAK/2-55-

23|24-206  

G91919 NZOIA MARKET-KIMAYO  

RESERVED FOR AGPO (WOMEN) 

NCA 7or 8  

KeRRA/008/KAK/2-55-

23|24-212  

C780 KAMBI MWANZA-RV ISIUKHU  

RESERVED FOR AGPO (PWD) 

NCA 7or 8  

KeRRA/008/KAK/2-55-

23|24-207  

P61 STAND MANDAZI-LWATINGU  

FOR CONTRACTORS  

REGISTERED IN THE REGION  

NCA 7or 8  

KeRRA/008/KAK/2-55-

23|24-211  

C777 RV LUSUMU-JUNCT C784(NAMBACHA) 

FOR CONTRACTORS  

REGISTERED IN THE REGION  

NCA 7or 8  

KeRRA/008/KAK/2-55-

23|24-204  

UK37-158 ETENJE-UPC CHURCHESHIKALAME SCHS

RESERVED FOR AGPO (YOUTH) 

NCA 7or 8  

KeRRA/008/KAK/2-55-

23|24-208  

P61 EBUBOLE-EBUMALERE  

RESERVED FOR AGPO (PWD) 

NCA 7or 8  

KeRRA/008/KAK/2-55-

23|24-203  

UK37-156 BUSOMBI JNCT- MAKOKHWE  

FOR CONTRACTORS  

REGISTERED IN THE REGION  

NCA 7or 8  

KeRRA/008/KAK/2-55-

23|24-210  

G93449 SHINYULU-SHIKUNGA  

FOR CONTRACTORS  

REGISTERED IN THE REGION  

NCA 7or 8  

KeRRA/008/KAK/2-55-

23|24-209  

G93394 EMUNYALI PAG-EBUKHOBA  

-KHUSIKU-ESHITIMBA AND  

ESHITIMBA-EBSHISOKHA  

RESERVED FOR AGPO (PWD) 

NCA 7or 8  

KeRRA/008/KAK/2-55-

23|24-201  

G93413 SHANYINYA PRIMARY- LWANUNGU  

RESERVED FOR AGPO (WOMEN) 

NCA 7or 8  

KeRRA/008/KAK/2-55-

23|24-202  

UK37-151 SHIMANYIRO JUNCTIONLUSEMBE-IMULIRU  

RESERVED FOR AGPO (YOUTH) 

NCA 7or 8  

KeRRA/008/KAK/2-55

23|24-213 

C777 LURAMBI-RV. SATSALA  

RESERVED FOR AGPO (YOUTH) 

NCA 5or 6  

KeRRA/008/KAK/2-55

23|24-214 

UK37-165 KeRRA KAKAMEGA

REGIONAL OFFICE CABRO WORKS

PHASE II    

RESERVED FOR AGPO (WOMEN) 

NCA 7or 8 

KeRRA/008/KAK/2-55

23|24-215 

G92468 KAUNDA-BUHAYI -NANGANDA

FOR CONTRACTORS  

REGISTERED IN THE REGION  

NCA 5or 6 

KeRRA/008/KAK/2-55

23|24-216 

UK37-165 MUSALI CHURCH OF GOD LUKANJI  

RESERVED FOR AGPO (PWD) 

NCA 7or 8 

KeRRA/008/KAK/2-55

23|24-217 

D1767 MAJENGO-MUGUNGA 

RESERVED FOR AGPO (WOMEN) 

NCA 5or 6 

KeRRA/008/KAK/2-55

23|24-218 

C635 MATUNDA -BRIGADIER  

RESERVED FOR AGPO (PWD) 

NCA 5or 6 

           

Bidders MUST meet the following requirements alongside other requirements contained in tender documents.     

 

  1. To enhance equity bidders will only be awarded a maximum of two tenders either as a director (Sole Proprietor) or a company (Incorporated) under this tender notice.
  2. Bidders are advised to familiarize themselves with the site(s) before tendering.
  3. Bidders MUST provide one (1No) original document and one (1No) copy.
  4. All Interested bidders are required to continually check the KeRRA website kerra.go.ke/tenders for any tender addendum or clarification that may arise before the submission date.
  5. Tender documents will be uploaded by 24th July,2024.

NOTE     

   

     All attachments must be certified by a commissioner for oaths.             

     

     Note: The cost estimate of the proposed works has been provided in the tender document.     

     

Tender documents detailing requirements shall be obtained free of charge from the KeRRA website www.kerra.go.ke. Complete tender document Duly serialized; in Wax Sealed Plain Envelopes marked with Tender

Reference (e.g KeRRA/008/Kakamega Region/….) number and Description, should be sent to the address below or deposited in the Tender Box located outside the Regional Directors office within the Kenya Rural Roads Authority Kakamega Regional offices situated along Kakamega – Webuye Highway next to KEFINCO Estate.       

      Regional Director     

      Kenya Rural Roads Authority,     

      P.O BOX 477-50100

      KAKAMEGA

So as to be received on Wednesday 7th August, 2024 at 11:00 am and be opened immediately thereafter in the presence          

of bidders’ representatives who may wish to attend, however bidders may request for any information through the office   email This email address is being protected from spambots. You need JavaScript enabled to view it.   

    

         

   

    

   

ENG. EDWIN CHESEREK    

REGIONAL DIRECTOR,     

KAKAMEGA REGION     

Kakamega region routine maintenance and spot improvement works

KENYA RURAL ROADS AUTHORITY

 

KAKAMEGA REGION

 

INVITATION TO TENDER       Date: 14th September, 2018

 

The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility for the management, development, rehabilitation and maintenance of rural roads

KeRRA –Kakamega Region invites tenders from contractors prequalified in the respective constituencies for routine maintenance and spot improvement works (Grading and Gravelling Equipment based) under AIA funding for the financial year 2017/18

 

 

No

Road Name

Constituency

Tender No

Budgeted Amount

Eligibility

Date & Meeting point for Pre tender site visit

 
  MAIN ADVERT           Download

1

S6208 LUNGANYIRO-JUNCT.C30 (MUKUNYUKI SCH)

Matungu

KeRRA/11/39/KAK/2-45-2017/18 -202

5,000,116.04

ALL

20th September 2018 at KeRRA Office- Mumias

download

2

U­_G93389 MUSALABA-LUSWETI-LUMINO

Likuyani

KeRRA/11/39/KAK/2-45-2017/18 -203

5,000,490.93

ALL

21st September 2018 at KeRRA Office- Likuyani

download

3

U­_G93390 RV. KHALABA-BUSOMBI

Matungu

KeRRA/11/39/KAK/2-45-2017/18 -204

5,000,795.90

WOMEN

20th September 2018 at KeRRA Office- Mumias

Download

4

U­_G93464 BUJANGO-MAKHUKHUNI

Navakholo

KeRRA/11/39/KAK/2-45-2017/18 -205

5,001,007.72

YOUTH

21st September 2018 at KeRRA Office- Kakamega regional office

Download

 

Mandatory Requirements

The following must be submitted together with the Tender among those in the Instructions to Tenderers in the tender document:

  1. Certified Copy of certificate of Incorporation
  2. Certified Copy Registration with NCA 8 and below with a valid practicing licence.
  3. Certified Valid Tax Compliance Verified from KRA website.
  4. Certified copy of CR12 form obtained within the last 12 Months & Copies of IDs for the Directors
  5. Certified copy VAT & PIN Registration
  6. Proof of Certificate of Registration in a target group (AGPO) issued by the Ministry of Finance where applicable and verified from PPOA website
  7. Bidders shall sequentially serialize all pages of each tender submitted
  8. Tender forms – Clearly filled, signed and stamped.
  9. MANDATORY Pre-Tender Site visit shall be conducted on 20th September, 2018 as from 9.00 am. All contractors are required to assemble at the respective KeRRA Offices at 9.00 am. Contractors are requested to make their own transport arrangements.

Other Requirements

As specified in the respective tender document covering the following:-

  1. Proof of similar previous experience
  2. Proof of ownership Equipment or current lease agreement of such Equipment
  3. Certified bank statements for the last 3-6 Months.

A complete set of tender documents will be obtained by interested Bidders by downloading from our KeRRA website at www.tenders.kerra.go.ke for free as from 18th September, 2018.

Duly filled Tender Documents in plain sealed envelopes marked with respective tender Name & Number should be addressed to:

The Regional Manager,

Kenya Rural Roads Authority

P.O.Box 477- 50100 Kakamega

 

The filled documents shall be deposited in the Tender Box at KeRRA Regional Office on or before 28th September, 2018 at 10 am. Tenders will be opened immediately at the same venue in the presence of tenderers or their representatives who choose to attend. Late submissions shall not be accepted.

 

Eng. P.P. Mbaabu

REGIONAL MANAGER

KAKAMEGA REGION TENDER NOTICE FY 2021-2022

 

 

KENYA RURAL ROADS AUTHORITY

KAKAMEGA REGION

 

                                                                                                       INVITATION TO TENDER                                                          Date: 8th October, 2021

 

 download advert here

The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility for the management, development, rehabilitation and maintenance of rural roads.

KeRRA - Kakamega Region invites tenders from contractors prequalified in the various constituencies for routine maintenance of Road works (Grading and Gravelling Equipment based) under 22% RMLF fund FY 2021-2022.

No

Road Name

Constituency

Tender No

Category

Engineers Estimate

 

1

E9145 Malava- Malichi Road

MALAVA

KeRRA/008/39/KAK/10% RMLF/2-55-21|22-003

ALL

3,942,147.67

download

2

F9077|F9077 Tande - Namagara

MALAVA

KeRRA/008/39/KAK/22% RMLF/2-55-21|22-004

ALL

4,260,600.61

download

3

C638 Chimoi - Manda (Cb Nandi) Road

MALAVA

KeRRA/008/39/KAK/22% RMLF/2-55-21|22-005

YOUTH

3,596,959.51

download

4

G92154Harambee Junct – Fubuye Road

MALAVA

KeRRA/008/39/KAK/22% RMLF/2-55-21|22-006

ALL

4,491,338.03

download

5

UNCL 4_Kakamega Mukhuyu- Shivakala Road

MALAVA

KeRRA/008/39/KAK/22% RMLF/2-55-21|22-007

ALL

4,411,287.30

download

6

G92161 Mukavakava- Salvation Army Jnct Road

MALAVA

KeRRA/008/39/KAK/22% RMLF/2-55-21|22-008

WOMEN

3,756,998.37

download

7

T6204 Ileho Pri.- Vikoshe- Chivorani Road

SHINYALU

KeRRA/008/39/KAK/22% RMLF/2-55-21|22-011

WOMEN

3,937,300.50

download

8

E9154 Shamakhubu- Shamiloli Road

SHINYALU

KeRRA/008/39/KAK/22% RMLF/2-55-21|22-012

ALL

4,759,246.96

download

9

D1770 Chivorani- Kisia Market Road

SHINYALU

KeRRA/008/39/KAK/22% RMLF/2-55-21|22-013

YOUTH

4,283,457.52

download

10

UNCL_29 KAKAMEGA shilolavakhali- River Mukhuvitsa Road

SHINYALU

KeRRA/008/39/KAK/22% RMLF/2-55-21|22-014

ALL

5,283,686.74

download

11

G92707Shagungu Secondary School- Shianda Road

SHINYALU

KeRRA/008/39/KAK/22% RMLF/2-55-21|22-015

PWD

2,451,606.03

download

12

UNCL_28 KAKAMEGA Muraka- Mukhonje Junct Road

SHINYALU

KeRRA/008/39/KAK/22% RMLF/2-55-21|22-016

ALL

3,604,034.73

download

13

UNCL_25 KAKAMEGA

Shisele Junct- Kifingo- Mumbetsa Road

IKOLOMANI

KeRRA/008/39/KAK/22% RMLF/2-55-21|22-017

PWD

3,327,369.06

download

14

UNCL_26 KAKAMEGA

Shiseso- Ikhumbula- Ichina

IKOLOMANI

KeRRA/008/39/KAK/22% RMLF/2-55-21|22-018

ALL

3,579,,423.78

download

15

UNCL_27 KAKAMEGA

Shikumu Primary- Shiunga

IKOLOMANI

KeRRA/008/39/KAK/22% RMLF/2-55-21|22-019

ALL

5,397,482.52

download

16

G92822 Shikumu- Kilingili (Box Culvert)

IKOLOMANI

KeRRA/008/39/KAK/22% RMLF/2-55-21|22-020

ALL

6,046,133.22

download

17

G92834 Duka Moja- Shanjetso(Box Culvert)

IKOLOMANI

KeRRA/008/39/KAK/22% RMLF/2-55-21|22-021

ALL

5,969,005.98

download

18

G93464

Shiraha- Mwilala- Shivimbi- Butunyi

BUTERE

KeRRA/008/39/KAK/22% RMLF/2-55-21|22-028

YOUTH

2,540,457.18

download

19

G93451

Shihasa- Lukohe- Eshisango

BUTERE

KeRRA/008/39/KAK/22% RMLF/2-55-21|22-029

ALL

6,579,054.78

download

20

UNCL_19 KAKAMEGA

Iranda- Emutondo

BUTERE

KeRRA/008/39/KAK/22% RMLF/2-55-21|22-030

WOMEN

3,949,302.63

download

21

UNCL_20 KAKAMEGA

Buruburu- Shibanga- Shibale

BUTERE

KeRRA/008/39/KAK/22% RMLF/2-55-21|22-031

ALL

5,643,533.30

download

22

UNCL_21 KAKAMEGA

Eshikulu- Eshikulusi

BUTERE

KeRRA/008/39/KAK/22% RMLF/2-55-21|22-032

ALL

2,687,027.56

download

23

UNCL_22 KAKAMEGA

Mwialala- Mureko Ack- Muriaka

BUTERE

KeRRA/008/39/KAK/22% RMLF/2-55-21|22-033

YOUTH

2,632,841.85

download

24

UNCL_14 KAKAMEGA

Suji Jnct-Mudembe

KHWISERO

KeRRA/008/39/KAK/22% RMLF/2-55-21|22-037

WOMEN

2,832,025.95

download

25

UNCL_15 KAKAMEGA

Namasoli C.O.G- Emutsesa

KHWISERO

KeRRA/008/39/KAK/22% RMLF/2-55-21|22-038

ALL

6,630,764.67

download

26

G93412

Mulwanda- Mundeku

KHWISERO

KeRRA/008/39/KAK/22% RMLF/2-55-21|22-039

YOUTH

4,795,502.01

download

27

UNCL_16 KAKAMEGA

Mundaha- Ematsuli

KHWISERO

KeRRA/008/39/KAK/22% RMLF/2-55-21|22-040

ALL

3,158,651.66

download

28

UNCL_17 KAKAMEGA

Shitimba- Nandwa Junct

KHWISERO

KeRRA/008/39/KAK/22% RMLF/2-55-21|22-041

YOUTH

3,968,331.58

download

29

UNCL_18 Kakamegamundoli- Hippo Junct

KHWISERO

KeRRA/008/39/KAK/22% RMLF/2-55-21|22-042

ALL

3,117,055.11

download

30

G92443Virigi- Mungaha- Sinoi

NAVAKHOLO

KeRRA/008/39/KAK/10% RMLF/2-55-21|22-045

ALL

4,754,299.11

download

31

UNCL 7_KAKAMEGA Matia- Emulama Primary

NAVAKHOLO

KeRRA/008/39/KAK/22% RMLF/2-55-21|22-046

WOMEN

4,381,347.86

download

32

E1273Nambacha- Navakholo

NAVAKHOLO

KeRRA/008/39/KAK/22% RMLF/2-55-21|22-047

YOUTH

2,601,138.38

download

33

G92444 Olwiki- Kisembe Dispensary- Mukono

NAVAKHOLO

KeRRA/008/39/KAK/22% RMLF/2-55-21|22-048

ALL

6,259,143.04

download

34

C786 Buheri - R.Sivilie

NAVAKHOLO

KeRRA/008/39/KAK/22% RMLF/2-55-21|22-049

ALL

5,549,402.60

download

35

E9205 Ejinja -Khulwanda- Watoya

MATUNGU

KeRRA/008/39/KAK/22% RMLF/2-55-21|22-052

ALL

5,206,148.40

download

36

G93746 Matungu-  Marinda- Kholera

MATUNGU

KeRRA/008/39/KAK/22% RMLF/2-55-21|22-053

YOUTH

3,120,785.79

download

37

G93756 St. Pauls Jnct- Sayangwe- Itete Mkt

MATUNGU

KeRRA/008/39/KAK/22% RMLF/2-55-21|22-054

WOMEN

4,125,040.29

download

38

UNCL_12 KAKAMEGA Shiala- Shikufu- Eshirumbwe

MATUNGU

KeRRA/008/39/KAK/22% RMLF/2-55-21|22-055

ALL

3,620,370.77

download

39

UNCL_13 KAKAMEGA

Ratego- Namutenda

MATUNGU

KeRRA/008/39/KAK/22% RMLF/2-55-21|22-056

ALL

3,239,954.39

download

40

G93738 Malanga- Nucleus- Makunda

MATUNGU

KeRRA/008/39/KAK/22% RMLF/2-55-21|22-057

ALL

5,147,098.51

download

41

G93690 KMTC - Mwireche - Shikulu

MUMIAS EAST

KeRRA/008/39/KAK/22% RMLF/2-55-21|22-060

ALL

5,831,814.55

download

42

UNCL10_ KAKAMEGA Emabanga Jnct- Emabanga Pri- Nyaporo

MUMIAS EAST

KeRRA/008/39/KAK/22% RMLF/2-55-21|22-061

YOUTH

3,200,736.86

download

43

URF12A Makunga- Isango- Eshihaka

MUMIAS EAST

KeRRA/008/39/KAK/22% RMLF/2-55-21|22-062

WOMEN

3,109,608.67

download

44

URF12 Shianda- Shitoto- Maraba- Mutono- R. Lusumu

MUMIAS EAST

KeRRA/008/39/KAK/22% RMLF/2-55-21|22-063

ALL

4,302,738.19

download

45

URF773 Emakhwale Baptist- Mosque- Ebwaliro

MUMIAS EAST

KeRRA/008/39/KAK/22% RMLF/2-55-21|22-064

ALL

4,38,2341.56

download

46

UNCL 11_KAKAMEGA

Eshikufu- Munyanya- Ebwaliro Pri

MUMIAS EAST

KeRRA/008/39/KAK/22% RMLF/2-55-21|22-065

YOUTH

3,632,129.12

download

47

UNCL_30 Kakamega-Victor Musoga- Apple Gate Road

LURAMBI

KeRRA/008/39/KAK/22% RMLF/2-55-21|22-066

ALL

7,825.118.49

download

48

G92625 Shimichini- Eshitoboto Road

LURAMBI

KeRRA/008/39/KAK/22% RMLF/2-55-21|22-067

ALL

4,006,178.58

download

49

G92641 Emukangu- Elwaminyi Road

LURAMBI

KeRRA/008/39/KAK/22% RMLF/2-55-21|22-068

ALL

4,647,768.09

download

50

G92620 Shiamboko- Rv. Lusumu Road

LURAMBI

KeRRA/008/39/KAK/22% RMLF/2-55-21|22-069

YOUTH

4,249,569.85

download

51

G92640 Duka Moja- Emukangu Road

LURAMBI

KeRRA/008/39/KAK/22% RMLF/2-55-21|22-070

WOMEN

3,590,696.42

download

52

F9064 Mugunga- Munge- Mbagara Road

LUGARI

KeRRA/008/39/KAK/22% RMLF/2-55-21|22-073

WOMEN

2,071,301.20

download

53

D1767|D1767 Mahiga- Sipande|Mukunga- Sibande Road

LUGARI

KeRRA/008/39/KAK/22% RMLF/2-55-21|22-074

YOUTH

1,914,345.76

download

54

E9106 Njoroge- Majengo Road

LUGARI

KeRRA/008/39/KAK/22% RMLF/2-55-21|22-075

WOMEN

1,915,807.25

download

55

G91845 Lumakanda Township- Murgusi Road

LUGARI

KeRRA/008/39/KAK/22% RMLF/2-55-21|22-076

ALL

3,327,369.36

download

56

G91851 Ayub Savula School- Soko Mjinga- Mahemasi Road

LUGARI

KeRRA/008/39/KAK/22% RMLF/2-55-21|22-077

ALL

4,829,212.58

download

57

G91815 Maguti- Angayu- Musembe Road

LUGARI

KeRRA/008/39/KAK/22% RMLF/2-55-21|22-078

PWD

1,874,878.36

download

58

G91787 Mukhuyu- Mwabishi- Mahanga Road

LUGARI

KeRRA/008/39/KAK/22% RMLF/2-55-21|22-079

ALL

4,729,521.63

download

59

G91789 Mlimani- Chetambe- Mahanga Road

LUGARI

KeRRA/008/39/KAK/22% RMLF/2-55-21|22-080

YOUTH

1,933,761.07

download

60

G91768 Kulumbeni Junct- Munyasia Bridge Road

LUGARI

KeRRA/008/39/KAK/22% RMLF/2-55-21|22-081

WOMEN

1,863.134.41

download

61

 E9117 Nyortis – Lugulu Road

LIKUYANI

KeRRA/008/39/KAK/22% RMLF/2-55-21|22-085

WOMEN

4,147,056.45

download

62

E9124 Moi Township- Railways- Chambu Road

LIKUYANI

KeRRA/008/39/KAK/22% RMLF/2-55-21|22-086

ALL

4,828,900.89

download

63

D1554 St. Veronica Girls- Mirembe Drift Road

LIKUYANI

KeRRA/008/39/KAK/22% RMLF/2-55-21|22-087

YOUTH

4,875,403.20

download

64

E9115 Pearl Academy- St. Francis Primary Road

LIKUYANI

KeRRA/008/39/KAK/22% RMLF/2-55-21|22-088

ALL

5,042,760.32

download

65

G91966 Aligula Sec- Kambi Stone Road

LIKUYANI

KeRRA/008/39/KAK/22% RMLF/2-55-21|22-089

ALL

4,87,161.94

download

66

UNCL_31 KAKAMEGA Eshinamwenyuli Junct- Ebubala Area- Ingusi Eshikalame Junct Road

MUMIAS WEST

KeRRA/008/39/KAK/22% RMLF/2-55-21|22-092

YOUTH

3,387,741.20

download

67

UNCL_35 Kakamega Ebuyenjere Pri- Tingolo Area- Emukhuwa Catholic/Topa Road

MUMIAS WEST

KeRRA/008/39/KAK/22% RMLF/2-55-21|22-093

ALL

5,370,010.32

download

68

UNCL_33 Kakamega

Bukaya Junct- Emulaka Pri- Milimani Catholic- Buchirinya Quarry Road

MUMIAS WEST

KeRRA/008/39/KAK/22% RMLF/2-55-21|22-094

YOUTH

4,676,297.85

download

69

UNCL_34 Kakamegaibinda- Ebwasi Box Culvert Road

MUMIAS WEST

KeRRA/008/39/KAK/22% RMLF/2-55-21|22-095

ALL

5,465,083.70

download

70

UNCL_35 Kakamegatingolo- Emukhweso- Emukhuwa Box Culvert Road

MUMIAS WEST

KeRRA/008/39/KAK/22% RMLF/2-55-21|22-096

ALL

5,560,239.90

download

 

 

Scope of Works

The scope of works is as detailed in the Tender Document

 

MANDATORY REQUIREMENTS

 

The following must be submitted together with the Tender among those in the Instructions to Tenderers in the tender document:

  • Certified Certificate of Incorporation certified
  • Copies of PIN and VAT Registration Certificate
  • Valid Current Tax compliance certificate/ Tax exemption clearance certificate from KRA
  • Registration with National Construction Authority certificate valid as indicated in the instruction to Tenderers
  • Copy of Valid Contractors Annual Practising License from National Construction Authority (NCA)
  • All tenderers MUST SERIALIZE all the pages of bid documents submitted
  • valid single business permit issued within the last 12 Months
  • At least two (2) major items of construction equipment owned or leased;
  • Evidence of Bank Account or statement in the name of the firm for at least Three (3) Months from the date of this tender.
  • All the tenderers to provide current, certified CR 12 (valid for the last 12 months)
  • Copies of National Identity cards for Directors of Tenderers bidding under Y, W &PWD reserved tenders.
  • A bidder may bid for more than one tender BUT will only be considered for Two (2No) s in different constituencies in the region.
  • Prices quoted must remain valid for 140 days from the date of opening

Tender documents detailing additional requirements, specification and scope of works will be obtained from KeRRA WEBSITE; www.kerra.go.ke and  at Tenders portal: www.tenders.go.ke free of charge  as from close of business 14th October 2021.

Completed duly serialized tender documents in Wax sealed plain envelopes marked with Tender reference and road name description, without bidder’s identity, should be deposited in the Tender Box (Specified for respective tenders) and be addressed to;

 

The Regional Director,

Kenya Rural Roads Authority (Kakamega Region)

P.O. Box 477- 50100

KAKAMEGA

 

So as to be received on or before 28th  October 2021 at 10:00 AM. Bids submitted after this prescribed time shall be rejected.

Eng. EDWIN CHESEREK

REGIONAL DIRECTOR   

keiyo marakwet 10% savings

KENYA RURAL ROADS AUTHORITY

KEIYO MARAKWET REGION

TENDER NOTICE AUGUST, 2023

In the Financial Year 2022-2023 KeRRA has Allocated Funds for Routine Maintenance of Keiyo South, Keiyo North, Marakwet East and Marakwet West Constituencies Roads and invites bids from eligible Contractors to carry out the works financed by FY 2022/2023 under 10% RMLF SAVINGS on the projects as highlighted in the below table

S/NO

TENDER NO.

ROAD NAME

CONSTITUENCY

CLOSING DATE & TIME

CATEGORY

.1

KeRRA/008/KEMA/KS/039/10%-2022/2023-059

EMSEA- FLOURSPAR

KEIYO SOUTH

DATE 15TH SEPTEMBER,2023 TIME 10.00 AM

YOUTH

2

KeRRA/008/KEMA/KN/039/10%-2022/2023-060

KANGO-KAPTUM ROAD

KEIYO NORTH

DATE 15TH SEPTEMBER,2023 TIME 10.00 AM

PWD

3

KeRRA/008/KEMA/MW/039/10%-2022/2023-061

KAPSOWAR-SANGURUR-KASUBWA

 

MARAKWET WEST

DATE 15TH SEPTEMBER,2023 TIME 10.00 AM

OPEN

4

KeRRA/008/KEMA/ME/039/10%-2022/2023-062

KAPYEGO-JN TENDERWA ROAD

MARAKWET EAST

DATE 15TH SEPTEMBER,2023 TIME 10.00 AM

WOMEN

Interested Bidders will make their own arrangement to go for pretender site visits.Tender documents detailing additional requirements, specification and scope of works should be obtained from KeRRA WEBSITE; www.kerra.go.ke  for free. (Available from 28TH AUGUST, 2023)

Completed tender documents in plain sealed envelopes clearly marked: “tender no. ….……” should be addressed and submitted to:‐

THE REGIONAL DIRECTOR,

KERRA KEIYO MARAKWET,

P.O. Box 213-30700,

ITEN.

Should be deposited in the tender box at the Regional Office so as to be received on or before 15TH SEPTEMBER, 2023 at 10.00 am. Opening will be done publicly in the presence of Bidders’ Representatives who may wish to attend.

ENG. DAVID ROTICH KIBET

REGIONAL DIRECTOR,

KeRRA KEIYO MARAKWET

keiyo marakwet 10%cs & GOK tenders

KENYA RURAL ROADS AUTHORITY

KEIYO MARAKWET REGION

TENDER NOTICE APRIL, 2022

 

In the Financial Year 2020-2021 KeRRA has Allocated Special Funds for Routine Maintenance of Marakwet West Constituencies Roads and invites bids from Eligible Contractors to carry out the works financed by FY 2020/2021 under 10% MINISTER on the projects as highlighted in the below table

S/NO

TENDER NO.

ROAD CODE

ROAD NAME

ROAD LENGTH

(KMs)

CONSTITUENCY

FUNDING

CLOSING DATE & TIME

CATEGORY

1.

KeRRA/008/KEMA/MW/10%MIN/039/090-2020/2021

G81896

KIMEREW-KIMNAI

9

MARAKWET WEST

20/21

DATE 5TH MAY, 2022 TIME 9.30 AM

WOMEN

2.

KeRRA/008/KEMA/MW/10%MIN /039/091-2020/2021

G81903

SARAMEK-KORONGOI ROAD

2

MARAKWET WEST

20/21

DATE 5TH MAY, 2022 TIME 9.30 AM

YOUTH

3.

KeRRA/008/KEMA/MW/10%MIN /039/092-2020/2021

G81833

CHEPTONGEI BRIDGE-KAPSUMAI-KIPKUTE KAMOROK

3

MARAKWET WEST

20/21

DATE 5TH MAY, 2022 TIME 9.30 AM

PREQUALIFIED

4

KeRRA/008/KEMA/MW/10%MIN /039/093-2020/2021

G81905

MAJIMAZURI-NGWANGORIS-KAPSIGOT A CENTER ROAD

2

MARAKWET WEST

20/21

DATE 5TH MAY, 2022 TIME 9.30 AM

YOUTH

5

KeRRA/008/KEMA/ MW/10%MIN /039/094-2020/2021

G81924

CHEMULANY-KAPTALAMWAPKAWA

3

MARAKWET WEST

20/21

DATE 5TH MAY, 2022 TIME 9.30 AM

PWD

6

KeRRA/008/KEMA/ MW/10%MIN /039/095-2020/2021

G81910

KAPTIGIR-KAPKOCHUR-SOKOYO

5

MARAKWET WEST

20/21

DATE 5TH MAY, 2022 TIME 9.30 AM

WOMEN

7

KeRRA/008/KEMA/ MW/10%MIN /039/096-2020/2021

G81907

MOSONGO BOX CULVERT

5

MARAKWET WEST

20/21

DATE 5TH MAY, 2022 TIME 9.30 AM

PREQUALIFIED

8

KeRRA/008/KEMA/ MW/10%MIN /039/100-2020/2021

G81924

KAPSAIT PRIMARY JN-KONGIBSEBA-MURUNG ROAD

4

MARAKWET WEST

20/21

DATE 5TH MAY, 2022 TIME 9.30 AM

YOUTH

There will be no pre- tender site visit due to the covid -19 pandemic. Tender documents detailing additional requirements, specification and scope of works should be obtained from KeRRA WEBSITE; www.kerra.go.ke  for free. (Available from 14TH APRIL, 2022)

Completed tender documents in plain sealed envelopes clearly marked: “tender no. ….……” should be addressed and submitted to:‐

 

THE REGIONAL DIRECTOR,

KERRA KEIYO MARAKWET,

P.O. Box 213-30700,

ITEN.

Should be deposited in the tender box at the Regional Office so as to be received on or before 5TH MAY, 2022 at 9.30 am. Opening will be done publicly in the presence of a few Bidders’ Representatives to avoid crowding.

ENG. EDWIN C. MUTAI,

REGIONAL DIRECTOR,

 

KEIYO MARAKWET REGION GOK TENDERS

TENDER NOTICE APRIL, 2022

In the Financial Year 2021-2022 KeRRA has Allocated Special Funds for Routine Maintenance of Marakwet West Constituencies Roads and invites bids from Eligible Contractors to carry out the works financed by FY 2021/2022 under GOK on the projects as highlighted in the below table

S/NO

TENDER NO.

ROAD CODE

ROAD NAME

ROAD LENGTH

(KMs)

CONSTITUENCY

FUNDING

CLOSING DATE & TIME

CATEGORY

1

KeRRA/008/KEMA/ME/GOK/039/054-2021/2022

G81955

CHORWA-CHEPKOIT

3

MARAKWET EAST

21/22

DATE 5TH MAY, 2022 TIME 9.30 AM

PREQUALIFIED

2

KeRRA/008/KEMA/KS/GOK/039/055-2021/2022

E8062

NYARU/KAPSAISAI-KAPALWAT-SENETWO

3

KEIYO SOUTH

21/22

DATE 5TH MAY, 2022 TIME 9.30 AM

YOUTH

3.

KeRRA/008/KEMA/MW/GOK/039/061-2021/2022

G81869

KAPSOWAR-SISIYA-TUNYO ROAD

9

MARAKWET WEST

21/22

DATE 5TH MAY, 2022 TIME 9.30 AM

PREQUALIFIED

4

KeRRA/008/KEMA/KN/GoK/039/062/2021/2022

G81308

KAPCHELAL-CHEGILET

24

KEIYO NORTH

21/22

DATE 5TH MAY, 2022 TIME 9.30 AM

PLWD

There will be no pre- tender site visit due to the covid -19 pandemic. Tender documents detailing additional requirements, specification and scope of works should be obtained from KeRRA WEBSITE; www.kerra.go.ke  for free. (Available from 14TH APRIL, 2022)

Completed tender documents in plain sealed envelopes clearly marked: “tender no. ….……” should be addressed and submitted to:‐

 

 

THE REGIONAL DIRECTOR,

KERRA KEIYO MARAKWET,

P.O. Box 213-30700,

ITEN.

Should be deposited in the tender box at the Regional Office so as to be received on or before 5TH MAY, 2022 at 9.30 am. Opening will be done publicly in the presence of a few Bidders’ Representatives to avoid crowding.

ENG. EDWIN C. MUTAI,

REGIONAL DIRECTOR,

KeRRA KEIYO MARAKWET

KeRRA KEIYO MARAKWET

KEIYO MARAKWET 10%CS SAVINGS JULY 2022

KENYA RURAL ROADS AUTHORITY

KEIYO MARAKWET REGION

TENDER NOTICE JULY, 2022

In the Financial Year 2020-2021 KeRRA Allocated Special Funds for Routine Maintenance of Keiyo South, Keiyo North, Marakwet East and Marakwet West Constituencies Roads and invites bids from Eligible Contractors to carry out the works financed by FY 2020/2021 under SAVINGS on the projects as highlighted in the below table

S/NO

TENDER NO.

ROAD CODE

ROAD NAME

ENGINEERS ESTIMATES

CONSTITUENCY

CLOSING DATE & TIME

CATEGORY

1.

KeRRA/008/KEMA/MW/10%CS.SAV/039/101-2020/2021

C635

CHEBULBAI-CB UG KONDABILET

2,950,251.98

MARAKWET WEST

DATE 18TH JULY, 2022 TIME 9.30 AM

OPEN

2.

KeRRA/008/KEMA/MW/10%CS.SAV/039/102-2020/2021

C662

KAPSOWAR-SANGURUR-KASUBWA

689,660.86

MARAKWET WEST

DATE 18TH JULY, 2022 TIME 9.30 AM

PLWD

3

KeRRA/008/KEMA/MW/10% SAVINGS/039/103-2020/2021

G81855

KAPCHESUSWO-LOCHIN ROAD (TOROKWA-KAPCHESUSWO SECTION)

2,740,492.64

MARAKWET WEST

DATE 18TH JULY, 2022 TIME 9.30 AM

YOUTH

There will be no pre- tender site visit due to the covid -19 pandemic. Tender documents detailing additional requirements, specification and scope of works should be obtained from KeRRA WEBSITE; www.kerra.go.ke  for free. (Available from 4TH JULY, 2022)

Completed tender documents in plain sealed envelopes clearly marked: “tender no. ….……” should be addressed and submitted to:‐

THE REGIONAL DIRECTOR,

KERRA KEIYO MARAKWET,

P.O. Box 213-30700,

ITEN.

Should be deposited in the tender box at the Regional Office so as to be received on or before 18TH JULY, 2022 at 9.30 am. Opening will be done publicly in the presence of a few Bidders’ Representatives to avoid crowding.

ENG. EDWIN C. MUTAI,

REGIONAL DIRECTOR,

KeRRA KEIYO MARAKWET

KEIYO MARAKWET 10%CS SAVINGS TENDERS

KENYA RURAL ROADS AUTHORITY

KEIYO MARAKWET REGION

TENDER NOTICE AUGUST, 2023

notice download

In the Financial Year 2021-2022 KeRRA  Allocated Funds for Routine Maintenance of Keiyo South, Keiyo North, Marakwet East and Marakwet West Constituencies Roads and invites bids from eligible Contractors to carry out the works financed by FY 2021/2022 under 10% RMLF BY MINISTER on the projects as highlighted in the below table

S/NO

TENDER NO.

ROAD NAME

CONSTITUENCY

CLOSING DATE & TIME

CATEGORY

.1

KeRRA/008/KEMA/ME/039/10%CS-2021/2022-074

CHESEGON-KERIO RIVER

MARAKWET EAST

DATE 6TH SEPTEMBER,2023 TIME 10.00 AM

PWD

2

KeRRA/008/KEMA/ME/039/10%CS-2021/2022-075

KARENA-SANDARA-KERIO-RIVER

MARAKWET EAST

DATE 6TH SEPTEMBER,2023 TIME 10.00 AM

YOUTH

3

KeRRA/008/KEMA/ME/039/10%CS-2021/2022-076

MURKUTWA-KERIO RIVER

MARAKWET EAST

DATE 6TH SEPTEMBER,2023 TIME 10.00 AM

OPEN

4

KeRRA/008/KEMA/ME/039/10%CS-2021/2022-077

KABETWO-KERIO RIVER

MARAKWET EAST

DATE 6TH SEPTEMBER,2023 TIME 10.00 AM

OPEN

5

KeRRA/008/KEMA/ME/039/10%CS-2021/2022-078

KABALTAMET-KERIO RIVER

MARAKWET EAST

DATE 6TH SEPTEMBER,2023 TIME 10.00 AM

WOMEN

6

KeRRA/008/KEMA/ME/039/10%CS-2021/2022-079

KAPKOBIL-KERIO RIVER

MARAKWET EAST

DATE 6TH SEPTEMBER,2023 TIME 10.00 AM

OPEN

7

KeRRA/008/KEMA/MW/039/10%CS-2021/2022-080

TUNYO-KERIO RIVER

MARAKWET WEST

DATE 6TH SEPTEMBER,2023 TIME 10.00 AM

OPEN

Interested Bidders will make their own arrangement to go for pretender site visits.Tender documents detailing additional requirements, specification and scope of works should be obtained from KeRRA WEBSITE; www.kerra.go.ke  for free. (Available from 28TH AUGUST, 2023)

Completed tender documents in plain sealed envelopes clearly marked: “tender no. ….……” should be addressed and submitted to:‐

THE REGIONAL DIRECTOR,

KERRA KEIYO MARAKWET,

P.O. Box 213-30700,

ITEN.

Should be deposited in the tender box at the Regional Office so as to be received on or before 6TH SEPTEMBER, 2023 at 10.00 am. Opening will be done publicly in the presence of Bidders’ Representatives who may wish to attend.

ENG. DAVID ROTICH KIBET

REGIONAL DIRECTOR,

KeRRA KEIYO MARAKWET

KENYA RURAL ROADS AUTHORITY

KEIYO MARAKWET REGION

TENDER NOTICE AUGUST, 2023

In the Financial Year 2022-2023 KeRRA has Allocated Funds for Routine Maintenance of  Marakwet West Constituency Roads and invites bids from eligible Contractors to carry out the works financed by FY 2022/2023 under 10% RMLF BY MINISTER SAVINGS on the projects as highlighted in the below table

Notice download

S/NO

TENDER NO.

ROAD NAME

CONSTITUENCY

CLOSING DATE & TIME

CATEGORY

.1

KeRRA/008/KEMA/MW/039/10% CS-2022/2023-112

KAPKANYAR JNCT-KAPSAIT ROAD

MARAKWET WEST

DATE 6TH SEPTEMBER,2023 TIME 10.00 AM

OPEN

Interested Bidders will make their own arrangement to go for pretender site visits.Tender documents detailing additional requirements, specification and scope of works should be obtained from KeRRA WEBSITE; www.kerra.go.ke  for free. (Available from 28TH AUGUST, 2023)

Completed tender documents in plain sealed envelopes clearly marked: “tender no. ….……” should be addressed and submitted to:‐

THE REGIONAL DIRECTOR, KERRA KEIYO MARAKWET, P.O. Box 213-30700, ITEN.

Should be deposited in the tender box at the Regional Office so as to be received on or before 6TH SEPTEMBER, 2023 at 10.00 am. Opening will be done publicly in the presence of Bidders’ Representatives who may wish to attend.

ENG. DAVID ROTICH KIBET

REGIONAL DIRECTOR,

KeRRA KEIYO MARAKWET

keiyo marakwet 22% savings

KENYA RURAL ROADS AUTHORITY

KEIYO MARAKWET REGION

TENDER NOTICE AUGUST, 2023

In the Financial Year 2022-2023 KeRRA has Allocated Funds for Routine Maintenance of  KEIYO SOUTH, KEIYO NORTH, MARAKWET WEST & MARAKWET EAST Constituencies Roads and invites bids from eligible Contractors to carry out the works financed by FY 2022/2023 under 22% RMLF SAVINGS on the projects as highlighted in the below table

S/NO

TENDER NO.

ROAD NAME

CONSTITUENCY

CLOSING DATE & TIME

CATEGORY

.1

KeRRA/008/KEMA/KS/039/22%2022/2023-063

MOKWO-KAPKOMOL

KEIYO SOUTH

DATE 15TH SEPTEMBER,2023 TIME 10.00 AM

WOMEN

2

KeRRA/008/KEMA/KS/039/22%2022/2023-064

CHEMOIBON-KIPTABACH ROAD

KEIYO SOUTH

DATE 15TH SEPTEMBER,2023 TIME 10.00 AM

OPEN

3

KeRRA/008/KEMA/KN/039/22%2022/2023-065

KAPTUM-KAPCHELAL ROAD

KEIYO NORTH

DATE 15TH SEPTEMBER,2023 TIME 10.00 AM

YOUTH

4

KeRRA/008/KEMA/KN/039/22%2022/2023-066

KAPTAREN-KAPSANIAK-TAMBACH

KEIYO NORTH

DATE 15TH SEPTEMBER,2023 TIME 10.00 AM

OPEN

5

KeRRA/008/KEMA/MW/039/22%2022/2023-067

KAPSILIOT BRIDGE-KAPKOROS SANGURUR ROAD

MARAKWET WEST

DATE 15TH SEPTEMBER,2023 TIME 10.00 AM

WOMEN

6

KeRRA/008/KEMA/MW/039/22%2022/2023-068

KAPSOWAR -SANGURUR -KASUBWA ROAD

MARAKWET WEST

DATE 15TH SEPTEMBER,2023 TIME 10.00 AM

PWD

7

KeRRA/008/KEMA/ME/039/22%2022/2023-069

KIMNAI-SOKOYO

MARAKWET EAST

DATE 15TH SEPTEMBER,2023 TIME 10.00 AM

OPEN

8

KeRRA/008/KEMA/ME/039/22%2022/2023-070

CHEPKOIT-CHORWA ROAD

MARAKWET EAST

DATE 15TH SEPTEMBER,2023 TIME 10.00 AM

PWD

9\

KeRRA/008/KEMA/ME/039/22%2022/2023-071

LITER-BORORWA ROAD

MARAKWET EAST

DATE 15TH SEPTEMBER,2023 TIME 10.00 AM

YOUTH

Interested Bidders will make their own arrangement to go for pretender site visits.Tender documents detailing additional requirements, specification and scope of works should be obtained from KeRRA WEBSITE; www.kerra.go.ke  for free. (Available from 28TH AUGUST, 2023)

Completed tender documents in plain sealed envelopes clearly marked: “tender no. ….……” should be addressed and submitted to:‐

THE REGIONAL DIRECTOR,

KERRA KEIYO MARAKWET,

P.O. Box 213-30700,

ITEN.

Should be deposited in the tender box at the Regional Office so as to be received on or before 15TH SEPTEMBER, 2023 at 10.00 am. Opening will be done publicly in the presence of Bidders’ Representatives who may wish to attend.

ENG. DAVID ROTICH KIBET

DEPUTY DIRECTOR,

KeRRA KEIYO MARAKWET

KEIYO MARAKWET AIA TENDERS OCTOBER 2021

KENYA RURAL ROADS AUTHORITY

KEIYO MARAKWET REGION

TENDER NOTICE 30thSeptember, 2021

In the Financial Year 2021-2022 KeRRA has Allocated Special Funds for Routine Maintenance of Keiyo South, Keiyo North, Marakwet East and Marakwet West Constituencies Roads and invites bids from Eligible Contractors to carry out the works financed by FY 2021/2022 on the projects as highlighted in the below table

S/NO

TENDER NO.

ROAD CODE

ROAD NAME

ROAD LENGTH

(KMs)

CONSTITUENCY

FUNDING

CLOSING DATE & TIME

CATEGORY

1.

KeRRA/008/KEMA/KN/AIA/039/036/21/22

G81311

MSEKEKWA-SALABA-KABULWO

6

KEIYO NORTH

21/22 AIA

DATE 26TH OCTOBER,2021 TIME 9.30 AM

YOUTH

2.

KeRRA/008/KEMA/MW/AIA/039/037/21/22

G81886

CHEPKAWAL-TARTAR PRIMARY

6

MARAKWET WEST

21/22 AIA

DATE 26TH OCTOBER,2021 TIME 9.30 AM

WOMEN

3.

KeRRA/008/KEMA/MW/AIA/039/038/21/22

G81905

KAPSAIT JUNCTION-TEMBU-KAP

5

MARAKWET WEST

21/22 AIA

DATE 26TH OCTOBER,2021 TIME 9.30 AM

PLWD

4

KeRRA/008/KEMA/MW/AIA/039/039/21/22

E8085

CHEBARA-CENTRE-KILIMA-SUMA

14

MARAKWET WEST

21/22 AIA

DATE 26TH OCTOBER,2021 TIME 9.30 AM

PREQUALIFIED

5

KeRRA/008/KEMA/MW/AIA/039/040/21/22

G81841

ACCESS TO ITEN COUNTY REFERRAL HOSPITAL

4

MARAKWET WEST

21/22 AIA

DATE 26TH OCTOBER,2021 TIME 9.30 AM

PREQUALIFIED

6

KeRRA/008/KEMA/MW/AIA/039/041/21/22

G81906

KOILEL-KAMURTO-KOLELACH PUB

7.5

MARAKWET WEST

21/22 AIA

DATE 26TH OCTOBER,2021 TIME 9.30 AM

YOUTH

7

KeRRA/008/KEMA/MW/AIA/039/042/21/22

G81904

LAMAON-NGINIO-TENDEN PUBL

6

MARAKWET WEST

21/22 AIA

DATE 26TH OCTOBER,2021 TIME 9.30 AM

WOMEN

8

KeRRA/008/KEMA/ME/AIA/039/043/21/22

G81949

KATILIT-MUNGWA-CHEISTO

10

MARAKWET EAST

21/22 AIA

DATE 26TH OCTOBER,2021 TIME 9.30 AM

OPEN

9

KeRRA/008/KEMA/KS/AIA/039/044/21/22

C639

CHEMOIBON-KAPTABACH

0.27

KEIYO SOUTH

21/22 AIA

DATE 26TH OCTOBER,2021 TIME 9.30 AM

OPEN

There will be no pre- tender site visit due to the covid -19 pandemic. Tender documents detailing additional requirements, specification and scope of works should be obtained from KeRRA WEBSITE; www.kerra.go.ke  for free. (Available from 8TH October, 2021)

Completed tender documents in plain sealed envelopes clearly marked: “tender no. ….……” should be addressed and submitted to:‐

 

THE REGIONAL DIRECTOR,

KERRA KEIYO MARAKWET,

P.O. Box 213-30700,

ITEN.

Should be deposited in the tender box at the Regional Office so as to be received on or before 26TH October, 2021 at 9.30 am. Opening will be done publicly in the presence of a few Bidders’ Representatives to avoid crowding.

ENG. EDWIN C. MUTAI,

REGIONAL DIRECTOR,

KeRRA KEIYO MARAKWET



KEIYO MARAKWET GOK TENDERS

KENYA RURAL ROADS AUTHORITY

KEIYO MARAKWET REGION

TENDER NOTICE AUGUST, 2023

In the Financial Year 2022-2023 KeRRA has Allocated Funds for Routine Maintenance of  Keiyo South, Keiyo North, Marakwet West & Marakwet East Constituencies Roads and invites bids from eligible Contractors to carry out the works financed by FY 2022/2023 under GOK DEVELOPMENT FUNDS on the projects as highlighted in the below table

S/NO

TENDER NO.

ROAD NAME

CONSTITUENCY

CLOSING DATE & TIME

CATEGORY

1

KeRRA/008/KEMA/KS/039/GOK2022/2023-079

KAPYEGO-KARARIA

MARAKWET EAST

DATE 15TH SEPTEMBER,2023 TIME 10.00 AM

WOMEN

2

KeRRA/008/KEMA/KS/039/GOK2022/2023-080

KATILIT-MUNGWA

MARAKWET EAST

DATE 15TH SEPTEMBER,2023 TIME 10.00 AM

PWD

3

KeRRA/008/KEMA/KS/039/GOK2022/2023-081

MARON-WEWO

MARAKWET EAST

DATE 15TH SEPTEMBER,2023 TIME 10.00 AM

YOUTH

4

KeRRA/008/KEMA/KS/039/GOK2022/2023-082

MUNGWA-SEWES ROAD

MARAKWET EAST

DATE 15TH SEPTEMBER,2023 TIME 10.00 AM

OPEN

5

KeRRA/008/KEMA/KS/039/GOK2022/2023-083

WEWO-KATILIT

MARAKWET EAST

DATE 15TH SEPTEMBER,2023 TIME 10.00 AM

OPEN

6

KeRRA/008/KEMA/MW/039/GOK2022/2023-072

KAMOI-KAPCHEROP

MARAKWET WEST

DATE 15TH SEPTEMBER,2023 TIME 10.00 AM

YOUTH

7

KeRRA/008/KEMA/MW/039/GOK2022/2023-073

CHEPSIGEN-CHEMUNADA

MARAKWET WEST

DATE 15TH SEPTEMBER,2023 TIME 10.00 AM

WOMEN

8

KeRRA/008/KEMA/MW/039/GOK2022/2023-074

STOTON-RENGE

MARAKWET WEST

DATE 15TH SEPTEMBER,2023 TIME 10.00 AM

PWD

9

KeRRA/008/KEMA/MW/039/GOK2022/2023-075

KIMAREW-CHEPTULON PRIMARY SCHOOL

MARAKWET WEST

DATE 15TH SEPTEMBER,2023 TIME 10.00 AM

OPEN

10

KeRRA/008/KEMA/MW/039/GOK2022/2023-076

CHEBULBAI-METIBELIO

MARAKWET WEST

DATE 15TH SEPTEMBER,2023 TIME 10.00 AM

OPEN

11

KeRRA/008/KEMA/MW/039/GOK2022/2023-077

KIMEREW-CHESINGEI-KAPSOGORIA CENTER-CHESINGEI-RENGES SECTION

MARAKWET WEST

DATE 15TH SEPTEMBER,2023 TIME 10.00 AM

OPEN

12

KeRRA/008/KEMA/MW/039/GOK2022/2023-078

CHEMULANY-KABEREWO

MARAKWET WEST

DATE 15TH SEPTEMBER,2023 TIME 10.00 AM

YOUTH

13

KeRRA/008/KEMA/MW/039/GOK2022/2023-084

KATALEL-KIPTABUS-SERGOIT

     

14

KeRRA/008/KEMA/KN/039/GOK2022/2023-085

SINGORE-MTI MOJA BUGAR

KEIYO NORTH

DATE 15TH SEPTEMBER,2023 TIME 10.00 AM

WOMEN

15

KeRRA/008/KEMA/KN/039/GOK2022/2023-086

SINGORE-BUGAR

KEIYO NORTH

DATE 15TH SEPTEMBER,2023 TIME 10.00 AM

YOUTH

16

KeRRA/008/KEMA/KN/039/GOK2022/2023-087

MUNO-KIPSOEN-KAPTILIT

KEIYO NORTH

DATE 15TH SEPTEMBER,2023 TIME 10.00 AM

WOMEN

17

KeRRA/008/KEMA/KN/039/GOK2022/2023-088

KAPSISI-KAMEZA PRIMARY

KEIYO NORTH

DATE 15TH SEPTEMBER,2023 TIME 10.00 AM

OPEN

18

KeRRA/008/KEMA/MW/039/GOK2022/2023-089

KAPKOI-KAPTEREN-TAMBACH

     

19

KeRRA/008/KEMA/KN/039/GOK2022/2023-090

ANIN-RIMOI-CHEGILET

KEIYO NORTH

DATE 15TH SEPTEMBER,2023 TIME 10.00 AM

OPEN

20

KeRRA/008/KEMA/KS/039/GOK2022/2023-104

KAPKOI-MOIM CENTRE

KEIYO SOUTH

DATE 15TH SEPTEMBER,2023 TIME 10.00 AM

OPEN

21

KeRRA/008/KEMA/KS/039/GOK2022/2023-092

KAPSAISAI-SENETWO

KEIYO SOUTH

DATE 15TH SEPTEMBER,2023 TIME 10.00 AM

YOUTH

22

KeRRA/008/KEMA/KS/039/GOK2022/2023-093

TOOT-MATUNGEN-KAPTARAKWA

KEIYO SOUTH

DATE 15TH SEPTEMBER,2023 TIME 10.00 AM

WOMEN

23

KeRRA/008/KEMA/KS/039/GOK2022/2023-095

F8040 KAPKENDA--KIPSAINA ROAD

KEIYO SOUTH

DATE 15TH SEPTEMBER,2023 TIME 10.00 AM

WOMEN

24

KeRRA/008/KEMA/KS/039/GOK2022/2023-094

F8040 KAPKENDA--KIPSAINA ROAD

KEIYO SOUTH

DATE 15TH SEPTEMBER,2023 TIME 10.00 AM

PWD

25

KeRRA/008/KEMA/KS/039/GOK2022/2023-096

ROUT11-THROUH KAPTUBEI

KEIYO SOUTH

DATE 15TH SEPTEMBER,2023 TIME 10.00 AM

YOUTH

26

KeRRA/008/KEMA/KS/039/GOK2022/2023-097

TOROK-MATUNGEN-KIPKALWA

KEIYO SOUTH

DATE 15TH SEPTEMBER,2023 TIME 10.00 AM

OPEN

27

KeRRA/008/KEMA/KS/039/GOK2022/2023-098

ENDO-KABOK-MAWE MBILI

KEIYO SOUTH

DATE 15TH SEPTEMBER,2023 TIME 10.00 AM

OPEN

28

KeRRA/008/KEMA/KS/039/GOK2022/2023-099

KAPKIPANDE-LELEI-CHEPKORIO

KEIYO SOUTH

DATE 15TH SEPTEMBER,2023 TIME 10.00 AM

OPEN

29

KeRRA/008/KEMA/KS/039/GOK2022/2023-100

KULWANW-CHEPSOMO-7UP-KOIKOKWO

KEIYO SOUTH

DATE 15TH SEPTEMBER,2023 TIME 10.00 AM

YOUTH

30

KeRRA/008/KEMA/KS/039/GOK2022/2023-101

SERTET-CHEPSAMO-PRI-KERIONGE

KEIYO SOUTH

DATE 15TH SEPTEMBER,2023 TIME 10.00 AM

WOMEN

31

KeRRA/008/KEMA/KS/039/GOK2022/2023-102

KAPKENDA-LELBOINET-KIPKWEN SMALL TOWN

KEIYO SOUTH

DATE 15TH SEPTEMBER,2023 TIME 10.00 AM

PWD

32

KeRRA/008/KEMA/KS/039/GOK2022/2023-103

KIPCHILOI-KAPKUT

KEIYO SOUTH

DATE 15TH SEPTEMBER,2023 TIME 10.00 AM

OPEN

33

KeRRA/008/KEMA/KS/039/GOK2022/2023-113

KALWA-TURESHA

KEIYO SOUTH

DATE 15TH SEPTEMBER,2023 TIME 10.00 AM

PWD

34

KeRRA/008/KEMA/KS/039/GOK2022/2023-105

CEPTEM-ENDO

KEIYO SOUTH

DATE 15TH SEPTEMBER,2023 TIME 10.00 AM

YOUTH

35

KeRRA/008/KEMA/KS/039/GOK2022/2023-106

UFANISI-ENDO-KABOR

KEIYO SOUTH

DATE 15TH SEPTEMBER,2023 TIME 10.00 AM

WOMEN

36

KeRRA/008/KEMA/KS/039/GOK2022/2023-107

KAPSOO-ENDO-AIC KAPSOO

KEIYO SOUTH

DATE 15TH SEPTEMBER,2023 TIME 10.00 AM

OPEN

37

KeRRA/008/KEMA/KS/039/GOK2022/2023-108

KATUMOI-KAPKOSOM-MUNYEK

KEIYO SOUTH

DATE 15TH SEPTEMBER,2023 TIME 10.00 AM

OPEN

38

KeRRA/008/KEMA/KS/039/GOK2022/2023-109

SEGO-KAPKALELWA

KEIYO SOUTH

DATE 15TH SEPTEMBER,2023 TIME 10.00 AM

WOMEN

39

KeRRA/008/KEMA/KS/039/GOK2022/2023-110

MUSKUT-ENDO ROAD

KEIYO SOUTH

DATE 15TH SEPTEMBER,2023 TIME 10.00 AM

YOUTH

40

KeRRA/008/KEMA/KS/039/GOK2022/2023-111

ROKOCHO-ENDO

KEIYO SOUTH

DATE 15TH SEPTEMBER,2023 TIME 10.00 AM

OPEN

41

KeRRA/008/KEMA/KS/039/GOK2022/2023-091

BIRETWO-KERIO RIVER-WALABEI -NGOSWOBEL

KEIYO SOUTH

DATE 15TH SEPTEMBER,2023 TIME 10.00 AM

OPEN

Interested Bidders will make their own arrangement to go for pretender site visits.Tender documents detailing additional requirements, specification and scope of works should be obtained from KeRRA WEBSITE; www.kerra.go.ke  for free. (Available from 28TH AUGUST, 2023)

Completed tender documents in plain sealed envelopes clearly marked: “tender no. ….……” should be addressed and submitted to:‐

THE REGIONAL DIRECTOR,

KERRA KEIYO MARAKWET,

P.O. Box 213-30700,

ITEN.

Should be deposited in the tender box at the Regional Office so as to be received on or before 15TH SEPTEMBER, 2023 at 10.00 am. Opening will be done publicly in the presence of Bidders’ Representatives who may wish to attend.

ENG. DAVID ROTICH KIBET

REGIONAL DIRECTOR,

KeRRA KEIYO MARAKWET

KEIYO MARAKWET GOK TENDERS APRIL 2022

KENYA RURAL ROADS AUTHORITY

KEIYO MARAKWET REGION

TENDER NOTICE APRIL, 2022

In the Financial Year 2020-2021 KeRRA has Allocated Special Funds for Routine Maintenance of Keiyo South, Keiyo North, Marakwet East and Marakwet West Constituencies Roads and invites bids from Eligible Contractors to carry out the works financed by FY 2020/2021 under GOK on the projects as highlighted in the below table

S/NO

TENDER NO.

ROAD CODE

ROAD NAME

ROAD LENGTH

(KMs)

CONSTITUENCY

FUNDING

CLOSING DATE & TIME

CATEGORY

1.

KeRRA/008/KEMA/KS/GOK/039/084-2020/2021

E8059

TIMOR-KAPKALAN-HZ

5

KEIYO SOUTH

20/21

DATE 5TH MAY, 2022 TIME 9.30 AM

WOMEN

2.

KeRRA/008/KEMA/KS/GOK/039/085-2020/2021

F8037

KAMWOSOR-KOMBATICH KIPSAOS

4.25

KEIYO SOUTH

20/21

DATE 5TH MAY, 2022 TIME 9.30 AM

WOMEN

3.

KeRRA/008/KEMA/KS/GOK/039/086-2020/2021

G81624

KIPSAOS-KABIRSUS

3.82

KEIYO SOUTH

20/21

DATE 5TH MAY, 2022 TIME 9.30 AM

PREQUALIFIED

4

KeRRA/008/KEMA/KN/GOK/039/087-2020/2021

F8044

KITI-KIBLUS -MOVOLIA

4

KEIYO NORTH

20/21

DATE 5TH MAY, 2022 TIME 9.30 AM

WOMEN

5

KeRRA/008/KEMA/KN/GOK/039/088-2020/2021

G81390

CATTLE DIP-KIPSOEN

3

KEIYO NORTH

20/21

DATE 5TH MAY, 2022 TIME 9.30 AM

YOUTH

6

KeRRA/008/KEMA/KN/GOK/039/089-2020/2021

G81398

SAYORI-MUNO-KAPTILIT

2

KEIYO NORTH

20/21

DATE 5TH MAY, 2022 TIME 9.30 AM

PLWD

7

KeRRA/008/KEMA/MW/GOK/039/097-2020/2021

C625

CBKAMOI J-N E1315 KAPCHEROP ROAD

 

7.59

MARAKWET WEST

20/21

DATE 5TH MAY, 2022 TIME 9.30 AM

PREQUALIFICATION

8

KeRRA/008/KEMA/MW/GOK/039/098-2020/2021

G81905

KACHEROP-MAKUTANO-B15(KIPKINDUL-TEMBU SECTION)

 

2

MARAKWET WEST

20/21

DATE 5TH MAY, 2022 TIME 9.30 AM

YOUTH

9

KeRRA/008/KEMA/MW/GOK/039/099-2020/2021

C661

BIRETWO-TOT C661(KAPKATA-KIPKENER ACCESS ROAD)

 

8.24

MARAKWET WEST

20/21

DATE 5TH MAY, 2022 TIME 9.30 AM

PLWD

There will be no pre- tender site visit due to the covid -19 pandemic. Tender documents detailing additional requirements, specification and scope of works should be obtained from KeRRA WEBSITE; www.kerra.go.ke  for free. (Available from 14TH APRIL, 2022)

Completed tender documents in plain sealed envelopes clearly marked: “tender no. ….……” should be addressed and submitted to:‐

THE REGIONAL DIRECTOR,

KERRA KEIYO MARAKWET,

P.O. Box 213-30700,

ITEN.

Should be deposited in the tender box at the Regional Office so as to be received on or before 5TH MAY, 2022 at 9.30 am. Opening will be done publicly in the presence of a few Bidders’ Representatives to avoid crowding.

ENG. EDWIN C. MUTAI,

REGIONAL DIRECTOR,

KeRRA KEIYO MARAKWET

KEIYO MARAKWET Region GOK TENDERS July2022

KENYA RURAL ROADS AUTHORITY

KEIYO MARAKWET REGION

TENDER NOTICE JULY, 2022

In the Financial Year 2021-2022 KeRRA has Allocated Funds for Routine Maintenance of Keiyo South, Keiyo North, Marakwet East and Marakwet West Constituencies Roads and invites bids from Eligible Contractors to carry out the works financed by FY 2022/2023 under 22% RMLF on the projects as highlighted in the below table

S/NO

TENDER NO.

ROAD CODE

ROAD NAME

ENGINEERS ESTIMATES

CONSTITUENCY

CLOSING DATE & TIME

CATEGORY

1.

KeRRA/008/KEMA/ME/GOK/039/067-2021/2022

G81955

CHEPKOIT- CHORWA

7,998,930.37

MARAKWET EAST

DATE 18TH JULY, 2022 TIME 9.30 AM

YOUTH

2.

KeRRA/008/KEMA/KS/GOK/039/068-2021/2022

E8062

NYARU-KAPSAISAI-KAPALWAT(E282CHEKEREN KIPKABUS SECTION)

7,999,866.20

KEIYO SOUTH

DATE 18TH JULY, 2022 TIME 9.30 AM

WOMEN

3.

KeRRA/008/KEMA/KN/GOK/039/069-2021/2022

G81308

KAPCHELAL-CHEKILETY

7,999,998.10

KEIYO NORTH

DATE 18TH JULY, 2022 TIME 9.30 AM

OPEN

4

KeRRA/008/KEMA/MW/GOK/039/070-2021/2022

G81869

KAPSOWAR-SISIYA-TUNYO

7,998,509.46

MARAKWET WEST

DATE 18TH JULY, 2022 TIME 9.30 AM

PLWD

There will be no pre- tender site visit due to the covid -19 pandemic. Tender documents detailing additional requirements, specification and scope of works should be obtained from KeRRA WEBSITE; www.kerra.go.ke  for free. (Available from 4TH JULY, 2022)

Completed tender documents in plain sealed envelopes clearly marked: “tender no. ….……” should be addressed and submitted to:‐

THE REGIONAL DIRECTOR,

KERRA KEIYO MARAKWET,

P.O. Box 213-30700,

ITEN.

Should be deposited in the tender box at the Regional Office so as to be received on or before 18TH JULY, 2022 at 9.30 am. Opening will be done publicly in the presence of a few Bidders’ Representatives to avoid crowding.

ENG. EDWIN C. MUTAI,

REGIONAL DIRECTOR,

KeRRA KEIYO MARAKWET

 

KENYA RURAL ROADS AUTHORITY

KEIYO MARAKWET REGION

TENDER NOTICE JULY, 2022

In the Financial Year 2020-2021 KeRRA Allocated Special Funds for Routine Maintenance of Keiyo South, Keiyo North, Marakwet East and Marakwet West Constituencies Roads and invites bids from Eligible Contractors to carry out the works financed by FY 2020/2021 under SAVINGS on the projects as highlighted in the below table

S/NO

TENDER NO.

ROAD CODE

ROAD NAME

ENGINEERS ESTIMATES

CONSTITUENCY

CLOSING DATE & TIME

CATEGORY

1.

KeRRA/008/KEMA/KS/GOK.DEV SAV/039/104-2020/2021

C663

ACCESS KOCHOLWO-SUB COUNTY HOSPITAL

 

913,412.06

KEIYO SOUTH

DATE 18TH JULY, 2022 TIME 9.30 AM

WOMEN

2.

KeRRA/008/KEMA/KS/GOK.DEV SAV/039/105-2020/2021

E279X

HZ KAPKALAN-TIMOR

3,440,833.00

KEIYO SOUTH

DATE 18TH JULY, 2022 TIME 9.30 AM

OPEN

There will be no pre- tender site visit due to the covid -19 pandemic. Tender documents detailing additional requirements, specification and scope of works should be obtained from KeRRA WEBSITE; www.kerra.go.ke  for free. (Available from 4TH JULY, 2022)

Completed tender documents in plain sealed envelopes clearly marked: “tender no. ….……” should be addressed and submitted to:‐

THE REGIONAL DIRECTOR,

KERRA KEIYO MARAKWET,

P.O. Box 213-30700,

ITEN.

Should be deposited in the tender box at the Regional Office so as to be received on or before 18TH JULY, 2022 at 9.30 am. Opening will be done publicly in the presence of a few Bidders’ Representatives to avoid crowding.

ENG. EDWIN C. MUTAI,

REGIONAL DIRECTOR,

KeRRA KEIYO MARAKWET

KEIYO MARAKWET REGION - 10%RMLF - FY 2022-23

KENYA RURAL ROADS AUTHORITY

KEIYO MARAKWET REGION

TENDER NOTICE JANUARY, 2023

DOWNLOAD TENDER NOTICE HERE!!!!

In the Financial Year 2022-2023 KeRRA has Allocated Funds for Routine Maintenance of Keiyo South, Keiyo North, Marakwet East and Marakwet West Constituencies Roads and invites bids from eligible Contractors to carry out the works financed by FY 2022/2023 under 10% RMLF on the projects as highlighted in the below table

S/NO

TENDER NO.

ROAD NAME

ENGINEERS ESTIMATES

CONSTITUENCY

CLOSING DATE & TIME

CATEGORY

DOWNLOAD

1.

KeRRA/008/KEMA/KS/039/10%-2022/2023-026

KUTWOPMOSO-UG BOUNDARY

4,464,371.93

KEIYO SOUTH

DATE 22ND  FEBRUARY,2023 TIME 10.00 AM

PLWD

DOCUMENT

2.

KeRRA/008/KEMA/KS/039/10%-2022/2023-028

EMSEA - FLOURSFAR

                8,440,424.27

KEIYO SOUTH

DATE 22ND  FEBRUARY,2023 TIME 10.00 AM

OPEN

DOCUMENT

3.

KeRRA/008/KEMA/KN/039/10%-2022/2023-029

KIBENDO- KANGO

                7,583,817.36

KEIYO NORTH

DATE 22ND  FEBRUARY,2023 TIME 10.00 AM

OPEN

DOCUMENT

4

KeRRA/008/KEMA/KN/039/10%-2022/2023-031

 

BOUNDARY-MUNO-KAPTILIT

4,901,986.36

KEIYO NORTH

DATE 22ND  FEBRUARY,2023 TIME 10.00 AM

WOMEN

DOCUMENT

5

KeRRA/008/KEMA/MW/039/10%-2022/2023-032

CHEBULBAI-CB UG KONDABILET

 

6,446,676.87

MARAKWET WEST

DATE 22ND  FEBRUARY,2023 TIME 10.00 AM

OPEN

DOCUMENT

6

KeRRA/008/KEMA/MW/039/10%-2022/2023-034

KAPSOWAR-SISIYA

6,446,683.86

MARAKWET WEST

DATE 22ND  FEBRUARY,2023 TIME 10.00 AM

PLWD

DOCUMENT

7

KeRRA/008/KEMA/ME/039/10%-2022/2023-035

JN TENDERWA-KAMELEI

                6,201,475.32

 

MARAKWET EAST

DATE 22ND  FEBRUARY,2023 TIME 10.00 AM

YOUTH

DOCUMENT

8

KeRRA/008/KEMA/ME/039/10%-2022/2023-037

KAPYEGO-TENDERWA

                7,630,922.36

 

MARAKWET EAST

DATE 22ND  FEBRUARY,2023 TIME 10.00 AM

OPEN

DOCUMENT

Interested Bidders will make their own arrangement to go for pretender site visits.Tender documents detailing additional requirements, specification and scope of works should be obtained from KeRRA WEBSITE; www.kerra.go.ke  for free. (Available from 30TH JANUARY, 2023)

Completed tender documents in plain sealed envelopes clearly marked: “tender no. ….……” should be addressed and submitted to:‐

THE REGIONAL DIRECTOR,

KERRA KEIYO MARAKWET,

P.O. Box 213-30700,

ITEN.

Should be deposited in the tender box at the Regional Office so as to be received on or before 22ND FEBRUARY, 2023 at 10.00 am. Opening will be done publicly in the presence of Bidders’ Representatives who may wish to attend.

ENG. DAVID KIBET

 

REGIONAL DIRECTOR,

KeRRA KEIYO MARAKWET

KEIYO MARAKWET REGION - 22% AND 10%RMLF- FY 2023-24

KENYA RURAL ROADS AUTHORITY

KEIYO MARAKWET REGION

TENDER NOTICE       

INVITATION TO TENDER FOR ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF ROAD WORKS

6th OCTOBER, 2023

DOWNLOAD TENDER NOTICE HERE!!!

The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility for the Management, Development, Rehabilitation and Maintenance of Rural Roads. 

 

KeRRA - Keiyo Marakwet Region invites bids from eligible registered contractors under Category C (FY 2023-2025) for Spot Improvement of Road works (Grading and Gravelling Equipment based) under 22% &10% RMLF for the FY  2023-2024.

 

  • 22% RMLF

 

S/NO

TENDER NO.

ROAD NAME

CONSTITUENCY

CATEGORY

PRETENDER SITE VISIT DATE

DOWNLOAD

1

KeRRA/008/KEMA/ME/039/22%-023/2024-016

MAINA-CHEMWOROR

MARAKWET EAST

WOMEN

12TH OCTOBER 2023

TIME 9.00 A.M

DOCUMENT

2

KeRRA/008/KEMA/ME/039/22%-023/2024-017

CHEPTOBOT-SOKOYO

MARAKWET EAST

OPEN

12TH OCTOBER 2023

TIME 9.00 A.M

DOCUMENT

3

KeRRA/008/KEMA/ME/039/22%-023/2024-018

KIMNAI-CHEPTOBOT

MARAKWET EAST

OPEN

12TH OCTOBER 2023

TIME 9.00 A.M

DOCUMENT

4

KeRRA/008/KEMA/ME/039/22%-023/2024-019

SOKOYO-SEGUT

MARAKWET EAST

OPEN

12TH OCTOBER 2023

TIME 9.00 A.M

DOCUMENT

5

KeRRA/008/KEMA/ME/039/22%-023/2024-020

TANGUL-KAPCHOGE

MARAKWET EAST

PLWD

12TH OCTOBER 2023

TIME 9.00 A.M

DOCUMENT

6

KeRRA/008/KEMA/ME/039/22%-023/2024-021

KAPKOBIL-MERWON

MARAKWET EAST

YOUTH

12TH OCTOBER 2023

TIME 9.00 A.M

DOCUMENT

7

KeRRA/008/KEMA/ME/039/22%-023/2024-022

CHEPKOIT-CHORWA

MARAKWET EAST

OPEN

12TH OCTOBER 2023

TIME 9.00 A.M

DOCUMENT

8

KeRRA/008/KEMA/ME/039/22%-023/2024-023

SANGACH-SESELA-BOROSWO

MARAKWET EAST

OPEN

12TH OCTOBER 2023

TIME 9.00 A.M

DOCUMENT

9

KeRRA/008/KEMA/ME/039/22%-023/2024-024

LITER-BORORWA

MARAKWET EAST

OPEN

12TH OCTOBER 2023

TIME 9.00 A.M

DOCUMENT

10

KeRRA/008/KEMA/MW/039/22%-023/2024-025

CB KAMOI-KAPCHEROP

MARAKWET WEST

OPEN

12TH OCTOBER 2023

TIME 9.00 A.M

DOCUMENT

11

KeRRA/008/KEMA/MW/039/22%-023/2024-026

CHEBULBAI-KONDABILET 

MARAKWET WEST

PLWD

12TH OCTOBER 2023

TIME 9.00 A.M

DOCUMENT

12

KeRRA/008/KEMA/MW/039/22%-023/2024-027

KAPSILIOT (bridge) –KAPKOROS-SANGURUR

MARAKWET WEST

OPEN

12TH OCTOBER 2023

TIME 9.00 A.M

DOCUMENT

13

KeRRA/008/KEMA/MW/039/22%-023/2024-028

ARROR-TEREN-KERIO RIVER

MARAKWET WEST

OPEN

12TH OCTOBER 2023

TIME 9.00 A.M

DOCUMENT

14

KeRRA/008/KEMA/MW/039/22%-023/2024-029

KAPSOWAR-SANGURUR

MARAKWET WEST

WOMEN

12TH OCTOBER 2023

TIME 9.00 A.M

DOCUMENT

15

KeRRA/008/KEMA/MW/039/22%-023/2024-030

KAPTALAMWA-KERER-KAPSANGAR

MARAKWET WEST

OPEN

12TH OCTOBER 2023

TIME 9.00 A.M

DOCUMENT

16

KeRRA/008/KEMA/MW/039/22%-023/2024-031

KATEE-MATIRA

MARAKWET WEST

OPEN

12TH OCTOBER 2023

TIME 9.00 A.M

DOCUMENT

17

KeRRA/008/KEMA/MW/039/22%-023/2024-032

MATIRA-KATKOK-KOITILIAL

MARAKWET WEST

OPEN

12TH OCTOBER 2023

TIME 9.00 A.M

DOCUMENT

18

KeRRA/008/KEMA/MW/039/22%-023/2024-033

SISIYA-TUNYO

MARAKWET WEST

YOUTH

12TH OCTOBER 2023

TIME 9.00 A.M

DOCUMENT

19

KeRRA/008/KEMA/MW/039/22%-023/2024-034

KAMOI-KAPTERIT-BONDE

MARAKWET WEST

OPEN

12TH OCTOBER 2023

TIME 9.00 A.M

DOCUMENT

20

KeRRA/008/KEMA/KN/039/22%-023/2024-035

ANIN-KIBENDO

KEIYO NORTH

YOUTH

11TH OCTOBER 2023

TIME 9.00 A.M

DOCUMENT

21

KeRRA/008/KEMA/KN/039/22%-023/2024-036

KAPCHEPKOIMA-ANIN

KEIYO NORTH

OPEN

11TH OCTOBER 2023

TIME 9.00 A.M

DOCUMENT

22

KeRRA/008/KEMA/KN/039/22%-023/2024-037

KANGO-KAPTUM

KEIYO NORTH

PLWD

11TH OCTOBER 2023

TIME 9.00 A.M

DOCUMENT

23

KeRRA/008/KEMA/KN/039/22%-023/2024-038

KAPCHELAL-KIPTOIT-KASUBWA

KEIYO NORTH

OPEN

11TH OCTOBER 2023

TIME 9.00 A.M

DOCUMENT

24

KeRRA/008/KEMA/KN/039/22%-023/2024-039

KAPTUM-KAPCHELAL

KEIYO NORTH

OPEN

11TH OCTOBER 2023

TIME 9.00 A.M

DOCUMENT

25

KeRRA/008/KEMA/KN/039/22%-023/2024-040

KOMBASAKONG-SERGOIT

KEIYO NORTH

WOMEN

11TH OCTOBER 2023

TIME 9.00 A.M

DOCUMENT

26

KeRRA/008/KEMA/KN/039/22%-023/2024-041

KAPCHELAL-CHEBIEMIT

KEIYO NORTH

OPEN

11TH OCTOBER 2023

TIME 9.00 A.M

DOCUMENT

27

KeRRA/008/KEMA/KN/039/22%-023/2024-042

ITEN-KAPKESUM-KAPLAMAI

KEIYO NORTH

OPEN

11TH OCTOBER 2023

TIME 9.00 A.M

DOCUMENT

28

KeRRA/008/KEMA/KN/039/22%-023/2024-043

KAPTEREN-KAPSANIAK

KEIYO NORTH

OPEN

11TH OCTOBER 2023

TIME 9.00 A.M

DOCUMENT





  • 10% RMLF

 

S/NO

TENDER NO.

ROAD NAME

CONSTITUENCY

CATEGORY

PRETENDER SITE VISIT DATE

DOWNLOAD

1

KeRRA/008/KEMA/KN/039/10%-023/2024-005

BOUNDARY-MUNO-KAPTILIT

KEIYO NORTH

OPEN

11TH OCTOBER 2023

TIME 9.00 A.M

DOCUMENT

2

KeRRA/008/KEMA/KN/039/10%-023/2024-006

SINGORE-KIBENDO

KEIYO NORTH

OPEN

11TH OCTOBER 2023

TIME 9.00 A.M

DOCUMENT

3

KeRRA/008/KEMA/KN/039/10%-023/2024-007

KIPCHAWAT-SIMOTWO

KEIYO NORTH

PLWD

11TH OCTOBER 2023

TIME 9.00 A.M

DOCUMENT

4

KeRRA/008/KEMA/KN/039/10%-023/2024-008

KIBENDO KANGO

KEIYO NORTH

OPEN

11TH OCTOBER2023

TIME 9.00 A.M

DOCUMENT

5

KeRRA/008/KEMA/MW/039/10%-23/2024-009

CHEBULBAI-CB-KONDABILET 

MARAKWET WEST

OPEN

12TH OCTOBER 2023

TIME 9.00 A.M

DOCUMENT

6

KeRRA/008/KEMA/MW/039/10%-23/2024-010

KAPSOWAR-SANGURUR-KASUBWA

MARAKWET WEST

OPEN

12TH OCTOBER 2023

TIME 9.00 A.M

DOCUMENT

7

KeRRA/008/KEMA/MW/039/10%-23/2024-011

CHEPTONGEI-KAPSOWAR

MARAKWET WEST

OPEN

12TH OCTOBER 2023

TIME 9.00 A.M

DOCUMENT

8

KeRRA/008/KEMA/MW/039/10%-23/2024-012

KAPSOWAR-SISIYA

MARAKWET WEST

WOMEN

12TH OCTOBER 2023

TIME 9.00 A.M

DOCUMENT

9

KeRRA/008/KEMA/ME/039/10%-23/2024-013

KAMELEI-JN TENDERWA-KAPSA

MARAKWET EAST

OPEN

12TH OCTOBER 2023

TIME 9.00 A.M

DOCUMENT

10

KeRRA/008/KEMA/ME/039/10%-23/2024-014

KAPYEGO-JNTENDERWA

MARAKWET EAST

YOUTH

12TH OCTOBER 2023

TIME 9.00 A.M

DOCUMENT

11

KeRRA/008/KEMA/ME/039/10%-23/2024-015

KAPYEGO-TANGUL

MARAKWET EAST

OPEN

12 TH OCTOBER 2023

TIME 9.00 A.M

DOCUMENT

 

INSTRUCTION TO BIDDERS

 

  1. Bidders who are registered in the respective Constituencies and in Road works category C may Tender

 

  1. Tenderers bidding under Y, W &PWD need not to be prequalified

 

  1. The scope of works for various Tenders are as stipulated in the Tender Document

 

  1. Interested Bidders are requested to make their own arrangement to attend a MANDATORY pretender site visits .Registration and issuance of pre tender site visit certificate will take place at the same time.      
  2. Other Qualification requirements are as outlined in the Tender Document and company requirements

 

  1. Tender documents detailing additional requirements, specification and scope of works should be obtained from KeRRA WEBSITE; www.kerra.go.ke for free as from 9th OCTOBER, 2023.

 

  1. Bidders are requested to continually check KeRRA website www.kerra.go.ke and public procurement information portal (PPIP) www.tenders.go.ke for any clarification that may arise before submission date.

 

Completed and duly filled tender documents in plain sealed envelopes marked with respective Tender Number, Project Name and Constituency should be addressed to:

 

THE REGIONAL DIRECTOR,

KERRA KEIYO MARAKWET,

P.O. Box 213-30700,

ITEN.

 

Tender Documents Should be deposited in the tender box at the Regional Office so as to be received on or before 18TH OCTOBER, 2023 at 10.00 am. Opening will be done publicly in the presence of Bidders’ Representatives who may wish to attend.



ENG. DAVID ROTICH KIBET

REGIONAL DIRECTOR,

KeRRA KEIYO MARAKWET

KEIYO MARAKWET REGION - 22% RMLF SAVINGS - FY 2021-22

KENYA RURAL ROADS AUTHORITY

KEIYO MARAKWET REGION

TENDER NOTICE MAY, 2022

DOWNLOAD TENDER NOTICE HERE!!

In the Financial Year 2021-2022 KeRRA has Funds for Routine Maintenance of Keiyo South, Keiyo North, Marakwet East and Marakwet West Constituencies Roads and invites bids from Eligible Contractors to carry out the works financed by FY 2021/2022 under 22% SAVINGS on the projects as highlighted in the below table

S/NO

TENDER NO.

ROAD CODE

ROAD NAME

ROAD LENGTH

(KMs)

CONSTITUENCY

FUNDING

CLOSING DATE & TIME

CATEGORY

DOWNLOAD

1.

KeRRA/008/KEMA/KS/Sav.22%/039/045-2021/2022

E8062

NYARU-KAMONDIA

9.5

KEIYO SOUTH

21/22

DATE 18TH MAY, 2022 TIME 9.30 AM

WOMEN

DOCUMENT

2.

KeRRA/008/KEMA/KS/Sav.22%/039/046-2021/2022

E8069

MOKWO-KAPKOMOL

9.5

KEIYO SOUTH

21/22

DATE 18TH MAY, 2022 TIME 9.30 AM

YOUTH

DOCUMENT

3.

KeRRA/008/KEMA/KN/Sav.22%/039/047-2021/2022

C662

ANIN-KIBENDO

1.1

KEIYO NORTH

21/22

DATE 18TH MAY, 2022 TIME 9.30 AM

WOMEN

DOCUMENT

4

KeRRA/008/KEMA/KN/Sav.22%/039/048-2021/2022

C662

KAPCHELAL-KOSUBWA

3

KEIYO NORTH

21/22

DATE 18TH MAY, 2022 TIME 9.30 AM

PLWD

DOCUMENT

5

KeRRA/008/KEMA/KN/Sav.22%/039/049-2021/2022

G81435

KAPTAREN-KAPSANIAK

5.5

KEIYO NORTH

21/22

DATE 18TH MAY, 2022 TIME 9.30 AM

YOUTH

DOCUMENT

6

KeRRA/008/KEMA/MW/Sav.22%/039/050-2021/2022

C647

KAPSILIOT BRIDGE- KAPKOROS-SANGURUR

10.56

MARAKWET WEST

21/22

DATE 18TH MAY, 2022 TIME 9.30 AM

PREQUALIFIED

DOCUMENT

7

KeRRA/008/KEMA/MW/Sav.22%/039/051-2021/2022

C662

KAPSOWAR- SANGURUR-KASUBWA

31.52

MARAKWET WEST

21/22

DATE 18TH MAY, 2022 TIME 9.30 AM

PREQUALIFIED

DOCUMENT

8

KeRRA/008/KEMA/ME/Sav.22%/039/052-2021/2022

G81938

TANGUL-KAPCHOGE-(KAPCHOGE PRIMARY)

5

MARAKWET EAST

21/22

DATE 18TH MAY, 2022 TIME 9.30 AM

PREQUALIFIED

DOCUMENT

9

KeRRA/008/KEMA/KN/Sav.22%/039/053-2021/2022

G81965

LITER-BOROWA

9

MARAKWET EAST

21/22

DATE 18TH MAY, 2022 TIME 9.30 AM

PREQUALIFIED

DOCUMENT

There will be no pre- tender site visit due to the covid -19 pandemic. Tender documents detailing additional requirements, specification and scope of works should be obtained from KeRRA WEBSITE; www.kerra.go.ke  for free. (Available from 6TH MAY, 2022)

Completed tender documents in plain sealed envelopes clearly marked: “tender no. ….……” should be addressed and submitted to:‐

THE REGIONAL DIRECTOR,

KERRA KEIYO MARAKWET,

P.O. Box 213-30700,

ITEN.

Should be deposited in the tender box at the Regional Office so as to be received on or before 18TH MAY, 2022 at 9.30 am. Opening will be done publicly in the presence of a few Bidders’ Representatives to avoid crowding.

ENG. EDWIN C. MUTAI,

REGIONAL DIRECTOR,

KeRRA KEIYO MARAKWET

KEIYO MARAKWET REGION - 22%RMLF- FY 2022-23

KENYA RURAL ROADS AUTHORITY

KEIYO MARAKWET REGION

TENDER NOTICE

3RD JANUARY, 2023

DOWNLOAD TENDER NOTICE HERE!!!

In the Financial Year 2022-2023 KeRRA has Allocated Funds for Routine Maintenance of Keiyo South, Keiyo North, Marakwet East and Marakwet West Constituencies Roads and invites bids from Eligible Contractors to carry out the works financed by FY 2022/2023 under 22% RMLF on the projects as highlighted in the below table

S/NO

TENDER NO.

ROAD NAME

ENGINEERS ESTIMATES

CONSTITUENCY

CLOSING DATE & TIME

CATEGORY

PRETENDER DATE

DOWNLOAD

1.

KeRRA/008/KEMA/KS/039/22%-2022/2023-001

KAPTARAKWA-KAPTAGAT

                5,729,546.15

KEIYO SOUTH

DATE 24TH JANUARY,2023 TIME 10.00 AM

WOMEN

12TH JANUARY,2023

DOCUMENT

2.

KeRRA/008/KEMA/KS/039/22%-2022/2023-002

EMSEA - FLOURSFAR

                9,996,966.59

KEIYO SOUTH

DATE 24TH JANUARY,2023 TIME 10.00 AM

OPEN

12TH JANUARY,2023

DOCUMENT

3.

KeRRA/008/KEMA/KS/039/22%-2022/2023-003

NYARU - KAMONDIA

                5,389,178.35

KEIYO SOUTH

DATE 24TH JANUARY,2023 TIME 10.00 AM

YOUTH

12TH JANUARY,2023

DOCUMENT

4

KeRRA/008/KEMA/KS/039/22%-2022/2023-004

MOKWO - KAPKOMOL

 

                6,584,842.00

KEIYO SOUTH

DATE 24TH JANUARY,2023 TIME 10.00 AM

OPEN

12TH JANUARY,2023

DOCUMENT

5

KeRRA/008/KEMA/KS/039/22%-2022/2023-005

SINGORO - LELBOINET

 

4,899,393.20

KEIYO SOUTH

DATE 24TH JANUARY,2023 TIME 10.00 AM

PLWD

12TH JANUARY,2023

DOCUMENT

6

KeRRA/008/KEMA/KS/039/22%-2022/2023-006

CHEMOIBEN - KIPTABACH

 

9,999,645.47

KEIYO SOUTH

DATE 24TH JANUARY,2023 TIME 10.00 AM

OPEN

12TH JANUARY,2023

DOCUMENT

7

KeRRA/008/KEMA/KN/039/22%-2022/2023-007

ANIN - KIBENDO

 

7,163,768.46

KEIYO NORTH

DATE 24TH JANUARY,2023 TIME 10.00 AM

OPEN

13TH JANUARY,2023

DOCUMENT

8

KeRRA/008/KEMA/KN/039/22%-2022/2023-008

JN C51 KAPCHEPKOIMA-ANIN

6,163,460.51

KEIYO NORTH

DATE 24TH JANUARY,2023 TIME 10.00 AM

YOUTH

13TH JANUARY,2023

DOCUMENT

9

KeRRA/008/KEMA/KN/039/22%-2022/2023-009

KANGO-KAPTUM

5,244,858.09

KEIYO NORTH

DATE 24TH JANUARY,2023 TIME 10.00 AM

PLWD

13TH JANUARY,2023

DOCUMENT

10

KeRRA/008/KEMA/KN/039/22%-2022/2023-010

KAPCHELAL-KIPKULOT-KASUBWA

7,890,097.03

KEIYO NORTH

DATE 24TH JANUARY,2023 TIME 10.00 AM

OPEN

13TH JANUARY,2023

DOCUMENT

11

KeRRA/008/KEMA/KN/039/22%-2022/2023-011

KAPTUM-KAPCHELAL

7,890,201.41

KEIYO NORTH

DATE 24TH JANUARY,2023 TIME 10.00 AM

OPEN

13TH JANUARY,2023

DOCUMENT

12

KeRRA/008/KEMA/KN/039/22%-2022/2023-012

KAPKOI-KAPTEREN- KAPSANIAK

 

8,245,412.51

KEIYO NORTH

DATE 24TH JANUARY,2023 TIME 10.00 AM

OPEN

13TH JANUARY,2023

DOCUMENT

13

KeRRA/008/KEMA/MW/039/22%-2022/2023-013

CB KAMOI-Jn E1315 KAPCHEROP

5,698,636.26

MARAKWET WEST

DATE 24TH JANUARY,2023 TIME 10.00 AM

WOMEN

10TH JANUARY,2023

DOCUMENT

14

KeRRA/008/KEMA/MW/039/22%-2022/2023-014

CHEBULBAI-CB UG KONDABILET

6,473,655.91

MARAKWET WEST

DATE 24TH JANUARY,2023 TIME 10.00 AM

OPEN

10TH JANUARY,2023

DOCUMENT

15

KeRRA/008/KEMA/MW/039/22%-2022/2023-015

KAPSILIOT (BRIDGE)-KAPKOROS

6,151,732.48

MARAKWET WEST

DATE 24TH JANUARY,2023 TIME 10.00 AM

YOUTH

10TH JANUARY,2023

DOCUMENT

16

KeRRA/008/KEMA/MW/039/22%-2022/2023-016

ARROR-TEREN-KERIO RIVER

2,815,884.18

MARAKWET WEST

DATE 24TH JANUARY,2023 TIME 10.00 AM

PLWD

10TH JANUARY,2023

DOCUMENT

17

KeRRA/008/KEMA/MW/039/22%-2022/2023-017

KAPSOWAR-SANGURUR-KASUBWA

6,943,529.78

MARAKWET WEST

DATE 24TH JANUARY,2023 TIME 10.00 AM

OPEN

10TH JANUARY,2023

DOCUMENT

18

KeRRA/008/KEMA/MW/039/22%-2022/2023-018

KAPSOWAR-SISIYA

6,518,659.47

MARAKWET WEST

DATE 24TH JANUARY,2023 TIME 10.00 AM

OPEN

10TH JANUARY,2023

DOCUMENT

19

KeRRA/008/KEMA/MW/039/22%-2022/2023-019

SISIYA-TUNYO

7,993,709.85

MARAKWET WEST

DATE 24TH JANUARY,2023 TIME 10.00 AM

OPEN

10TH JANUARY,2023

DOCUMENT

20

KeRRA/008/KEMA/ME/039/22%-2022/2023-020

KIMNAI-SOKOYO RIVER

7,898,740.97

MARAKWET EAST

DATE 24TH JANUARY,2023 TIME 10.00 AM

OPEN

11TH JANUARY,2023

DOCUMENT

21

KeRRA/008/KEMA/ME/039/22%-2022/2023-021

KAPYEGO-TANGUL

6,799,941.00

MARAKWET EAST

DATE 24TH JANUARY,2023 TIME 10.00 AM

YOUTH

11TH JANUARY,2023

DOCUMENT

22

KeRRA/008/KEMA/ME/039/22%-2022/2023-022

TANGUL-KAPCHOGE

7,201,912.14

MARAKWET EAST

DATE 24TH JANUARY,2023 TIME 10.00 AM

OPEN

11TH JANUARY,2023

DOCUMENT

23

KeRRA/008/KEMA/ME/039/22%-2022/2023-023

CHEKOIT-CHORWA

7,193,917.65

MARAKWET EAST

DATE 24TH JANUARY,2023 TIME 10.00 AM

OPEN

11TH JANUARY,2023

DOCUMENT

24

KeRRA/008/KEMA/ME/039/22%-2022/2023-024

LITER-BORORWA

6,901,152.28

MARAKWET EAST

DATE 24TH JANUARY,2023 TIME 10.00 AM

WOMEN

11TH JANUARY,2023

DOCUMENT

25

KeRRA/008/KEMA/ME/039/22%-2022/2023-025

SOKOYO RIVER-SEGUT

6,603,902.50

MARAKWET EAST

DATE 24TH JANUARY,2023 TIME 10.00 AM

PLWD

11TH JANUARY,2023

DOCUMENT

There will be mandatory pre- tender site visit as per the above schedule from 10th January, 2023 to 13th January,2023. Tender documents detailing additional requirements, specification and scope of works should be obtained from KeRRA WEBSITE; www.kerra.go.ke  for free. (Available from 3RD JANUARY, 2023)

Completed tender documents in plain sealed envelopes clearly marked: “tender no. ….……” should be addressed and submitted to:‐

THE REGIONAL DIRECTOR,

KERRA KEIYO MARAKWET,

P.O. Box 213-30700,

ITEN.

Should be deposited in the tender box at the Regional Office so as to be received on or before 24TH JANUARY, 2023 at 9.30 am. Opening will be done publicly in the presence of Bidders’ Representatives who may wish to attend.

ENG. EDWIN C. MUTAI,

 

REGIONAL DIRECTOR,

KeRRA KEIYO MARAKWET

KEIYO MARAKWET REGION - ADDENDUM NO.1 - FY 2022-23

KENYA RURAL ROADS AUTHORITY

KEIYO MARAKWET REGION

ADDENDUM NUMBER 1

Wednesday, 18th January, 2023

DOWNLOAD ADDENDUM NO.1 HERE!!!

Reference is made to the tender notice dated, Tuesday, 3rd January, 2023 FY 2022/2023 RMLF. Pursuant to Section 75(1) of the Public Procurement and Asset Disposal Act of 2015, this is to notify all bidders that following the bid documents ONLY have been amended and their closing date has been moved from 24th January, 2023 to 30th January, 2023

In addition to that please note the following

S/NO

TENDER NO.

ROAD NAME

ENGINEERS ESTIMATES

CONSTITUENCY

AREA OF CORRECTION

STATUS AFTER CORRECTION

DOWNLOAD

1

KeRRA/008/KEMA/KS/039/22%-2022/2023-004

MOKWO - KAPKOMOL

 

                6,584,842.00

KEIYO SOUTH

THERE WERE TWO BoQs for item 10

ONE HAS BEEN REMOVED

DOCUMENT

2

KeRRA/008/KEMA/KS/039/22%-2022/2023-005

SINGORO - LELBOINET

 

4,899,393.20

KEIYO SOUTH

THERE WERE TWO BoQs FOR ITEM 04

ONE HAS BEEN REMOVED

DOCUMENT

3

KeRRA/008/KEMA/MW/039/22%-2022/2023-015

KAPSILIOT (BRIDGE)-KAPKOROS

6,151,732.48

MARAKWET WEST

CONTRACT NAME, NUMBER AND AMOUNT WERE INCORRECT ON PAGE 161 OF 165

THESE HAVE BEEN CORRECTED

DOCUMENT

4

KeRRA/008/KEMA/MW/039/22%-2022/2023-019

SISIYA-TUNYO

7,993,709.85

MARAKWET WEST

THERE WERE TWO BoQs for item 08

ONE HAS BEEN REMOVED

DOCUMENT

5

KeRRA/008/KEMA/ME/039/22%-2022/2023-021

KAPYEGO-TANGUL

6,799,941.00

MARAKWET EAST

THE CONTRACT NAME AND NUMBER WERE INCORRECT ON PAGE ONE (ITT)

THESE HAVE BEEN CORRECTED

DOCUMENT

6

KeRRA/008/KEMA/ME/039/22%-2022/2023-022

TANGUL-KAPCHOGE

7,201,912.14

MARAKWET EAST

THERE WERE TWO BoQs FOR ITEM 05

ONE HAS BEEN REMOVED

DOCUMENT

Completed tender documents in plain sealed envelopes clearly marked: “tender no. ….……” should be addressed and submitted to:‐

THE REGIONAL DIRECTOR,

KERRA KEIYO MARAKWET,

P.O. Box 213-30700,

ITEN.

Should be deposited in the tender box at the Regional Office so as to be received on or before 30TH JANUARY, 2023 at 9.30 am. Those bid documents that are not affected will be closed and opened on 24th, January, 2023 at 9.30 am as indicated in the initial tender notice. Opening will be done publicly in the presence of Bidders’ Representatives who may wish to attend.

ENG. EDWIN C. MUTAI,

 

 

REGIONAL DIRECTOR,

KeRRA KEIYO MARAKWET

THE REGIONAL DIRECTOR

KENYA RURAL ROADS AUTHORITY, KEIYO MARAKWET REGION

 

 

Encl.

 

 

 

 

 

 v

KEIYO MARAKWET REGION - NOVEMBER 2018

ADDENDUM NO.1 - Download here!

Notice of Invitation to Tender

C:\Users\Manager\AppData\Local\Temp\msohtmlclip1\01\clip_image001.png                                                                                                                       

Keiyo North Constituency – Notice of Invitation Download here!

GROUP A (FOR YOUTH, WOMEN AND PERSONS WITH DISABILITY)

Tender No

Road Name/Link

Allocation

Reservations/Eligible Group to Bid

Date of Pre Tender site Visit

KeRRA/011/KEMA/39/2-33-18/19-016

C661(Kaptubei - Kiptoro)

Download

5,306,103.55

Women

15/11/2018

KeRRA/011/KEMA/39/2-33-18/19-032

C662(Kango - Kaptum)

Download

2,020,000.00

Youth

15/11/2018

KeRRA/011/KEMA/39/2-33-18/19-023

C662 (Kibendo - Kango)

Download

3,700,000.00

Persons with Disability

15/11/2018

GROUP B (OPEN TO ALL BIDDERS)

KeRRA/011/KEMA/39/2-33-18/19-017

C662(Anin - Kibendo)

Download

3,000,000.00

Prequalified Firms in Category C/YWPD

15/11/2018

KeRRA/011/KEMA/39/2-33-18/19-018

C662(JN C51 Kapchepkoima - Anin)

Download

2,500,000.00

Prequalified Firms in Category C/YWPD

15/11/2018

KeRRA/011/KEMA/39/2-33-18/19-019

C662(Kiptoit - Kosubwa)

Download

3,291,004.99

Prequalified Firms in Category C/YWPD

15/11/2018

KeRRA/011/KEMA/39/2-33-18/19-020

C662 (Kapchelal - kiptoit)

Download

2,439,003.25

Prequalified Firms in Category C/YWPD

15/11/2018

KeRRA/011/KEMA/39/2-33-18/19-021

C662 (Kaptum - Kapchelal)

Download

2,700,000.00

Prequalified Firms in Category C/YWPD

15/11/2018

KeRRA/011/KEMA/39/2-33-18/19-022

C661 (Kiptoro - kilos)

Download

5,961,868.68

Prequalified Firms in Category C/YWPD

15/11/2018

           

Keiyo South Constituency - Download here!

GROUP A (FOR YOUTH, WOMEN AND PERSONS WITH DISABILITY)

KeRRA/011/KEMA/39/2-33-18/19-029

C651 (Kaptagat – Kaptarakwa)

Download

5,000,000.00

Women

14/11/2018

KeRRA/011/KEMA/39/2-33-18/19-027

C636(Nyaru - Kapkaiyo)

Download

4,299,854.93

Youth

14/11/2018

KeRRA/011/KEMA/39/2-33-18/19-028

C639(Kamwosor - Flourspar)

Download

2,500,000.00

Persons with Disability

14/11/2018

GROUP B (OPEN TO ALL BIDDERS)

KeRRA/011/KEMA/39/2-33-18/19-024

C639(Kamwosor - Flourspar)

Download

2,200,000.00

Prequalified Firms in Category C/YWPD

14/11/2018

KeRRA/011/KEMA/39/2-33-18/19-026

C663(Kipsaos - Kapkaiyo)

Download

2,461,910.31

Prequalified Firms in Category C/YWPD

14/11/2018

KeRRA/011/KEMA/39/2-33-18/19-035

C661 (Biretwo - Kaptubei)

Download

2,500,000.00

Prequalified Firms in Category C/YWPD

14/11/2018

KeRRA/011/KEMA/39/2-33-18/19-025

C636(Nyaru - Kapkaiyo)

Download

5,000,000.00

Prequalified Firms in Category C/YWPD

14/11/2018

KeRRA/011/KEMA/39/2-33-18/19-030

C663 (Kipsaos - Kapkaiyo)

Download

3,200,000.00

Prequalified Firms in Category C/YWPD

14/11/2018

KeRRA/011/KEMA/39/2-33-18/19-031

C665 (Emsea - Flourspar)

Download

3,056,092.76

Prequalified Firms in Category C/YWPD

14/11/2018

KeRRA/011/KEMA/39/2-33-18/19-034

C646 (Kutwomuso - Boundary)

Download

700,000.00

Prequalified Firms in Category C/YWPD

14/11/2018

Addendum No. 1- Download here!

Marakwet East Constituency - Download here!

GROUP A (FOR YOUTH, WOMEN AND PERSONS WITH DISABILITY)

KeRRA/011/KEMA/39/2-33-18/19-001

C661(Chesetan - Tot)

Download

3,952,031.93

Women

16/11/2018

KeRRA/011/KEMA/39/2-33-18/19-002

C661(Tunyo - Chesetan)

Download

3,533,882.39

Persons with Disability

16/11/2018

KeRRA/011/KEMA/39/2-33-18/19-008

C597 (JN Tenderwa - Kapyego)

Download

4,830,900.50

Youth

19/11/2018

GROUP B (OPEN TO ALL BIDDERS)

KeRRA/011/KEMA/39/2-33-18/19-003

C664(Maina – Chesoi- Centre 1)

Download

3,849,698.58

Prequalified Firms in Category A/YWPD

16/11/2018

KeRRA/011/KEMA/39/2-33-18/19-004

C664(Tuturung - Tirap)

Download

4,664,627.24

Prequalified Firms in Category A/YWPD

19/11/2018

KeRRA/011/KEMA/39/2-33-18/19-005

C664(Chesoi Centre 1 - Tuturung)

Download

3,199,751.43

Prequalified Firms in Category A/YWPD

19/11/2018

KeRRA/011/KEMA/39/2-33-18/19-007

C597 (CB Kapsangar( Kalya Bridge) JN Tenderwa - Kamelei)

Download

4,830,846.68

Prequalified Firms in Category C/YWPD

19/11/2018

KeRRA/011/KEMA/39/2-33-18/19-006

C664 (Chesoi – Chukor - Murkutwo)

Download

2,056,097.62

Prequalified Firms in Category C/YWPD

16/11/2018

Marakwet West Constituency - Download here!

GROUP A (FOR YOUTH, WOMEN AND PERSONS WITH DISABILITY)

KeRRA/011/KEMA/39/2-33-18/19-009

C661(Kilos – Arror - Tunyo)

Download

5,000,000.00

Women

16/11/2018

KeRRA/011/KEMA/39/2-33-18/19-012

C625(CB Kamoi – JN E1415 Kapcherop)

Download

4,800,000.00

Youth

19/11/2018

KeRRA/011/KEMA/39/2-33-18/19-014

C647 (Kapsiliot(Bridge) – Kapkoros - Sangurur)

Download

5,517,101.27

Persons with Disability

16/11/2018

GROUP B (OPEN TO ALL BIDDERS)

KeRRA/011/KEMA/39/2-33-18/19-010

C662(JN E340 Kapsowar – JN E336 Sangurur)

Download

5,500,000.00

Prequalified Firms in Category C/YWPD

19/11/2018

KeRRA/011/KEMA/39/2-33-18/19-011

C660(Teren – Kerio River)

Download

955,925.15

Prequalified Firms in Category C/YWPD

16/11/2018

KeRRA/011/KEMA/39/2-33-18/19-013

C635(JN D329 Chebulbai – CB UG Kondabilet)

Download

5,000,000.00

Prequalified Firms in Category C/YWPD

19/11/2018

KeRRA/011/KEMA/39/2-33-18/19-015

G81869 (Arror – Sisiya - Kapsowar)

Download

4,144,761.03

Prequalified Firms in Category C/YWPD

16/11/2018

KEIYO MARAKWET REGION 10%CS TENDERS FY 2022-2023

KENYA RURAL ROADS AUTHORITY

KEIYO MARAKWET REGION

TENDER NOTICE MARCH 2023

In the Financial Year 2022-2023 KeRRA has Allocated Special Funds for Routine Maintenance of Keiyo South, Keiyo North, Marakwet East and Marakwet West Constituencies Roads and invites bids from Eligible Contractors to carry out the works financed by FY 2022/2023 under 10% MINISTER on the projects as highlighted in the below table

S/NO

TENDER NO.

ROAD NAME

ESTIMATED BUDGET)

CONSTITUENCY

CLOSING DATE & TIME

CATEGORY

1.

KeRRA/008/KEMA/ME/10%MIN/039/038-2022/2023

MARON-CHERUTICH-SAMBALAT

9,999,219.69

MARAKWET EAST

DATE 28TH MARCH, 2023 TIME 9.30 AM

OPEN

2.

KeRRA/008/KEMA/ME/10%MIN/039/039-2022/2023

KAPYEGO-TANGUL

9,998,917.42

MARAKWET EAST

DATE 28TH MARCH, 2023 TIME 9.30 AM

OPEN

3.

KeRRA/008/KEMA/ME/10%MIN/039/040-2022/2023

CHEPKOIT-TIRIJI

9,999,920.73

MARAKWET EAST

DATE 28TH MARCH, 2023 TIME 9.30 AM

PLWD

4

KeRRA/008/KEMA/ME/10%MIN/039/041-2022/2023

CHEPYOMET-TANGUL

9,998,918.90

MARAKWET EAST

DATE 28TH MARCH, 2023 TIME 9.30 AM

OPEN

5

KeRRA/008/KEMA/ME/10%MIN/039/042-2022/2023

TIRIJI-CHEPYOMET

9,999,488.97

MARAKWET EAST

DATE 28TH MARCH, 2023 TIME 9.30 AM

OPEN

6

KeRRA/008/KEMA/KN/10%MIN/039/043-2022/2023

KAPCHELAL-KIPTOIT-KIPKULOT

9,995,932.46

KEIYO NORTH

DATE 28TH MARCH, 2023 TIME 9.30 AM

YOUTH

7

KeRRA/008/KEMA/KN/10%MIN/039/044-2022/2023

LILLIS-KIPTABUS-KAMELIL

 

9,9;98,927.29

KEIYO NORTH

DATE 28TH MARCH, 2023 TIME 9.30 AM

OPEN

8

KeRRA/008/KEMA/KS/10%MIN/039/045-2022/2023

FLAX KIPKABUS

 

9,999,617.11

KEIYO SOUTH

DATE 28TH MARCH, 2023 TIME 9.30 AM

WOMEN

9

KeRRA/008/KEMA/KS/10%MIN/039/046-2022/2023

MATUNGEN-EMIS-SURMO

 

9,999,620.09

KEIYO SOUTH

DATE 28TH MARCH, 2023 TIME 9.30 AM

WOMEN

10

KeRRA/008/KEMA/KS/10%MIN/039/047-2022/2023

CHERORGET-SIMIT-MUSKUT

9,999,991.35

KEIYO SOUTH

DATE 28TH MARCH, 2023 TIME 9.30 AM

OPEN

11

KeRRA/008/KEMA/KS/10%MIN/039/048-2022/2023

TURESHA-NGOBISHI-KAPSEKWA-MUSKUT

9,999,810.47

KEIYO SOUTH

DATE 28TH MARCH, 2023 TIME 9.30 AM

OPEN

12

KeRRA/008/KEMA/KS/10%MIN/039/049-2022/2023

KAPTORKOK-KAPTERE-CHANGACH-ROKOCHO

9,994,229.04

KEIYO SOUTH

DATE 28TH MARCH, 2023 TIME 9.30 AM

YOUTH

13

KeRRA/008/KEMA/MW/10%MIN/039/050-2022/2023

KIPGOLDI-CHEMOSOP

9,849,845.67

MARAKWET WEST

DATE 28TH MARCH, 2023 TIME 9.30 AM

WOMEN

14

KeRRA/008/KEMA/MW/10%MIN/039/051-022/2023

CHEMWANIA-KIPCHEMOSO

9,999,836.55

MARAKWET WEST

DATE 28TH MARCH, 2023 TIME 9.30 AM

YOUTH

15

KeRRA/008/KEMA/MW/10%MIN/039/052-2022/2023

KERIO RIVER-ARROR CENTER/ARROR GIRLS

6,999,810.11

MARAKWET WEST

DATE 28TH MARCH, 2023 TIME 9.30 AM

OPEN

16

KeRRA/008/KEMA/MW/10%MIN/039/053-2022/2023

KIPLABAI POLYTECHNIC-KAPSAILE

7,999,782.58

MARAKWET WEST

DATE 28TH MARCH, 2023 TIME 9.30 AM

PLWD

17

KeRRA/008/KEMA/MW/10%MIN/039/054-2022/2023

CHEBARA-SUMBEIYWET-JEMUNADA

9,999,532.44

MARAKWET WEST

DATE 28TH MARCH, 2023 TIME 9.30 AM

OPEN

18

KeRRA/008/KEMA/MW/10%MIN/039/055-2022/2023

KAPTALAMWA-KERER-KAPSANGAR

9,959,549.55

MARAKWET WEST

DATE 28TH MARCH, 2023 TIME 9.30 AM

OPEN

19

KeRRA/008/KEMA/MW/10%MIN/039/056-2022/2023

CHEMULANY-KABEREWO-KAMAKORIO ROAD

9,884,656.19

MARAKWET WEST

DATE 28TH MARCH, 2023 TIME 9.30 AM

OPEN

20

KeRRA/008/KEMA/MW/10%MIN/039/057-2022/2023

KAPTEGAA-KIPTAITAI-KAMASAT

9,999,815.26

MARAKWET WEST

DATE 28TH MARCH, 2023 TIME 9.30 AM

OPEN

21

KeRRA/008/KEMA/MW/10%MIN/039/058-2022/2023

KAPKANYAR JN -KAPSAIT

9,999,399.24

MARAKWET WEST

DATE 28TH MARCH, 2023 TIME 9.30 AM

YOUTH

There will be no pre- tender site visit due to the covid -19 pandemic. Tender documents detailing additional requirements, specification and scope of works should be obtained from KeRRA WEBSITE; www.kerra.go.ke  for free. (Available from 17TH MARCH, 2023)

Completed tender documents in plain sealed envelopes clearly marked: “tender no. ….……” should be addressed and submitted to:‐

THE REGIONAL DIRECTOR,

KERRA KEIYO MARAKWET,

P.O. Box 213-30700,

ITEN.

Should be deposited in the tender box at the Regional Office so as to be received on or before 28TH MARCH, 2023 at 9.30 am. Opening will be done publicly in the presence of a few Bidders’ Representatives to avoid crowding.

ENG. DAVID R. KIBET,

REGIONAL DIRECTOR,

KeRRA KEIYO MARAKWET

KEIYO MARAKWET REGION JANUARY TENDERS

KENYA RURAL ROADS AUTHORITY

KEIYO MARAKWET REGION

TENDER NOTICE JANUARY, 2023

In the Financial Year 2022-2023 KeRRA has Allocated Funds for Routine Maintenance of Keiyo South, Keiyo North, Marakwet East and Marakwet West Constituencies Roads and invites bids from eligible Contractors to carry out the works financed by FY 2022/2023 under 10% RMLF on the projects as highlighted in the below table

S/NO

TENDER NO.

ROAD NAME

ENGINEERS ESTIMATES

CONSTITUENCY

CLOSING DATE & TIME

CATEGORY

.1

KeRRA/008/KEMA/KS/039/10%-2022/2023-027

KAPTARAKWA-KAPTAGAT

                6,457,707.95

KEIYO SOUTH

DATE 22ND  FEBRUARY,2023 TIME 10.00 AM

WOMEN

2

KeRRA/008/KEMA/KN/039/10%-2022/2023-030

SINGORE-KIBENDO

 

                6,876,257.13

KEIYO NORTH

DATE 22ND  FEBRUARY,2023 TIME 10.00 AM

YOUTH

3

KeRRA/008/KEMA/MW/039/10%-2022/2023-033

KAPSOWAR-SANGURUR-KASUBWA

 

6,469,730.18

MARAKWET WEST

DATE 22ND  FEBRUARY,2023 TIME 10.00 AM

OPEN

4

KeRRA/008/KEMA/ME/039/10%-2022/2023-036

JN TENDERWA-KAPSANGAR(KALYA BRIDGE)

                5,529,452.99

 

MARAKWET EAST

DATE 22ND  FEBRUARY,2023 TIME 10.00 AM

OPEN

Interested Bidders will make their own arrangement to go for pretender site visits.Tender documents detailing additional requirements, specification and scope of works should be obtained from KeRRA WEBSITE; www.kerra.go.ke  for free. (Available from 30TH JANUARY, 2023)

Completed tender documents in plain sealed envelopes clearly marked: “tender no. ….……” should be addressed and submitted to:‐

THE REGIONAL DIRECTOR,

KERRA KEIYO MARAKWET,

P.O. Box 213-30700,

ITEN.

Should be deposited in the tender box at the Regional Office so as to be received on or before 22ND FEBRUARY, 2023 at 9.30 am. Opening will be done publicly in the presence of Bidders’ Representatives who may wish to attend.

ENG. DAVID ROTICH KIBET

REGIONAL DIRECTOR,

KeRRA KEIYO MARAKWET

KEIYO MARAKWET REGION- 22%RMLF FOR CRC-FY 2020-21 TENDERS

 KENYA RURAL ROADS AUTHORITY

 KEIYO - MARAKWET REGION

 INVITATION TO TENDER NOTICE

ADDENDUM NO.2

ADDENDUM NO.1

DOWNLOAD TENDER NOTICE HERE!

Thursday, 24th December, 2020

  

In the Financial Year 2020-2021, KeRRA through the Keiyo-Marakwet Regional Office, has allocated Funds under 22% RMLF for Routine Maintenance of Roads, within the Region and invites bids from Eligible Contractors to carry out the under listed roadworks projects.

 

TENDER NO. AND FINANCIAL YEAR

ROAD NAME

CONSTITUENCY, FUNDS

CLOSING DATE   AND TIME

GROUP CATEGORY

PRE-TENDER SITE VISIT DATE.

DOWNLOAD

KeRRA/011/KEMA/39/001/2020 | 21

(C646) Kutwopmoso – UG Boundary 

22% RMLF,  Keiyo South 

8th January, 2021, 9:30 am

Pre-qualified under, Cat C, Keiyo South

Not Mandatory

DOCUMENT

KeRRA/011/KEMA/39/002/2020 | 21

(C651) Kaptarakwa – Kaptagat 

22% RMLF,  Keiyo South 

8th January, 2021, 9:30 am

AGPO – Women  

Not Mandatory

DOCUMENT

KeRRA/011/KEMA/39/003/2020 | 21

(C663) Enego – Molol 

22% RMLF,  Keiyo South 

8th January, 2021, 9:30 am

Pre-qualified under, Cat C, Keiyo South

Not Mandatory

DOCUMENT

KeRRA/011/KEMA/39/004/2020 | 21

(C663) Kipsaos – Enego 

22% RMLF,  Keiyo South 

8th January, 2021, 9:30 am

Pre-qualified under, Cat C, Keiyo South

Not Mandatory

DOCUMENT

KeRRA/011/KEMA/39/005/2020 | 21

(C663) Molol – Kapkaiyo 

22% RMLF,  Keiyo South 

8th January, 2021, 9:30 am

AGPO – Youth  

Not Mandatory

DOCUMENT

KeRRA/011/KEMA/39/006/2020 | 21

(C665) Emsea – Flourspar 

22% RMLF,  Keiyo South 

8th January, 2021, 9:30 am

AGPO – PWD  

Not Mandatory

DOCUMENT

KeRRA/011/KEMA/39/007/2020 | 21

(C662) Anin – Kibendo 

22% RMLF,  Keiyo North 

8th January, 2021, 9:30 am

AGPO – Youth  

Not Mandatory

DOCUMENT

KeRRA/011/KEMA/39/008/2020 | 21

(C662) Jn C51 Kapchekoima – Anin 

22% RMLF,  Keiyo North 

8th January, 2021, 9:30 am

Pre-qualified under, Cat C, Keiyo North

Not Mandatory

 DOCUMENT

KeRRA/011/KEMA/39/009/2020 | 21

(C662) Kango – Kaptum 

22% RMLF,  Keiyo North 

8th January, 2021, 9:30 am

AGPO – PWD  

Not Mandatory

DOCUMENT

KeRRA/011/KEMA/39/010/2020 | 21

(C662) Kapchelal – Kipkilott – Kasubwa   

22% RMLF,  Keiyo North 

8th January, 2021, 9:30 am

Pre-qualified under, Cat C, Keiyo North

Not Mandatory

DOCUMENT

KeRRA/011/KEMA/39/011/2020 | 21

(C662) Kaptum – Kapchelal 

22% RMLF,  Keiyo North   

8th January, 2021, 9:30 am

AGPO – Women   

Not Mandatory

DOCUMENT

KeRRA/011/KEMA/39/012/2020 | 21

(G81440) Kapkoi – Kapteren – Kapsaniak   

22% RMLF,  Keiyo North 

8th January, 2021, 9:30 am

Pre-qualified under, Cat C, Keiyo North

Not Mandatory

DOCUMENT

KeRRA/011/KEMA/39/013/2020 | 21

(C625) CB Kamol – Jn 1315 Kapcherop 

22% RMLF,  Marakwet West 

8th January, 2021, 9:30 am

AGPO – Youth  

Not Mandatory

DOCUMENT

KeRRA/011/KEMA/39/014/2020 | 21

(C635) JN D329 Chebulbai – CB UG Kondabilet 

22% RMLF,  Marakwet West 

8th January, 2021, 9:30 am

AGPO – PWD  

Not Mandatory

DOCUMENT

KeRRA/011/KEMA/39/015/2020 | 21

(C647) Kapsiliot (Bridge) –  Kapkoros –  Sangurur 

22% RMLF,  Marakwet West 

8th January, 2021, 9:30 am

Pre-qualified under, Cat C, Marakwet West

Not Mandatory

DOCUMENT

KeRRA/011/KEMA/39/016/2020 | 21

(C662) Jn 340 Kapsowar – JN 336 Sangurur 

22% RMLF,  Marakwet West 

8th January, 2021, 9:30 am

Pre-qualified under, Cat C, Marakwet West

Not Mandatory

DOCUMENT

KeRRA/011/KEMA/39/017/2020 | 21

(G81869) Kapsowar – Sisiya 

22% RMLF,  Marakwet West 

8th January, 2021, 9:30 am

AGPO – Women  

Not Mandatory

DOCUMENT

KeRRA/011/KEMA/39/018/2020 | 21

(G81869) Sisiya – Tunyo 

22% RMLF,  Marakwet West 

8th January, 2021, 9:30 am

Pre-qualified under, Cat C, Marakwet West

Not Mandatory

DOCUMENT

KeRRA/011/KEMA/39/019/2020 | 21

(G81895) Kimnai – Segut 

22% RMLF,  Marakwet East

8th January, 2021, 9:30 am

Pre-qualified under, Cat C, Marakwet East

Not Mandatory

DOCUMENT

KeRRA/011/KEMA/39/020/2020 | 21

(G81938) Kapyego – Tangul 

22% RMLF,  Marakwet East

8th January, 2021, 9:30 am

AGPO – Youth  

Not Mandatory

DOCUMENT

KeRRA/011/KEMA/39/021/2020 | 21

(G81938) Tangul – Kapchoge 

22% RMLF,  Marakwet East

8th January, 2021, 9:30 am

AGPO – PWD  

Not Mandatory

DOCUMENT

KeRRA/011/KEMA/39/022/2020 | 21

(G81955) Chepkoit – Chorwa 

22% RMLF,  Marakwet East

8th January, 2021, 9:30 am

Pre-qualified under, Cat C, Marakwet East

Not Mandatory

DOCUMENT

KeRRA/011/KEMA/39/023/2020 | 21

(G81965) Liter – Bororwa 

22% RMLF,  Marakwet East

8th January, 2021, 9:30 am

AGPO – Women  

Not Mandatory

DOCUMENT

Attach certified copies of Certificates of Registration/Incorporation, Valid Tax Compliance Certificate, valid NCA roadworks registration certificate and respective NCA annual practising license certificate, certified copy of valid respective AGPO group certificates issued by the National Treasury, recent 12 months CR12 certificates and other requirements, The Certificates / Licenses issued by the respective issuing Authorities/Agencies will be verified to confirm authenticity of the contents.

In line with the MOH protocols on COVID-19, the pre-tender site visit shall not be mandatory, however Contractors who wish to visit the projects can do so at their own cost.

NOTE: A contractor / Associate company are eligible for award of ONLY ONE Tender in Keiyo - Marakwet in the Financial Year (2020-2021). Contractors who have already been awarded tender in that Financial Year in the Region are not eligible. Tender documents detailing additional requirements, specification and scope of works should be obtained from KeRRA WEBSITE; www.kerra.go.ke  for free.

All clarification on the tenders should be sought in writing through our Email. This email address is being protected from spambots. You need JavaScript enabled to view it.

Completed duly serialized tender documents in Wax sealed plain envelopes marked with Tender reference number, Constituency and road name description, without bidder’s identity, should be deposited in the Tender Box located at the KeRRA Keiyo-Marakwet, The Deputy Director’s (DD) office in Iten or be addressed and sent to;

The Deputy Director,

Kenya Rural Roads Authority – Keiyo Marakwet Region,

P.O. Box 213-30700,

ITEN

 

so as to be received by Closure date and time as indicated above, in KeRRA Regional Offices in Iten. Opening of bids will take place immediately thereafter in presence of Tenderers’ representatives who wish to attend. Submission of late Bids from the indicated dates and prescribed time shall be rejected.      

                                                            

DEPUTY DIRECTOR

KEIYO-MARAKWET

KERICHO JULY 10%CS & GoK Tender Notice

 

Download The adverts here

 

 

 

 

 

 

 

 

 

 

 

 

KENYA RURAL ROADS AUTHORITY KERICHO REGION

clip_image001.gif

Download Addendum No. 1 Here.

TENDER NOTICE: Download here.

KENYA RURAL ROADS AUTHORITY KERICHO REGION

clip_image001.gif

TENDER NOTICE

DATE OF TENDER NOTICE: 27TH JUNE 2019

TENDERS FOR ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF ROADS UNDER 10% CS ALLOCATION/KRB FUNDING

The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of Rural Roads in Kenya. 

KeRRA, Kericho Region, on behalf of the Ministry of Transport, Infrastructure, Housing and Urban Development, State Department of Infrastructure invites bids from eligible firms to tender for Routine Maintenance and Spot Improvement of roads in the following schedule funded by the Government of Kenya in the Financial Year 2018/2019.

S/NO.

ROAD NAME

TENDER NUMBER

RESERVED

BUDGET

Downloads

1

SITIAN – KIBIEMIT ROAD

KeRRA/011/KCO/39/GOK/001/18-19

OPEN

5,000,000

Download

2

JCN E1093 – KIPLELGUTIK ROAD

KeRRA/011/KCO/39/GOK/002/18-19

YOUTH

5,000,000

Download

3

B1 CHEPSEON - D315 KURESOI ROAD

KeRRA/011/KCO/39/GOK/003/18-19

WOMEN

5,000,000

Download

4

CHERES-KAMWINGI ROAD

KeRRA/011/KCO/39/10%CS/014/OPEN/18-19

OPEN

4,500,000

Download

5

KIMUGUL-KIMOSON ROAD

KeRRA/011/KCO/39/10%CS/015/OPEN/18-19

OPEN

4,500,000

Download

6

HILLTOP-WAMBARE ROAD

KeRRA/011/KCO/39/10%CS/016/OPEN/18-19

OPEN

3,000,000

Download

Mandatory Pre-Tender site visits shall be conducted on Tuesday, 2nd July 2019.  Interested Bidders are requested to assemble at the KeRRA, Kericho Regional Office at 9.00am. Bidders are advised to make their own transport arrangements for the pre-tender site visits.

INSTRUCTIONS TO TENDERERS

Eligible bidders must meet/provide the following requirements:

  1. Certified copy of Certificate of Incorporation
  2. PIN and VAT Registration Certificate
  3. Copy of Valid Tax Compliance Certificate verifiable at KRA’s portal.
  4. Certified copy of recent CR12 form generated through the system within a period of 12 months before opening date.
  5. Valid Practising Licence from National Construction Authority (NCA 8 and above) for Road Works. This must be valid at the date of tender submission.
  6. Certified copy of a valid certificate of registration in a target group issued by National Treasury or the respective County Treasury in the relevant category (Youth, Women and PWD)
  7. Proof of Experience in works of a similar nature and size for each of the last Two years (Does not apply to Youth, Women and PWD Tenders)
  8. Proof of major items of construction equipment owned or leased;
  9. CV’s and copies of qualification certificates of key site management and technical personnel proposed for the Contract;

clip_image002.gif

Page 1 of 2

  1. Audited accounts for the last two years, all the pages must be initialised and stamped by both a practising Auditor registered with ICPAK and one of the Directors (Does not apply to Youth, Women and PWD Tenders)
  2. Bank statements for the last six months. The statements must be certified by the issuing bank on all pages (Does not apply to Youth, Women and PWD Tenders)
  3. A Commitment letter from the bidder showing that they will be able to perform if awarded the contract (Applicable to Youth, Women and PWD Tenders Only)
  4. Authority to seek reference from the Tenderer’s bankers dated not earlier than 6 months prior to the date of tender submission.
  5. Litigation History.
  6. Bidders shall sequentially serialise all pages for each tender document submitted.
  7. Bidders must be prequalified in Kericho Region for the relevant category of works (Does not apply to Youth, Women and PWD Tenders)
  8. Must provide Identification Cards (I.Ds) or National passports for the Directors (Youth, Women and PWD)
  9. Duly filled, Stamped & Signed Form of Bid
  10. Duly filled & Stamped Confidential Business Questionnaire
  11. Duly filled, stamped and signed Power of Attorney form
  12. Dully filled Tender Securing Declaration Form
  13. A copy of Pre-tender site visit certificate
  14. Provide a brief work methodology

NOTE

  1. Certification of documents shall be original and executed by a Commissioner for Oaths
  2. No bidder shall be awarded more than one tender as advertised in this notice.
  3. Tenders shall remain valid for a period of 120 days from the date of submission.

Bidders are requested to download full details of the advertisement and tender documents from the Authority’s Website www.kerra.go.ke with effect from Monday, 1st  July, 2019 or obtain complete Tender Documents KeRRA, Kericho Regional Office as from Tuesday 2nd July, 2019 during normal working hours upon payment of a non-refundable fee of Ksh.1, 000 (One Thousand only) deposited directly to Kenya Commercial Bank (KCB), Moi Avenue Branch, Account No. 1114343196, Account Name: KeRRA A-1-A; Transacted by:  R31.... (Firm name) OR documents can be downloaded free of charge from KeRRA website, www.kerra.go.ke

The sealed bids, labelled with the Tender No. MUST be deposited in the tender box at the Regional Office on or before FRIDAY, 12th JULY 2019 at 10.00 am. Thereafter, opening of the bids will take place at the same venue starting from 10.00 am.

 

REGIONAL DEPUTY DIRECTOR

KERICHO REGION

 

 

 

Page 2 of 2

 

Kericho Region

26 th February, 2018

TENDER NOTICE (22%rmlf), 2017-2018: ADDENDUM No.2

Reference is made to the Tender Advert 22% RMLF allocation for road works for Financial Year 2017/2018 dated Monday, 12th February, 2018 We wish to notify all interested contractors who participated in the pre-tender site visits that the tender closing date has been postponed from Thursday, 1 st March, 2018 to Monday, 5 th March, 2018.
Opening of the Bids shall commence at 10.00 am in the presence of Bidders/Representatives who wish to be present All other conditions remain the same We sincerely apologize for any inconvenience caused

Eng.M.Koech
Regional Manager

Road Code

Road Name

Constituency

Tender No.

Road workCategory

 Work Plan Cost (incl. VAT)

Pre-Bid site  visit Date

Eligibility

Downloads

U-G712791

Kipsirichet-E1100 Chesiliet-Kimout

Kipkelion East

KeRRA/011/KCO/39/22%CRC/008/2017-2018

D

1,066,167.60

19.02.2018

General

addendum 1
addendum 2

Download

E1099

D312 Kaptenet-Kichawir

Kipkelion East

KeRRA/011/KCO/39/22%CRC/009/2017-2018

D

1,998,216.00

19.02.2018

Women

addendum 1
addendum 2

Download 

E1106

B1 Kapkawa-DB Kericho east

Sigowet/Soin

KeRRA/011/KCO/39/22%CRC/010/2017-2018

D

2,500,125.73

21.02.2018

Youth

Download

addendum 1
addendum 2

E 200

Chemosot-Chepkwarkwaran

Bureti

KeRRA/011/KCO/39/22%CRC/011/2017-2018

D

1,165,582.50

22.02.2018

General

addendum 1
addendum 2

Download

R13-Kericho

Kimorogo-E1107 Sosiot

Belgut

KeRRA/011/KCO/39/22%CRC/012/2017-2018

D

1,807,991.54

22.02.2018

Women

addendum 1
addendum 2

Download
BoQ

R9-Kericho

C23 Seretut-D228Chepkutbei

Belgut

KeRRA/011/KCO/39/22%CRC/013/2017-2018

D

1,496,086.80

22.02.2018

Youth

addendum 1
addendum 2

Download

U-G712783

C35 Kenyelet-D314 Tuiyobei

Kipkelion West

KeRRA/011/KCO/39/22%CRC/014/2017-2018

D

854,108.00

20.02.2018

General

addendum 1
addendum 2

Download

R11A- Kericho

C25 Kiptere-CB Belgut

Soin/Sigowet

KeRRA/011/KCO/39/22%CRC/015/2017-2018

C

1,399,772.00

21.02.2018

Women

addendum 1
addendum 2

Download

T2301-Kericho

D 229 Kericho-E222 Keongo

Ainamoi

KeRRA/011/KCO/39/22%CRC/016/2017-2018

C

5,483,969.60

21.02.2018

General

addendum 1
addendum 2

Download

E224 Keongo-Septet Ainamoi KeRRA/011/KCO/39/22%CRC/017/2017-2018 C 2,312,924.00 21.02.2018 PDW’S

addendum 1
addendum 2

Download

U-G712571 Niniie-Njerian Ainamoi KeRRA/011/KCO/39/22%CRC/018/2017-2018 C 3,190,348.00 21.02.2018 General

addendum 1
addendum 2

Download

E1096 D312 Kapsaos- D229 Ainamoi Ainamoi KeRRA/011/KCO/39/22%CRC/019/2017-2018 C 3,004,400.00 21.02.2018 Women

addendum 1
addendum 2

Download

E1106 DB Kericho west-B1 Sitotwet Ainamoi KeRRA/011/KCO/39/22%CRC/020/2017-2018 C 3,304,840.00 21.02.2018 General

addendum 1
addendum 2

Download

R14-Kericho Torsogek-E221 Torit Ainamoi KeRRA/011/KCO/39/22%CRC/021/2017-2018 C 2,897,564.00 21.02.2018 Youth

addendum 1
addendum 2

Download

R7-Kericho E222 Kiptule-C25 Keben Belgut KeRRA/011/KCO/39/22%CRC/022/2017-2018 C 2,998,948.00 22.02.2018 General

addendum 1
addendum 2

Download

R7J1-Kericho C25 Keben-Koitalel Belgut KeRRA/011/KCO/39/22%CRC/023/2017-2018 C 1,999,376.00 22.02.2018 PWD’S

addendum 1
addendum 2

Download

U-G73020 C25 Kaptoboiti-Machorwa Belgut KeRRA/011/KCO/39/22%CRC/024/2017-2018 C 2,562,393.60 22.02.2018 General

addendum 1
addendum 2

Download

E222 Chebirirbei-D228 Chepnyogaa Belgut KeRRA/011/KCO/39/22%CRC/025/2017-2018 C 2,911,020.00 22.02.2018 General

addendum 1
addendum 2

Download

BoQ

U-G72997 D228 Kabianga-Rogonge Belgut KeRRA/011/KCO/39/22%CRC/026/2017-2018 C 2,966,120.00 22.02.2018 General

addendum 1
addendum 2

Download

R8-Kericho C23 Kapsuser-E222 Kipsolu Belgut KeRRA/011/KCO/39/22%CRC/027/2017-2018 C 3,457,960.00 22.02.2018 General

addendum 1
addendum 2

Download

BoQ

T2313-Buret B6 Chelilis junction- Getarwet junction Bureti KeRRA/011/KCO/39/22%CRC/028/2017-2018 C 2,499,278.00 22.02.2018 Youth

addendum 1
addendum 2

Download

RAR41- Buret Getarwet-Roret Bureti KeRRA/011/KCO/39/22%CRC/029/2017-2018 C 3,562,360.00 22.02.2018 General

addendum 1
addendum 2

Download

RAR56- Buret Cheborgei-Kipwastuiyo Bureti KeRRA/011/KCO/39/22%CRC/030/2017-2018 C 4,008,960.00 22.02.2018 General

addendum 1
addendum 2

Download

U-G712638 D226 Cheplanget-E187 Sosit Bureti KeRRA/011/KCO/39/22%CRC/031/2017-2018 C 2,903,044.42 22.02.2018 Women

addendum 1
addendum 2

Download

U-G712803 Kaplelach- Mosore Bureti KeRRA/011/KCO/39/22%CRC/032/2017-2018 C 3,008,344.00 22.02.2018 General

addendum 1
addendum 2

Download

E1090 Roret-D227 Bakoiyot Bureti KeRRA/011/KCO/39/22%CRC/033/2017-2018 C 3,000,224.00 22.02.2018 PWD’S

addendum 1
addendum 2

Download

E1091 D226 Mindililwet-DB Nyamira Sigowet/Soin KeRRA/011/KCO/39/22%CRC/034/2017-2018 C 3,004,052.00 21.02.2018 General

addendum 1
addendum 2

Download

URS12 Kapsorok- Ngendalel- Kebimbir- Kware-kileger Sigowet/Soin KeRRA/011/KCO/39/22%CRC/035/2017-2018 C 2,000,756.40 21.02.2018 General

addendum 1
addendum 2

Download

U-F7048 C25 Kiptere-Kapkochei Sigowet/Soin KeRRA/011/KCO/39/22%CRC/037/2017-2018 C 3,002,370.00 21.02.2018 General

addendum 1
addendum 2

Download

R14-Kericho B1 Kipsitet- Torsogek Sigowet/Soin KeRRA/011/KCO/39/22%CRC/038/2017-2018 C 5,305,144.00 21.02.2018 General

addendum 1
addendum 2

Download

 E236J1  Mau Thesalia-B1 Kipsitet Police  Sigowet/Soin  KeRRA/011/KCO/39/22%CRC/039/2017-2018 C  2,998,716.00  21.02.2018  PWD’S

addendum 1
addendum 2

Download

 E1100J1  D314 Tuiyobei- C35 Kipsirichet  Kipkelion East  KeRRA/011/KCO/39/22%CRC/040/2017-2018 C  1,992,067.84  19.02.2018  PWD’S

addendum 1
addendum 2

Download

E1100 B1 Chepseon complex-D314 Tuiyobei Kipkelion East KeRRA/011/KCO/39/22%CRC/041/2017-2018 C 2,122,828.00 19.02.2018 General

addendum 1
addendum 2

Download

U-G712788 E1100 J1 Tilolwet-C35 Kapkondoo Kipkelion East KeRRA/011/KCO/39/22%CRC/042/2017-2018 C 2,954,250.88 19.02.2018 Youth

addendum 1
addendum 2

Download

U-G712743 B1 Sitian-E1100 Junction Kipkelion East KeRRA/011/KCO/39/22%CRC/043/2017-2018 C 2,003,262.00 19.02.2018 General

addendum 1
addendum 2

Download

E266J1 B1 Sitian-D313 Kipyemit Kipkelion East KeRRA/011/KCO/39/22%CRC/044/2017-2018 C 1,199,498.00 19.02.2018 General

addendum 1
addendum 2

Download

D314 C35 Londiani-A104 Makutano Kipkelion East KeRRA/011/KCO/39/22%CRC/045/2017-2018 C 3,001,790.00 19.02.2018 General

addendum 1
addendum 2

Download

E254 Sorget Forest-A104 HillTop Kipkelion East KeRRA/011/KCO/39/22%CRC/046/2017-2018 C 3,860,127.36 19.02.2018 General

addendum 1
addendum 2

Download

U-G712766 D312 Kimalogit Bridge-Segetet Kipkelion West KeRRA/011/KCO/39/22%CRC/047/2017-2018 C 2,775,184.00 20.02.2018 Women

addendum 1
addendum 2

Download

 U-G712762  E251 Songonyet-Chepkechei-D312 Kebeneti  Kipkelion West  KeRRA/011/KCO/39/22%CRC/048/2017-2018 C 2,970,122.00 20.02.2018  Youth

addendum 1
addendum 2

Download

R66-Kericho D312 Kimasian-Tinga Farm Kipkelion West KeRRA/011/KCO/39/22%CRC/049/2017-2018 C 3,952,160.60 20.02.2018 General

addendum 1
addendum 2

Download

S1926-Nyando Koru-Chesigot-Singoiwek Kipkelion West KeRRA/011/KCO/39/22%CRC/050/2017-2018 C 2,978,996.00 20.02.2018 PWD’S

addendum 1
addendum 2

Download

URW5 Cherara factory- Mugut-Buratu-Kapkese Kipkelion West KeRRA/011/KCO/39/22%CRC/051/2017-2018 C 3,194,582.00 20.02.2018 General

addendum 1
addendum 2

Download

U-G712843 Kacheliba-Toroton-Magire Kipkelion West KeRRA/011/KCO/39/22%CRC/052/2017-2018 C 3,474,420.40 20.02.2018 General

addendum 1
addendum 2

Download

1)SCOPE OF WORKS 

The scope of works are as detailed in the Tender Document

  • The requirements for Bidding are as follows:

Tenderers shall include the following information and documents with their tenders, unless otherwise stated:

  1. copies of certificates of registration, and principal place of business;
  2. total monetary value of construction work performed for each of the last five years;
  3. experience in works of a similar nature and size for each of the last five years, and clients who may be contacted for further information on these contracts;
  4. major items of construction equipment owned and or signed lease agreement(s);
  5. qualifications and experience of key site management and technical personnel proposed for the Contract;
  6. reports on the financial standing of the Tenderer, such as profit and loss statements and auditor’s reports for the last five years;
  7. Authority to seek references from the Tenderer’s bankers.
  8. Registration with National Construction Authority for the applicable class valid at the date of tender of submission NCA 8 and Above
  9. Certificate of Incorporation
  10. VAT Registration Certificate
  11. Valid current Tax compliance certificate
  12. PIN registration certificate
  13. current litigation information

Tender documents may be obtained from KeRRA Website, www.kerra.go.ke, as from 22nd February, 2018

Completed bid documents, to be enclosed in a plain sealed envelope marked with the Tender name and number should be addressed to:

The Regional Manager

Kenya Rural Roads Authority

Kericho Region

P.O. Box 1483,

Kericho

and deposited in the tender box located at the KERRA OFFICES, KERICHO on or before 26th Feb, 2018 at 10.00 am. Tenders will be opened 10.05am. Contractors who wish to be present during tender opening can attend.

The Authority reserves the right to accept or reject any tender without giving reasons and is not bound to accept the lowest or any tender

Eng. M.Koech

REGIONAL MANAGER

KERICHO REGION - 10% RMLF- FY 2021-22

 

 

KERICHO REGION

TENDER NOTICE

DATE OF TENDER NOTICE: 21ST OCTOBER 2021

TENDERS FOR ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF ROADS IN UNDER 10% RMLF VOTE FOR FINANCIAL YEAR 2021/2022

ADDENDUM NOTICE 

DOWNLOAD TENDER NOTICE HERE!!!

The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of Rural Roads in Kenya.

KeRRA, Kericho Region, on behalf of the Ministry of Transport, Infrastructure, Housing and Urban Development, State Department of Infrastructure invites bids from eligible firms to tender for Routine Maintenance and Spot Improvement of roads in the following schedule funded by the Government of Kenya through the Road Maintenance Levy Fund for the Financial Year 2021/2022.

 

BURETI CONSTITUENCY

S/NO

TENDER NAME

TENDER NO.

ELIGABILIGTY

BUDGET

ALLOCATION

 

 DOWNLOAD

1.

MAINTENANCE OF TEPKUTWET-MASIAT ROAD

KeRRA/011/KCO/39/10%/004/21-22

OPEN

5,900,000.00

 REVISED DOCUMENT

2.

MAINTENANCE OF GETARWET -CHEBORGE ROAD

KeRRA/011/KCO/39/10%/005/21-22

WOMEN

5,600,000.00

REVISED DOCUMENT 

BELGUT CONSTITUENCY

S/NO

TENDER NAME

TENDER NO.

ELIGABILIGTY

BUDGET

ALLOCATION

 

DOWNLOAD

1.

MAINTENANCE OF CHEPTENYE-MOCHONGOI ROAD

KeRRA/011/KCO/39/10%/012/21-22

OPEN

4,200,000.00

REVISED DOCUMENT

2.

MAINTENANCE OF A12KAPSOIT-KAPTOBOITI-BORBORWET ROAD

KeRRA/011/KCO/39/10%/013/21-22

OPEN

3,800,000.00

REVISED DOCUMENT

3.

MAINTENANCE OF ROGONGET – MARANATHA CHURCH  ROAD

KeRRA/011/KCO/39/10%/014/21-22

YOUTH

3,500,000.00

REVISED DOCUMENT

KIPKELION WEST CONSTITUENCY

S/NO

TENDER NAME

TENDER NO.

ELIGABILIGTY

BUDGET

ALLOCATION

 

DOWNLOAD

1.

MAINTENANCE OF CHERARA- MUGUT – BURUTU FACTORY ROAD

KeRRA/011/KCO/39/10%/021/21-22

OPEN

6,500,000.00

REVISED DOCUMENT

2.

MAINTENANCE OF TOROTON-MAGIRE ROAD

KeRRA/011/KCO/39/10%/022/21-22

WOMEN

5,000,000.00

REVISED DOCUMENT

AINAMOI CONSTITUENCY

S/NO

ROAD NAME

TENDER NO.

ELIGABILIGTY

BUDGET

ALLOCATION

 

DOWNLOAD

1.

MAINTENANCE OF KAPSAOS-MURERET ROAD

KeRRA/011/KCO/39/10%/029/21-22

OPEN

3,800,000.00

REVISED DOCUMENT

2.

MAINTENANCE OF AINAMOI-MURERET ROAD

KeRRA/011/KCO/39/10%/030/21-22

YOUTH

3,900,000.00

REVISED DOCUMENT

3.

MAINTENANCE OF A12 KERICHO-KEONGO ROAD

KeRRA/011/KCO/39/10%/031/21-22

OPEN

3,800,000.00

REVISED DOCUMENT

SOIN/SIGOWET CONSTITUENCY

S/NO

ROAD NAME

TENDER NO.

ELIGABILIGTY

BUDGET

ALLOCATION

 

DOWNLOAD

1.

KIPKOK-LELAGOI

KeRRA/011/KCO/39/10%/038/21-22

OPEN

6,000,000.00

REVISED DOCUMENT

2.

LELAGOI-KOILSIR

KeRRA/011/KCO/39/10%/039/21-22

OPEN

5,500,000.00

REVISED DOCUMENT

KIPKELION EAST CONSTITUENCY

S/NO

ROAD NAME

TENDER NO.

ELIGABILIGTY

BUDGET

ALLOCATION

 

DOWNLOAD

1.

MAINTENANCE OF LONDIANI -MAKUTANO ROAD

KeRRA/011/KCO/39/10%/046/21-22

OPEN

3,500,000.00

REVISED DOCUMENT

2.

MAINTENANCE OF KIPYEMIT -SITIAN ROAD

KeRRA/011/KCO/39/10%/047/21-22

OPEN

5,500,000.00

REVISED DOCUMENT

3.

MAINTENANCE OF KURESOI -CHESINENDE ROAD

KeRRA/011/KCO/39/10%/048/21-22

PWD

2,500,000.00

REVISED DOCUMENT

Due to the COVID-19 Pandemic, there shall be NO arranged pre-tender site visits. However, the bidder shall examine the Site of Works and its surroundings and obtain for himself all information that may be necessary for preparing the bid and entering a contract for maintenance of the Works. The costs of visiting the site shall be at the bidder’s own expense.

Eligible bidders

  1. This invitation to bid is open to the prequalified bidders who are legally registered or incorporated in the Republic of Kenya as of the time of bid submission. Registration with National Construction Authority (NCA) as a Contractor is mandatory. For bids that preference has been given to Women, Youth and Persons with disabilities, this will be clearly indicated in the bid document and on this notice.
  2. The Original bid document shall be certified duly executed by the Commissioner for Oaths
  3. Evaluation shall be based post qualification criteria as stated in the tender documents.
  4. All tenders above 5M but below 10M shall furnish a BID SECURITY of an amount of 100,000 (One Hundred Thousand Shillings) in the form of unconditional bank guarantee from a reputable bank selected by the bidder and located in Kenya, or insurance bond issued by a bonding or insurance company acceptable to the Employer and approved by the PPOA. The format of the bank/ insurance guarantee shall be in accordance with bid security included in document The bid security shall remain valid for a period of 150 days beyond the date of bid submission and beyond any period of extension subsequently requested by the Employer.
  5. Bidders shall provide such evidence of their continued eligibility satisfactory to the Employer, as the Employer shall reasonably request

Bidders are requested to download full details of the advertisement and tender documents from the Authority’s Website www.kerra.go.ke with effect from  21ST  October, 2021 FREE OF CHARGE or obtain complete Tender Documents KeRRA, Kericho Regional Office during normal working hours upon payment of a non-refundable fee of Ksh.1, 000 (One Thousand only) deposited directly to Kenya Commercial Bank (KCB), Moi Avenue Branch, Account No. 1114343196, Account Name: KeRRA A-1-A; Transacted by:  R31.... (Firm name)

The sealed bids, labelled with the Tender No. MUST be deposited in the tender box at the Regional Office in, Kericho on or before 4th November 2021 at 10.00 AM. Tenders will be opened immediately in the presence of bidders or representatives who choose to attend.

Late bids will not be accepted.

 

FOR INQUIRIES CONTACT THE REGIONAL DIRECTOR ON This email address is being protected from spambots. You need JavaScript enabled to view it.

ENG G.K NYAMOTA

REGIONAL DIRECTOR

KERICHO REGION - 10%RMLF SAVINGS FY 2021-22

KENYA RURAL ROADS AUTHORITY KERICHO REGION

TENDER NOTICE

DATE OF TENDER NOTICE: 8TH JUNE 2022

TENDERS FOR ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF ROADS IN UNDER

10% RMLF SAVINGS VOTE FOR FINANCIAL YEAR 2021/2022

 DOWNLOAD TENDER NOTICE HERE!!!!

The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of Rural Roads in Kenya.

KeRRA, Kericho Region, on behalf of the Ministry of Transport, Infrastructure, Housing and Urban Development, State Department of Infrastructure invites bids from eligible firms to tender for Routine Maintenance and Spot Improvement of roads in the following schedule funded by the Government of Kenya through the Road Maintenance Levy Fund for the Financial Year 2021/2022.

 

AINAMOI CONSTITUENCY 

     

S/NO 

TENDER NAME 

TENDER NO.

ELIGIBILITY

BUDGET

ALLOCATION

 

DOWNLOAD

1.

MAINTENANCE OF

KAPSAOS-MANYOROR ROAD

KeRRA/08/KCO/39/10% SAV/076/21-22

YOUTH

2,240,000

DOCUMENT
 

BELGUT CONSTITUENCY

     

S/NO 

TENDER NAME

TENDER NO.

ELIGABILIGTY

BUDGET

ALLOCATION

 

DOWNLOAD

1.

MAINTENANCE OF

SOSIOT- CHERIBO

ROAD

KeRRA/08/KCO/39/10% SAV/077/21-22

OPEN

2,060,000

DOCUMENT

 

   

BURETI CONSTITUENCY

     

S/NO

TENDER NAME

TENDER NO.

ELIGIBILITY

BUDGET

ALLOCATION

 

DOWNLOAD

1.

MAINTENANCE OF

GETARWETJUNCTION-RORET ROAD

KeRRA/08/KCO/39/10% SAV/078/21-22

OPEN

2,500,000

DOCUMENT
 

KIPKELION EAST CONSTITUENCY 

     

S/NO 

TENDER NAME

TENDER NO.

ELIGABILIGTY

BUDGET

ALLOCATION

 

DOWNLOAD

1.

MAINTENANCE OF

 HILLTOP-LONDIANI -

ROAD

KeRRA/08/KCO/39/10% SAV/079/21-22

OPEN

3,430,000

DOCUMENT

KIPKELION WEST CONSTITUENCY 

     

S/NO 

TENDER NAME

TENDER NO.

ELIG1BILITY

BUDGET

ALLOCATION

 

DOWNLOAD

1.

MAINTENANCE OF

CHESIGOT -KITOI

KeRRA/08/KCO/39/10%SAV/080/21-22

OPEN

3,480,000

DOCUMENT
   

SOIN/SIGOWET CONSTITUENCY 

     

S/NO

TENDER NAME

TENDER NO.

ELIGIBILITY

BUDGET

ALLOCATION

 

DOWNLOAD

1.

MAINTENANCE OF MINDILILWET-LELAGOI

KeRRA/08/KCO/39/10% SAV/081/21-22

PWD

1,580,000

DOCUMENT

Due to the COVID-19 Pandemic, there shall be NO arranged pre-tender site visits. However, the bidder shall examine the Site of Works and its surroundings and obtain for himself all information that may be necessary for preparing the bid and entering a contract for maintenance of the Works. The costs of visiting the site shall be at the bidder’s own expense.

Eligible bidders 

  1. This invitation to bid is open to the prequalified bidders who are legally registered or incorporated in the Republic of Kenya as of the time of bid submission. Registration with National Construction Authority (NCA) as a Contractor is mandatory. For bids that preference has been given to Women, Youth and Persons with disabilities, this will be clearly indicated in the bid document and on this notice.
  2. The Original bid document shall be certified duly executed by the Commissioner for Oaths 3. Evaluation shall be based post qualification criteria as stated in the tender documents.
  3. All tenders above 5M but below 10M shall furnish a BID SECURITY of an amount of 100,000 (One Hundred Thousand Shillings) in the form of unconditional bank guarantee from a reputable bank selected by the bidder and located in Kenya, or insurance bond issued by a bonding or insurance company acceptable to the Employer and approved by the PPOA. The format of the bank/ insurance guarantee shall be in accordance with bid security included in document The bid security shall remain valid for a period of 60 days beyond the date of bid submission and beyond any period of extension subsequently requested by the Employer.
  4. Bidders shall provide such evidence of their continued eligibility satisfactory to the Employer, as the Employer shall reasonably request

Bidders are requested to download full details of the advertisement and tender documents from the Authority’s Website www.kerra.go.ke with effect from  8TH  June, 2022 FREE OF CHARGE or obtain complete Tender Documents KeRRA, Kericho Regional Office during normal working hours upon payment of a non-refundable fee of Ksh.1, 000 (One Thousand only) deposited directly to Kenya Commercial Bank (KCB), Moi Avenue Branch, Account No. 1114343196, Account Name: KeRRA A-1-A; Transacted by:  R31.... (Firm name)

The sealed bids, labelled with the Tender No. MUST be deposited in the tender box at the Regional Office in, Kericho on or before 20th June 2022 at 10.00 AM. Tenders will be opened immediately in the presence of bidders or representatives who choose to attend.

Late bids will not be accepted.

 

FOR INQUIRIES CONTACT THE REGIONAL DIRECTOR ON This email address is being protected from spambots. You need JavaScript enabled to view it.

ENG G.K NYAMOTA

REGIONAL DIRECTOR

KERICHO REGION - 22%RMLF SAVINGS FY 2021-22

KENYA RURAL ROADS AUTHORITY KERICHO REGION

TENDER NOTICE

DATE OF TENDER NOTICE: 8TH JUNE 2022

TENDERS FOR ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF ROADS IN UNDER

22% RMLF SAVINGS VOTE FOR FINANCIAL YEAR 2021/2022

DOWNLOAD TENDER NOTICE HERE!!! 

The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of Rural Roads in Kenya.

KeRRA, Kericho Region, on behalf of the Ministry of Transport, Infrastructure, Housing and Urban Development, and State Department of Infrastructure invites bids from eligible firms to tender for Routine Maintenance and Spot Improvement of roads in the following schedule funded by the Government of Kenya through the Road Maintenance Levy Fund for the Financial Year 2021/2022.

AINAMOI CONSTITUENCY 

     

S/NO 

TENDER NAME

TENDER NO.

ELIGIBILITY

BUDGET

ALLOCATION

 

DOWNLOAD

1.

MAINTENANCE OF CHEPKITACH-KAPMAINA ROAD

KeRRA/08/KCO/39/22%SAV/082/21-22

OPEN

5,130,000

DOCUMENT
 

BELGUT CONSTITUENCY

     

S/NO 

TENDER NAME

TENDER NO.

ELIGIBILITY

BUDGET

ALLOCATION

 

DOWNLOAD

1.

MAINTENANCE OF MOMUL-KIPTOME ROAD

KeRRA/08/KCO/39/22% SAV/083/21-22

PWD

2,690,000

DOCUMENT

 

   

BURETI CONSTITUENCY

     

S/NO

TENDER NAME

TENDER NO.

ELIGIBILITY

BUDGET

ALLOCATION

 

DOWNLOAD

1.

MAINTENANCE OF CHEMOSOT – CHEPKWARKWARAN ROAD

KeRRA/08/KCO/39/22%SAV/084-21|22

YOUTH

3,970,000

DOCUMENT

 

 

KIPKELION EAST CONSTITUENCY

     

S/NO 

TENDER NAME

TENDER NO.

ELIGIBILITY

BUDGET

ALLOCATION

 

DOWNLOAD

1.

MAINTENANCE OF

CHEPSEON COMPLEX-KIMUGUL ROAD

KeRRA/08/KCO/39/22% SAV/085/21-22

WOMEN

5,036,000

DOCUMENT
 

SIGOWET/SOIN CONSTITUENCY

     

S/NO 

TENDER NAME

TENDER NO.

ELIGIBILITY

BUDGET

ALLOCATION

 

DOWNLOAD

1.

MAINTENANCE OF

KAPSOROK-KIPSITET ROAD

KeRRA/08/KCO/39/22% SAV/086/21-22

OPEN

3,000,000

DOCUMENT

2.

MAINTENANCE OF CHEPSENGENY - CHEMAMOR ROAD

KeRRA/08/KCO/39/22%SAV/087/21-22

OPEN

2,870,000

DOCUMENT
 

KIPKELION WEST CONSTITUENCY

     

S/NO 

TENDER NAME

TENDER NO.

ELIGIBILITY

BUDGET

ALLOCATION 

DOWNLOAD

1.

MAINTENANCE OF

CHESIGOT-SINGOIYWEK -MESWA ROAD

KeRRA/08/KCO/39/22% SAV/088/21-22

OPEN

5,210,000

DOCUMENT

Due to the COVID-19 Pandemic, there shall be NO arranged pre-tender site visits. However, the bidder shall examine the Site of Works and its surroundings and obtain for himself all information that may be necessary for preparing the bid and entering a contract for maintenance of the Works. The costs of visiting the site shall be at the bidder’s own expense.

Eligible bidders 

  1. This invitation to bid is open to the prequalified bidders who are legally registered or incorporated in the Republic of Kenya as of the time of bid submission. Registration with National Construction Authority (NCA) as a Contractor is mandatory. For bids that preference has been given to Women, Youth and Persons with disabilities, this will be clearly indicated in the bid document and on this notice.
  2. The Original bid document shall be certified duly executed by the Commissioner for Oaths 3. Evaluation shall be based post qualification criteria as stated in the tender documents.
  3. All tenders above 5M but below 10M shall furnish a BID SECURITY of an amount of 100,000 (One Hundred Thousand Shillings) in the form of unconditional bank guarantee from a reputable bank selected by the bidder and located in Kenya, or insurance bond issued by a bonding or insurance company acceptable to the Employer and approved by the PPOA. The format of the bank/ insurance guarantee shall be in accordance with bid security included in document The bid security shall remain valid for a period of 60 days beyond the date of bid submission and beyond any period of extension subsequently requested by the Employer.
  4. Bidders shall provide such evidence of their continued eligibility satisfactory to the Employer, as the Employer shall reasonably request

Bidders are requested to download full details of the advertisement and tender documents from the Authority’s Website www.kerra.go.ke with effect from  8TH  June, 2022 FREE OF CHARGE or obtain complete Tender Documents KeRRA, Kericho Regional Office during normal working hours upon payment of a non-refundable fee of Ksh.1, 000 (One Thousand only) deposited directly to Kenya Commercial Bank (KCB), Moi Avenue Branch, Account No. 1114343196, Account Name: KeRRA A-1-A; Transacted by:  R31.... (Firm name)

The sealed bids, labelled with the Tender No. MUST be deposited in the tender box at the Regional Office in, Kericho on or before 20th June 2022 at 10.00 AM. Tenders will be opened immediately in the presence of bidders or representatives who choose to attend.

Late bids will not be accepted.

 

FOR INQUIRIES CONTACT THE REGIONAL DIRECTOR ON This email address is being protected from spambots. You need JavaScript enabled to view it.

 

ENG G. K NYAMOTA

REGIONAL DIRECTOR

KERICHO REGION - ADDENDUM NO.3 - 22%RMLF& 10% RMLF, FY 2021-22

KENYA RURAL ROADS AUTHORITY

KERICHO REGION

TENDER NOTICE - ADDENDUM NO. 3

TENDERS FOR ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF ROAD UNDER 22% RMLF AND 10%RMLF ALLOCATION FOR KERICHO REGION 2021/2022FY

DATE OF NOTICE: 1ST NOVEMBER, 2021

DOWNLOAD ADDENDUM NO.3 HERE!!!!

Reference is made to the above captioned Tender Notice issued on 21st October, 2021.

Pursuant to section 10, on Amendment to tendering, we hereby wish to withdraw and Amend the Tender Documents for both 22%RMLF and 10%RMLF which were to be closed/opened on 2nd November 2021 and 4th November 2021 respectively. The Revised dates for Closing/Opening is as follows;

S/NO

FUNDING

INITIAL CLOSING /OPENING DATE

REVISED OPENING /CLOSING DATE

1

22% RMLF

2ND NOVEMBER, 2021

10TH NOVEMBER, 2021

2

10% RMLF

4TH NOVEMBER, 2021

12TH NOVEMBER, 2021

NB: ALL interested bidders are advised to check on the kerra website from time to time.

 

All potential bidders are advised to download revised tender documents as from 2nd November, 2021

FOR INQUIRIES CONTACT THE REGIONAL DIRECTOR ON This email address is being protected from spambots. You need JavaScript enabled to view it.

ENG. G.K NYAMOTA

REGIONAL DIRECTOR

KERICHO REGION EMERGENCY ROAD MAINTENANCE

                      

                                                                     

KENYA RURAL ROADS AUTHORITY

KERICHO REGION  

TENDER NOTICE

  

DATE OF TENDER NOTICE 21ST AUGUST, 2023

  

TENDERS FOR ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF ROAD UNDER EMERGENCY ROAD MAINTENANCE LEVY FUND(RMLF) FOR THE FINANCIAL YEAR 2023/2024.

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 Construction Companies to bid for Periodic Maintenance, Improvement of Road and Drainage Structures in Kericho Region; to be financed by the Government of Kenya through the the Road Maintenance Levy Fund for the Financial Year 2023/2024
  • Bidders are requested to download full details of the Advertisement and Tender Documents from the KeRRA website kerra.go.ke and PPIP Portal www.ppip.go.ke Free of Charge.

 

S/NO

TENDER NAME

TENDER NO.

ELIGIBILITY

RESERVATION

BUDGET

ALLOCATION

1.

E187J:

E187J: ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF ACCESS ROAD TO KAPKATE HOSPITAL

KeRRA/08/KCO/39/BURETI/EMERGENCY/063-23|24

REGISTERED CONTRACTORS

OPEN

8,190,500.00

2

E219:

E219: ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF KIPSITET-NDOYOMARE-KAPLELACH-KISUMU CONCRETE

KeRRA/08/KCO/39/SOIN/EMERGENCY/059-23|24

AGPO

WOMEN

8,980,640.00

3.

F7052:

F7052: ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF KIPSITET - POLICE POST

KeRRA/08/KCO/39/SOIN/EMERGENCY/060-23|24

AGPO

YOUTH

8,987,948.00

4.

E7118:

 E7118: ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF NYABERI-CHEPSENGENY -KISUMU CONCRETE

KeRRA/08/KCO/39/SOIN/EMERGENCY/061-23|24

AGPO

WOMEN

8,792,843.20

5.

E7118:

E7118: ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF SIMBI JCN-NGENDALEL DISPENSARY

KeRRA/08/KCO/39/SOIN/EMERGENCY/062-23|24

AGPO

YOUTH

8,966,998.20

6

E7120:

SPOT IMPROVRMENT AND ROUTINE MAINTENANCE OF CENTRE JUU-KABARTGAN-CHEPMOIYWA JCN ROAD

KeRRA/08/KCO/39/BUR/EMERGENCY/070-23|24

OPEN

Registered Contractors in Kericho Region

6,000,000.00

7

E7121:

SPOT IMPROVRMENT AND ROUTINE MAINTENANCE OF MOI SITOWET CENTRE -KAPKAWA JCN ROAD

KeRRA/08/KCO/39/SOIN/EMERGENCY/071-23|24

OPEN

Registered Contractors in Kericho Region

6,000,000.00

               
  • Qualified and interested tenderers may obtain further information and inspect the Tender Documents during office hours i.e., 0900 to1600 hours at the address given below. More details on the works are provided in the Tender Document.

The Regional Director

Kenya Rural Roads Authority,

Kericho Region,

P.O. Box 1483 - 20200, Kericho.

Email: This email address is being protected from spambots. You need JavaScript enabled to view it.

Ministry of Transport Complex, Off Hospital Road

  • There will no mandatory pre-arranged pretender visits of the works sites, however, bidders are encouraged to make personal arrangement to acquaint themselves with the Site before submission of the bids.
  • Completed tender documents should be enclosed in plain sealed envelopes, clearly marked with the Tender Name, Tender Number and deposited in the Tender Boxes at the Region Office of the address provided above on or before 29thAugust, 2023 at 11.00 am.
  • Bulky Tender Documents which do not fit in the Tender Box shall be delivered to the reception office of the Regional Office at the address provided above.
  • Opening of the bids will take place immediately thereafter in the presence of the tenderers or their representatives who choose to attend at the address provided above.
  • Bids not received at the submission venue by the closing date and time will not be accepted for opening and will be rejected and returned unopened.
  • To enhance equity, bidders will only be awarded a Maximum of Two (2)Tenders, under this Tender Notice which are the most advantageous to the Employer.
  • Director(s) bidding under different companies for the same tender will be disqualified.
  • Errors in the pricing of the Bills of Quantities will not be corrected. Bidders with such errors will be disqualified.
  • Clarity on Serialization of Tender Documents: All pages of the tender documents submitted by bidders shall be sequentially serialized including the cover page.
  • The Performance Security will be in the form of a demand Bank Guarantee" in the amount of 10% (Ten percent) of the Accepted Contract Amount.
  • All interested bidders are required to continually check the Kenya Rural Roads Authority website: kerra.go.ke and PPIP Portal www.ppip.go.ke for any tender addendums or clarifications that may arise before submission date.

   

Eng G.K. Nyamota  

Regional Director -Kericho Region

For: DIRECTOR GENERAL

KENYA RURAL ROADS AUTHORITY 

KERICHO REGION EMERGENCY ROAD MAINTENANCE DEC 2023

KENYA RURAL ROADS AUTHORITY

KERICHO REGION  

TENDER NOTICE

DATE OF TENDER NOTICE 21ST DECEMBER, 2023

  TENDERS FOR ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF ROAD UNDER EMERGENCY ROAD MAINTENANCE LEVY FUND(RMLF) FOR THE FINANCIAL YEAR 2023/2024.

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 Construction Companies to bid for Periodic Maintenance, Improvement of Road and Drainage Structures in Kericho Region; to be financed by the Government of Kenya through the the Road Maintenance Levy Fund for the Financial Year 2023/2024
  • Bidders are requested to download full details of the Advertisement and Tender Documents from the KeRRA website kerra.go.ke and PPIP Portal www.ppip.go.ke Free of Charge.
 

TENDER NAME

TENDER NO.

ELIGIBILITY

RESERVATION

BUDGET

ALLOCATION

1.

ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF KUSUMEK- C754 ISAACKO – KIPTUI BRIDGE ROAD

KeRRA/08/KCO/39/BURETI/EMERGENCY/065-23|24

REGISTERED CONTRACTORS

AGPO

5,000,000.00

2

ROUTINE MAINTENANCE & SPOT IMPROVEMENT OF SOSIOT- KAPSUSER MARKET ROAD

KeRRA/08/KCO/39/BELGUT/EMERGENCY/066-23|24

REGISTERED CONTRACTORS

OPEN

5,000,000.00

  • Qualified and interested tenderers may obtain further information and inspect the Tender Documents during office hours i.e., 0900 to1600 hours at the address given below. More details on the works are provided in the Tender Document.

The Regional Director

Kenya Rural Roads Authority,

Kericho Region,

P.O. Box 1483 - 20200, Kericho.

Email: This email address is being protected from spambots. You need JavaScript enabled to view it.

Ministry of Transport Complex, Off Hospital Road

  • There will no mandatory pre-arranged pretender visits of the works sites, however, bidders are encouraged to make personal arrangement to acquaint themselves with the Site before submission of the bids.
  • Completed tender documents should be enclosed in plain sealed envelopes, clearly marked with the Tender Name, Tender Number and deposited in the Tender Boxes at the Region Office of the address provided above on or before 2nd, January 2024 at 11.00 am.
  • Bulky Tender Documents which do not fit in the Tender Box shall be delivered to the reception office of the Regional Office at the address provided above.
  • Opening of the bids will take place immediately thereafter in the presence of the tenderers or their representatives who choose to attend at the address provided above.
  • Bids not received at the submission venue by the closing date and time will not be accepted for opening and will be rejected and returned unopened.
  • Errors in the pricing of the Bills of Quantities will not be corrected. Bidders with such errors will be disqualified.
  • Clarity on Serialization of Tender Documents: All pages of the tender documents submitted by bidders shall be sequentially serialized including the cover page.
  • All interested bidders are required to continually check the Kenya Rural Roads Authority website: kerra.go.ke and PPIP Portal www.ppip.go.ke for any tender addendums or clarifications that may arise before submission date.

Eng G.K. Nyamota  

Regional Director -Kericho Region

For: DIRECTOR GENERAL

KENYA RURAL ROADS AUTHORITY 

KERICHO REGION GOK DEVELOPMENT FUNDS FY 2019-20- 28TH JULY 2020 TENDERS

 KENYA RURAL ROADS AUTHORITY

KERICHO REGION

TENDER NOTICE

DOWNLOAD TENDER NOTICE HERE.

DATE OF TENDER NOTICE:27TH JULY, 2020

TENDERS FOR ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF ROADSUNDER GOK ALLOCATION ALLOCATIONS-2019/20/FY

 

The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of Rural Roads in Kenya.

KeRRA,Kericho Region, on behalf of the Ministry of Transport, Infrastructure, Housing and Urban Development, State Department of Infrastructure invites bids from eligible firms to tender for Routine Maintenance and Spot Improvement of roadsin the following schedule funded by the Government of Kenya in the Financial Year 2019/2020

S/NO.

DESCRIPTION

TENDER NO.

RESERVATION

 BUDGET

DOWNLOAD

1

CHESINENDE-MAGERER

KeRRA/011/KCO/39/GOK/076/OPEN/19-20

OPEN

4,000,000.00

DOCUMENT

2

BROOKE -TEA RESEARCH

KeRRA/011/KCO/39/GOK/077/WOMEN/19-20

WOMEN

6,000,000.00

DOCUMENT

3

KAPSAOS-KIPSIGORI

KeRRA/011/KCO/39/ GOK/058/WOMEN/19-20

WOMEN

5,000,000.00

DOCUMENT

Bidders should familiarise themselves with the project site before bidding.

Maximum 2 bids per company

INSTRUCTIONS TO TENDERERS

 

Eligible bidders must meet/provide the following requirements:

  1. Certified copy of Certificate of Incorporation
  2. PIN and VAT Registration Certificate
  3. Copy of Valid Tax Compliance Certificate verifiable at KRA’s portal.
  4. Certified copy of recent CR12 form generated through the system within a period of 12 months before opening date.
  5. Valid Practising Licence from National Construction Authority (NCA 8 and above) for Road Works. This must be valid at the date of tender submission.
  6. Certified copy of a valid certificate of registration in a target group issued by National Treasury or the respective County Treasury in the relevant category (Youth, Women and PWD)
  7. Proof of Experience in works of a similar nature and size for each of the last Two years (Does not apply to Youth, Women and PWD Tenders)
  8. Proof of major items of construction equipment owned or leased;
  9. CV’s and copies of qualification certificates of key site management and technical personnel proposed for the Contract;
  10. Audited accounts for the last two years, all the pages must be initialised and stamped by both a practising Auditor registered with ICPAK and one of the Directors (Does not apply to Youth, Women and PWD Tenders)
  11. Bank statements for the last six months. The statements must be certified by the issuing bank on all pages (Does not apply to Youth, Women and PWD Tenders)
  12. A Commitment letter from the bidder showing that they will be able to perform if awarded the contract (Applicable to Youth, Women and PWD Tenders Only)
  13. Authority to seek reference from the Tenderer’s bankers dated not earlier than 6 months prior to the date of tender submission.
  14. Litigation History.
  15. Bidders shall sequentially serialise all pages for each tender document submitted.
  16. Bidders must be prequalified in Kericho Region for the relevant category of works(Does not apply to Youth, Women and PWD Tenders)
  17. Must provide Identification Cards (I.Ds) or National passports for the Directors (Youth, Women and PWD)
  18. Duly filled, Stamped & Signed Form of Bid
  19. Duly filled & Stamped Confidential Business Questionnaire
  20. Duly filled, stamped and signed Power of Attorney form
  21. Dully filled Tender Securing Declaration Form
  22. A copy of Pre-tender site visit certificate
  23. Provide a brief work methodology

NOTE

  1. Certification of documents shall be original and executed by a Commissioner for Oaths
  2. No bidder shall be awarded more than one tender as advertised in this notice.
  3. Tenders shall remain valid for a period of 120 days from the date of submission

Bidders are requested to download full details of the advertisement and tender documents from the Authority’s Website www.kerra.go.ke with effect from Monday,27th July, 2020 or obtain complete Tender Documents KeRRA, Kericho Regional Officeduring normal working hours upon payment of a non-refundable fee of Ksh.1, 000 (One Thousand only) deposited directly to Kenya CommercialBank (KCB), Moi Avenue Branch, Account No. 1114343196, Account Name:KeRRA A-1-A; Transacted by:  R31.... (Firm name) OR documents can be downloaded free of charge from KeRRA website, www.kerra.go.ke

The sealed bids, labelled with the Tender No. MUST be deposited in the tender box at the Regional Office on or beforeThursday,6th August, 2020 at 10.00 am.Due to Covid-19 pandemic tenders will be quarantined for at least 48 hours upon receiving and opened in the presence of tenderers or their representative as communicated during bid submission.

Late bids will not be accepted.

 

 

REGIONAL DEPUTY DIRECTOR

KERICHO REGION

KERICHO REGION ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF VARIOUS ROADS

KENYA RURAL ROADS AUTHORITY  KERICHO REGION   

TENDER NOTICE 

   

DATE OF TENDER NOTICE 17TH MAY 2024

TENDERS FOR ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF VARIOUSROADS IN KERICHO REGION

KeRRA is a State Corporation within the State Department of Infrastructure under the Ministry of Roads and Transport and established through the Kenya Roads Act, 2007, with the primary mandate is to develop, rehabilitate, maintain and manage the rural road network in the country.

  • The Authority hereby invites bids from eligible Construction Companies to bid for Periodic/Routine Maintenance, Spot Improvement of Road and Drainage Structures on roads in Kericho Region; to be financed by the GoK Development Vote and the CS through the Road Maintenance Levy Fund respectively for the Financial Year 2023/2024.
  • Bidders are requested to download full details of the Advertisement and Tender Documents from the KeRRA website kerra.go.ke and PPIP Portal www.ppip.go.ke Free of Charge.

S/NO.

TENDER NUMBER

TENDER NAME

TENDER

SUBMISSION

CLOSING DATE

ELIGIBILITY

RESERVATION

1

KeRRA/08/KCO/39/0

94-23|24

F7048:   KIPTERE            - KAPKOCHEI ROAD

27-05-2024

REGISTERED CONTRACTORS IN KERICHO REGION

OPEN

2

KeRRA/08/KCO/390

95-23|24

E7120: KIPSITETAINAMOI BORDER

ROAD

27-05-2024

REGISTERED CONTRACTORS IN KERICHO REGION

OPEN

3

KeRRA/08

KCO/39/098-23|24

E7103: KELUNET-SOTIK HIGHLAND ROAD

27-05-2024

AGPO

YOUTH

4

KeRRA/08/

KCO/39/099-23|24

G712811:               KIPTEWITKAPKITONY ROAD

27-05-2024

AGPO

WOMEN

5

KeRRA/08/KCO/39/1

03-23|24

D1757:                KAPSAOS-

AINAMOI ROAD              

27-05-2024

REGISTERED CONTRACTORS IN KERICHO REGION

OPEN

6

KeRRA/08/KCO/39/1

04-23|24

G73023:                MIMOSA-

SAMUTET ROAD

27-05-2024

AGPO

WOMEN

7

KeRRA/08/KCO/39/1

06-23|24

C752: KAPSIRGONGKEONGO TOWN ROAD

27-05-2024

REGISTERED CONTRACTORS IN KERICHO REGION

OPEN

8

KeRRA/08/KCO/39/1

07-23|24

URA2: KENYA POWEROCHI ROAD

27-05-2024

REGISTERED CONTRACTORS IN KERICHO REGION

OPEN

9

KeRRA/08/KCO/39/1

08-23|24

G712659: MANYOROR - CHEBIGEI – OTUI ROAD

27-05-2024

REGISTERED CONTRACTORS IN KERICHO REGION

OPEN

10

KeRRA/08/KCO/39/1

09-23|24

G73122: TELANETKIPSAMUNGUT ROAD

27-05-2024

REGISTERED CONTRACTORS IN KERICHO REGION

OPEN

11

KeRRA/08/KCO/39/1

10-23|24

E7122: TORIT-KENEGUT BORDER ROAD

27-05-2024

REGISTERED CONTRACTORS IN KERICHO REGION

OPEN

12

KeRRA/08/KCO/39/1

11-23|24

E222: AINAMOI TOWNACCES ROAD

27-05-2024

AGPO

WOMEN

S/NO.

TENDER NUMBER

TENDER NAME

TENDER

SUBMISSION

CLOSING DATE

ELIGIBILITY

RESERVATION

13

KeRRA/08/KCO/39/1

12-23|24

 E7131: AINAMOI YASSOMOK ROAD

27-05-2024

REGISTERED CONTRACTORS IN KERICHO REGION

OPEN

14

KeRRA/08/KCO/39/1

00-23|24

G73166:               CHEBORGEITEBESONIC ROAD

03.06.2024

AGPO

YOUTH

15

KeRRA/08/

KCO/39/101-23|24

 E7103: KIBARAAKELUNET               HIGHLAND JCN ROAD

03.06.2024

REGISTERED CONTRACTORS IN KERICHO REGION

OPEN

16

KeRRA/08/

KCO/39/102-23|24

E7103:   ARAP    REROKIBARAA ROAD

03.06.2024

REGISTERED CONTRACTORS IN KERICHO REGION

OPEN

17

KeRRA/08/

KCO/116-23|24

D1733:          KAP           DC-

ROGONYA PANDA PILIS ROAD

03.06.2024

REGISTERED CONTRACTORS IN KERICHO REGION

OPEN

18

KeRRA/08/

KCO/39/117-23|24

URBU2: TEPKUTWET - MASIAT ROAD

03.06.2024

AGPO

WOMEN

19

KeRRA/08/KCO/39/0

92-23|24

G73109:               KIPLALMATSEGEREK-KAPSOROK ROAD

03.06.2024

AGPO

YOUTH

20

KeRRA/08/KCO/39/0

93-23|24

 E7134: KIPLELGUTIK JCN-KIMOROGO ROAD

03.06.2024

REGISTERED CONTRACTORS IN KERICHO REGION

OPEN

21

KeRRA/08/KCO/39/0

96-23|24

C754: CHEPTERWO - NUKYAT NGESUM

ROAD

03.06.2024

REGISTERED CONTRACTORS IN KERICHO REGION

OPEN

22

KeRRA/08/KCO/39/0

97-23|24

URBU:2 TEPKUTWET – MASIAT ROAD

03.06.2024

REGISTERED CONTRACTORS IN KERICHO REGION

OPEN

23

KeRRA/08/KCO/39/1

05-23|24

E6164: CHESIGOT - KENUGUT BORDER

ROAD

03.06.2024

REGISTERED CONTRACTORS IN KERICHO REGION

OPEN

24

KeRRA/08/KCO/39/1

13-23|24

URW12:               KEBENETINDODUSAT ROAD

03.06.2024

REGISTERED CONTRACTORS IN KERICHO REGION

OPEN

25

KeRRA/08/KCO/39/1

14-23|24

G712729: TOROTON – TULWAPMOI ROAD

03.06.2024

REGISTERED CONTRACTORS IN KERICHO REGION

OPEN

26

KeRRA/08/KCO/39/1

15-23|24

E6164: CHESIGOTMOMBWO BORDER

ROAD

03.06.2024

AGPO

WOMEN

  • Qualified and interested tenderers may obtain further information and inspect the Tender Documents during office hours i.e., 0900 to1600 hours at the address given below. More details on the works are provided in the Tender Document.

The Regional Director

Kenya Rural Roads Authority,

Kericho Region,

P.O. Box 1483 - 20200, Kericho.

Email: This email address is being protected from spambots. You need JavaScript enabled to view it.

Ministry of Transport Complex, Off Hospital Road

  • There will no mandatory pre-arranged pretender visits of the works sites, however, bidders are encouraged to make personal arrangement to acquaint themselves with the Site before submission of the bids.
  • Completed tender documents should be enclosed in plain sealed envelopes, clearly marked with the Tender Name, Tender Number and deposited in the Tender Boxes at the Region Office of the address provided above on or before the stipulated closing date per tender in the above table.
  • Bulky Tender Documents which do not fit in the Tender Box shall be delivered to the reception office

of the Regional Office at the address provided above.

  • Opening of the bids will take place immediately thereafter in the presence of the tenderers or their representatives who choose to attend at the address provided above.
  • Bids not received at the submission venue by the closing date and time will not be accepted for opening and will be rejected and returned unopened.
  • To enhance equity, bidders will only be awarded a Maximum of Two (2) Tenders, under this Tender Notice which are the most advantageous to the Employer.
  • Director(s) bidding under different companies for the same tender will be disqualified.
  • Errors in the pricing of the Bills of Quantities will not be corrected. Bidders with such errors will be disqualified.
  • Clarity on Serialization of Tender Documents: All pages of the tender documents submitted by bidders shall be sequentially serialized including the cover page.
  • All interested bidders are required to continually check the Kenya Rural Roads Authority website: kerra.go.ke and PPIP Portal www.ppip.go.ke for any tender addendums or clarifications that may arise before submission date.

    

Eng. G.K. Nyamota  

Regional Director -Kericho Region

For: DIRECTOR GENERAL

KENYA RURAL ROADS AUTHORITY  

KERICHO REGION ROUTINE MAINTENANCE OF ROADS 23-24FY

KERICHO REGION TENDER NOTICE

  

DATE OF TENDER NOTICE 23rd JULY 2024

  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 Construction Companies to bid for Periodic Maintenance, Improvement of Road and Drainage Structures in Kericho Region; to be financed by the Government of Kenya through the Road Maintenance Levy Fund for the Financial Year 2023/2024
  • Bidders are requested to download full details of the Advertisement and Tender Documents from the KeRRA website kerra.go.ke and PPIP Portal www.ppip.go.ke Free of Charge.

S/NO.

TENDER NO.

TENDER NAME

(ROAD CODE ROAD AND SECTION NAME)

ELIGIBILITY

RESERVATION

ELIGIBLE BIDDERS/NCA

1)       

KeRRA/08/KCO/39/ /087-23|24

D1754: MASO - MURERET

REGISTERED CONTRACTORS IN KERICHO REGION

OPEN

NCA 8 and ABOVE

2)       

KeRRA/08/KCO/39/ /088-23|24

E7131: AINAMOI - KAPSAOS

AGPO

WOMEN

NCA 8 and ABOVE

3)       

KeRRA/08/KCO/39/ /084-23|24

C760: CHEBIRIRBEI - KEBENETI

REGISTERED CONTRACTORS IN KERICHO REGION KERICHO REGION

OPEN

NCA 8 and ABOVE

4)       

KeRRA/08/KCO/39/ /085-23|24

R7-KERICHO

KABOROK - KIPSOLU

AGPO

YOUTH

NCA 8 and ABOVE

5)       

KeRRA/08/KCO/39/ /086-23|24

F7047: HEPNYOGAA - CHEMAMUL

REGISTERED CONTRACTORS IN KERICHO REGION

OPEN

NCA 8 and ABOVE

6)       

KeRRA/08/KCO/39/ /090-23|24

G712647: ETARWET JCN - GETARWET PRY/SEC SCH

REGISTERED CONTRACTORS IN KERICHO REGION

OPEN

NCA 8 and ABOVE

7)       

KeRRA/08/KCO/39/ /091-23|24

E7101: KIBSYUIYO - KAMPALA

REGISTERED CONTRACTORS IN KERICHO REGION

WOMEN

NCA 8 and ABOVE

8)       

KeRRA/08/KCO/39/ /081-23|24

D1732: LONDIANI - KAMWINGI 1

REGISTERED CONTRACTORS IN KERICHO REGION

OPEN

NCA 8 and ABOVE

9)       

KeRRA/08/KCO/39/ /082-23|24

G712729: TOROTON - YALAA - MAGIRE

REGISTERED CONTRACTORS IN KERICHO REGION

OPEN

NCA 8 and ABOVE

10)   

KeRRA/08/KCO/39 /083-23|24

URW10: KEBENETI - CHANGEE

AGPO

YOUTH

NCA 8 and ABOVE

11)   

KeRRA/08/KCO/39 /089-23|24

E1091: KIPKOK - CHEMENGONG

AGPO

WOMEN

NCA 8 and ABOVE

12)   

KeRRA/08/KCO/39 /074-23|24

G73122: NYAGACHO - PANDA

REGISTERED CONTRACTORS IN KERICHO REGION

OPEN

NCA 8 and ABOVE

13)   

KeRRA/08/KCO/39 /073-23|24

G73070: CHEBIRBEI - MOMUL - MUDETA

REGISTERED CONTRACTORS IN KERICHO REGION

OPEN

NCA 8 and ABOVE

14)   

KeRRA/08/KCO/39 /072-23|24

C754: KUSUMEK BOX CULVERT

REGISTERED CONTRACTORS IN KERICHO REGION

OPEN

NCA 8 and ABOVE

15)   

KeRRA/08/KCO/39/078-23|24

G712736: COMPLEX - KIMUGUL

REGISTERED CONTRACTORS IN KERICHO REGION

OPEN

NCA 8 and ABOVE

16)   

KeRRA/08/KCO/39 /079-23|24

F7059: CHESINENDE PRY - KURESOI

AGPO

PWD

NCA 8 and ABOVE

17)   

KeRRA/08/KCO/39/080-23|24

E6161: IMBARAGAI - KIPTENDEN

REGISTERED CONTRACTORS IN KERICHO REGION

OPEN

NCA 8 and ABOVE

18)   

KeRRA/08/KCO/39 /075-23|24

E7118: NYABERI - KAPNYAKITARI

REGISTERED CONTRACTORS IN KERICHO REGION

OPEN

NCA 8 and ABOVE

19)   

KeRRA/08/KCO/39/076-23|24

E7118: KAPNYAKITARI - CHERAMOR

AGPO

PWD

NCA 8 and ABOVE

20)   

KeRRA/08/KCO/39/ 077-23|24

E7118: CHERAMOR - SIMBI JCN

REGISTERED CONTRACTORS IN KERICHO REGION

OPEN

NCA 8 and ABOVE

Bidders MUST meet the following requirements alongside other requirements contained in tender documents. 

  1. To enhance equity bidders will only be awarded a maximum of two tenders either as a director or a company under this tender notice.
  2. Pretender site visit is mandatory, and bidders are requested to make their own arrangements in consultation with the Regional Director's Office and ensure their pretender site visit certificate is signed and stamped.(within the first 10 days of the notice)
  1. For pretender site visit all bidders' representative must have an introduction letter from the company.
  2. MUST provide original document and a copy.
  3. All Interested bidders are required to continually check the KeRRA website www.kerra.go.ke/tenders for any tender addendum or clarification that may arise before the submission date.

NOTE:

  1. All attachments must be certified by a commissioner for oaths.
  2. The cost estimate of the proposed works has been provided in the tender document.

Tender documents detailing requirements shall be obtained from the KeRRA website www.kerra.go.ke Complete tender document Duly serialized; in Wax Sealed Plain Envelopes marked with Tender Reference (KeRRA/08/KCO/39/….) number and Description, should be sent to the address below or deposited in the Tender Box located {(Kenya Rural Roads Authority, Kericho Region, Located Ministry of Transport Complex, Off Hospital Road)}.

Kenya Rural Roads Authority,

Kericho Region,

P.O. Box 1483 - 20200, Kericho.

Email: This email address is being protected from spambots. You need JavaScript enabled to view it.

Ministry of Transport Complex, Off Hospital Road

So as to be received (as per the table below)/ on 7th August, 2024 at 11:00 am and be opened immediately thereafter in the presence of bidders’ representatives who may wish to attend, however bidders may request for any information through the office.

   

Eng G.K. Nyamota  

Regional Director -Kericho Region

For: DIRECTOR GENERAL

KENYA RURAL ROADS AUTHORITY

KERICHO REGION TENDERS FOR ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF ROAD

KENYA RURAL ROADS AUTHORITY

KERICHO REGION  

TENDER NOTICE

  

DATE OF TENDER NOTICE 28TH DECEMBER, 2023

  

TENDERS FOR ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF ROAD UNDER AIA ROAD MAINTENANCE LEVY FUND(RMLF) FOR THE FINANCIAL YEAR 2023/2024.

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 Construction Companies to bid for Periodic Maintenance, Improvement of Road and Drainage Structures in Kericho Region; to be financed by the Government of Kenya through the the Road Maintenance Levy Fund for the Financial Year 2023/2024

 

  • Bidders are requested to download full details of the Advertisement and Tender Documents from the KeRRA website kerra.go.ke and PPIP Portal www.ppip.go.ke Free of Charge.

 

S/NO

TENDER NAME

TENDER NO.

CONSTITUENCY

ELIGIBILITY

RESERVATION

BUDGET

ALLOCATION (Kshs.)

1

SPOT IMPROVEMENT AND ROUTINE MAINTENANCE OF KIPSITET-KAPSOROK ROAD

KeRRA/08/KCO/SS/39/SS/AIA/065/23-24

SOIN/

SIGOWET

AGPO

YOUTH

6,100,00.00

 

 

 

 

 

 

 

2

SPOT IMPROVEMENT AND ROUTINE MAINTENANCE OF SOLIAT-CHEMALUK ROAD

KeRRA/08/KCO/SS/39/SS/AIA/066/23-24

SOIN/

SIGOWET

AGPO

YOUTH

6,100,00.00

 

 

 

 

 

 

 

 

  • Qualified and interested tenderers may obtain further information and inspect the Tender Documents during office hours i.e., 0900 to1600 hours at the address given below. More details on the works are provided in the Tender Document.

The Regional Director

Kenya Rural Roads Authority,

Kericho Region,

P.O. Box 1483 - 20200, Kericho.

Email: This email address is being protected from spambots. You need JavaScript enabled to view it.

Ministry of Transport Complex, Off Hospital Road

  • There will no mandatory pre-arranged pretender visits of the works sites, however, bidders are encouraged to make personal arrangement to acquaint themselves with the Site before submission of the bids.
  • Completed tender documents should be enclosed in plain sealed envelopes, clearly marked with the Tender Name, Tender Number and deposited in the Tender Boxes at the Region Office of the address provided above on or before 8th January 2024 at 11.00 am.
  • Bulky Tender Documents which do not fit in the Tender Box shall be delivered to the reception office of the Regional Office at the address provided above.
  • Opening of the bids will take place immediately thereafter in the presence of the tenderers or their representatives who choose to attend at the address provided above.
  • Bids not received at the submission venue by the closing date and time will not be accepted for opening and will be rejected and returned unopened.
  • To enhance equity, bidders will only be awarded a Maximum of Two (2)Tenders, under this Tender Notice which are the most advantageous to the Employer.
  • Director(s) bidding under different companies for the same tender will be disqualified.
  • Errors in the pricing of the Bills of Quantities will not be corrected. Bidders with such errors will be disqualified.
  • Clarity on Serialization of Tender Documents: All pages of the tender documents submitted by bidders shall be sequentially serialized including the cover page.
  • The Performance Security will be in the form of a demand Bank Guarantee" in the amount of 10% (Ten percent) of the Accepted Contract Sum.
  • All interested bidders are required to continually check the Kenya Rural Roads Authority website: kerra.go.ke and PPIP Portal www.ppip.go.ke for any tender addendums or clarifications that may arise before submission date.

  

Eng G.K. Nyamota  

Regional Director -Kericho Region

For: DIRECTOR GENERAL

KENYA RURAL ROADS AUTHORITY 

KERICHO REGION- FY 22/23 22% SAVINGS RMLF-JUNE TENDERS

                                                                                                                                    

KENYA RURAL ROADS AUTHORITY

KERICHO REGION

TENDER NOTICE-05

DATE OF TENDER NOTICE: 29TH  JUNE, 2023

TENDERS FOR ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF ROADS UNDER 22% RMLF SAVINGS FOR FINANCIAL YEAR 2022/2023

 The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of Rural Roads in Kenya.

KeRRA, Kericho Region, on behalf of the Ministry of Roads & Transport invites bids from eligible firms to tender for Routine Maintenance and Spot Improvement of roads in the following schedule funded by the Government of Kenya through the 22% RMLF Savings for the Financial Year 2022/2023.

ADDENDUM 1

TENDER NOTICE

Tender No.

Road Name (No)

Reservation

Engineer’s Estimate

1          

KeRRA/08/KCO/39/AINAMOI/22% SAV/073-22|23

Sitotwet-Chemoibei (E7119) Road

PWD

4,231,912.00

2

KeRRA/08/KCO/39/BELGUT/22% SAV /074-22|23

Sosiot -Cheribo (G712587) Road

OPEN

4,231,332.00

3

KeRRA/08/KCO/39/BURETI/22% SAV /075-22|23

Roret -Mabasi (F7042) Road

YOUTH

5,492,183.00

4

KeRRA/08/KCO/39/KIPEAST/22% SAV /076-22|23

Kamwingi -Aeial T (D1732) Road

OPEN

4,919,652.00

5

KeRRA/08/KCO/39/KIPWEST /22% SAV /077-22|23

Ngirimori -CRF (C673) Road

OPEN

6,354,480.00

6

KeRRA/08/KCO/39/S/SIGOWET/22% SAV /078-22|23

Basic Jcn – Kiptenden -Kamaget (D752) Road

WOMEN

5,812,171.00

There shall be NO arranged pre-tender site visits. However, the bidder shall examine the Site of Works and its surroundings and obtain for himself all information that may be necessary for preparing the bid and entering a contract for maintenance of the Works including obtaining pretender site visit certificate signed by the employer’s representative. The costs of visiting the site shall be at the bidder’s own expense.

Eligible bidders

  1. This invitation to bid is open to the prequalified bidders who are legally registered or incorporated in the Republic of Kenya as of the time of bid submission. Registration with National Construction Authority (NCA) as a Contractor is mandatory. For bids that preference has been given to Women, Youth and Persons with disabilities, this will be clearly indicated in the bid document and on this notice.
  2. The Original bid document shall be certified duly executed by the Commissioner for Oaths
  3. Evaluation shall be based post qualification criteria as stated in the tender documents.
  4. Bidders shall provide such evidence of their continued eligibility satisfactory to the Employer, as the Employer shall reasonably request

Bidders are requested to download full details of the advertisement and tender documents from the Authority’s Website www.kerra.go.ke with effect from  29th  JUNE 2023 FREE OF CHARGE or obtain complete Tender Documents KeRRA, Kericho Regional Office during normal working hours upon payment of a non-refundable fee of Ksh.1,000 (One Thousand only) deposited directly to Kenya Commercial Bank (KCB), Moi Avenue Branch, Account No. 1114343196, Account Name: KeRRA A-1-A; Transacted by:  R31.... (Firm name)

The sealed bids, labelled with the Tender No. MUST be deposited in the tender box at the Regional Office in, Kericho on or before 12th July 2023, at 10.00 AM. Tenders will be opened immediately in the presence of bidders or representatives who choose to attend.

Late bids will not be accepted.

ENG G.K. NYAMOTA

REGIONAL DIRECTOR

 

KERICHO REGION- FY 23/24 10%RMLF OCTOBER TENDERS

 KENYA RURAL ROADS AUTHORITY

KERICHO REGION  

TENDER NOTICE

DATE OF TENDER NOTICE 3RD OCTOBER, 2023

TENDERS FOR ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF ROAD UNDER 10% ROAD MAINTENANCE LEVY FUND(RMLF) FOR THE FINANCIAL YEAR 2023/2024.

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 Construction Companies to bid for Periodic Maintenance, Improvement of Road and Drainage Structures in Kericho Region; to be financed by the Government of Kenya through the the Road Maintenance Levy Fund for the Financial Year 2023/2024
  • Bidders are requested to download full details of the Advertisement and Tender Documents from the KeRRA website kerra.go.ke and PPIP Portal www.ppip.go.ke Free of Charge.

ADDENDUM

 TENDER NOTICE

S/NO

TENDER NAME

TENDER NO.

ELIGIBILITY

RESERVATION

BUDGET

ALLOCATION

AINAMOI CONSTITUENCY

1. 

MAINTENANCE OF

TORIT - TORSOGEK PRIMARYROAD

KeRRA/08/KCO/AIN/39/10%/008/23-24 REVISED

REGISTERED CONTRACTORS

OPEN

4,981,968.00

2. 

MAINTENANCE OF

KAPSAOS - MURERET

ROAD

KeRRA/08/KCO/AIN/39/10%/009/23-24 REVISED

REGISTERED CONTRACTORS

OPEN

6,069,885.60

3. 

MAINTENANCE OF

KENYA POWER - OCHI - KAP KETIENYA ROAD

KeRRA/08/KCO/AIN/39/10%/010/23-24 REVISED

AGPO

PWD

3,064,836.00

4. 

MAINTENANCE OF

MURERET - AINAMOI

ROAD

KeRRA/08/KCO/AIN/39/10%/011/23-24 REVISED

REGISTERED CONTRACTORS

OPEN

6,119,936.12

BELGUT CONSTITUENCY

1. 

MAINTENANCE OF

CHEPKOSILEN - BELGUT TTI ROAD

KeRRA/08/KCO/BEL/39/10%/018/23-24REVISED

REGISTERED CONTRACTORS

OPEN

5,427,442.80

2. 

MAINTENANCE OF

CHEPNYOGAA-KAPKITONY - MOMUL TI ROAD

KeRRA/08/KCO/BEL/39/10%/019/23-24 REVISED

REGISTERED CONTRACTORS

OPEN

6,195,768.80

3. 

MAINTENANCE OF

SBI JCN - TG38 TBC CHEBOSERON ROAD

KeRRA/08/KCO/BEL/39/10%/020/23-24REVISED

AGPO

WOMEN

8,614,380.40

BURETI CONSTITUENCY

1. 

MAINTENANCE OF

SOSIT CHEPLANGETROAD

KeRRA/08/KCO/BUR/39/10%/036/23-24REVISED

REGISTERED CONTRACTORS

OPEN

7,943,912.00

2. 

MAINTENANCE OF

TEPKUTWET – MASIAT ROAD

KeRRA/08/KCO/BUR/39/10%/037/23-24 REVISED

AGPO

YOUTH

7,457,513.10

3. 

MAINTENANCE OF

KUSUMEK - KIPTUI – ISAKO ROAD

KeRRA/08/KCO/BUR/39/10%/038/23-24REVISED

REGISTERED CONTRACTORS

OPEN

4,835,912.40

KIPKELION EAST CONSTITUENCY

1.  

MAINTENANCE OF KAP ELI - SITIAN – KIPYEMIT ROAD

KeRRA/08/KCO/KIPE/39/10%/055/23-24REVISED

REGISTERED CONTRACTORS

OPEN

5,346,760.16

2.  

MAINTENANCE OF KIPKELION-KIMUGUL

ROAD

KeRRA/08/KCO/KIPE/39/10%/056/23-24REVISED

REGISTERED CONTRACTORS

OPEN

8,573,346.00

3.  

MAINTENANCE OF

LONDIANI – UNITED-KIMASIAN ROAD

KeRRA/08/KCO/KIPE/39/10%/057/23-24REVISED

AGPO

WOMEN

6,306,664.80

KIPKELION WEST CONSTITUENCY

1. 

MAINTENANCE OF 

FORTENAN-KOKWET ROAD

KeRRA/08/KCO/KIPW/39/10%/027/23-24REVISED

REGISTERED CONTRACTORS

OPEN

8,111,056.40

2. 

MAINTENANCE OF

FORTENAN – CHERARA ROAD

KeRRA/08/KCO/KIPW/39/10%/028/23-24REVISED

REGISTERED CONTRACTORS

OPEN

4,674,210.72

3. 

MAINTENANCE OF

CRF CHELALOI - IMBARAGAI – KIPTENDEN ROAD

KeRRA/08/KCO/KIPW/39/10%/029/23-24REVISED

AGPO

YOUTH

7,451,480.40

SIGOWET/SOIN CONSTITUENCY

1.  

MAINTENANCE OF KAPLELARTET (KADINDA) BOX CULVERT ROAD 

KeRRA/08/KCO/SS/39/10%/046/23-24 REVISED

REGISTERED CONTRACTORS

OPEN

6,717,850.00

2.  

MAINTENANCE OF KIPKOK – LELAGOI ROAD 

KeRRA/08/KCO/SS/39/10%/047/23-24 REVISED

REGISTERED CONTRACTORS

OPEN

9,510,096.44

3.  

MAINTENANCE OF MINDILWET-LELAGOI ROAD 

KeRRA/08/KCO/SS/39/10%/048/23-24REVISED

AGPO

PWD

4,009,713.07

  • Qualified and interested tenderers may obtain further information and inspect the Tender Documents during office hours i.e., 0900 to1600 hours at the address given below. More details on the works are provided in the Tender Document.

The Regional Director

Kenya Rural Roads Authority,

Kericho Region,

P.O. Box 1483 - 20200, Kericho.

Email: This email address is being protected from spambots. You need JavaScript enabled to view it.

Ministry of Transport Complex, Off Hospital Road

  • There will no mandatory pre-arranged pretender visits of the works sites, however, bidders are encouraged to make personal arrangement to acquaint themselves with the Site before submission of the bids.
  • Completed tender documents should be enclosed in plain sealed envelopes, clearly marked with the Tender Name, Tender Number and deposited in the Tender Boxes at the Region Office of the address provided above on or before 17thOctober, 2023 at 11.00 am.
  • Bulky Tender Documents which do not fit in the Tender Box shall be delivered to the reception office of the Regional Office at the address provided above.
  • Opening of the bids will take place immediately thereafter in the presence of the tenderers or their representatives who choose to attend at the address provided above.
  • Bids not received at the submission venue by the closing date and time will not be accepted for opening and will be rejected and returned unopened.
  • To enhance equity, bidders will only be awarded a Maximum of Two (2)Tenders, under this Tender Notice which are the most advantageous to the Employer.
  • Director(s) bidding under different companies for the same tender will be disqualified.
  • Errors in the pricing of the Bills of Quantities will not be corrected. Bidders with such errors will be disqualified.
  • Clarity on Serialization of Tender Documents: All pages of the tender documents submitted by bidders shall be sequentially serialized including the cover page.
  • The Performance Security will be in the form of a demand Bank Guarantee" in the amount of 10% (Ten percent) of the Accepted Contract Sum.
  • All interested bidders are required to continually check the Kenya Rural Roads Authority website: kerra.go.ke and PPIP Portal www.ppip.go.ke for any tender addendums or clarifications that may arise before submission date.

   

Eng G.K. Nyamota  

Regional Director -Kericho Region

For: DIRECTOR GENERAL

KENYA RURAL ROADS AUTHORITY 

 

KERICHO REGION- FY 23/24 22%RMLF OCTOBER TENDERS

 

KENYA RURAL ROADS AUTHORITY

KERICHO REGION  

TENDER NOTICE

DATE OF TENDER NOTICE: 3RD OCTOBER, 2023

TENDERS FOR ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF ROAD UNDER 22% ROAD MAINTENANCE LEVY FUND(RMLF) FOR THE FINANCIAL YEAR 2023/2024.

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 Construction Companies to bid for Periodic Maintenance, Improvement of Road and Drainage Structures in Kericho Region; to be financed by the Government of Kenya through the the Road Maintenance Levy Fund for the Financial Year 2023/2024
  • Bidders are requested to download full details of the Advertisement and Tender Documents from the KeRRA website kerra.go.ke and PPIP Portal www.ppip.go.ke Free of Charge.

ADDENDUM

TENDER NOTICE

S/NO

TENDER NAME

TENDER NO.

ELIGIBILITY

RESERVATION

BUDGET

ALLOCATION

AINAMOI CONSTITUENCY

1. 

MAINTENANCE OF CORNERSHOP-TOROR – KAPZAKAYO ROAD 

KeRRA/08/KCO/AIN/39/22%/001/23-24REVISED

REGISTERED CONTRACTORS

OPEN

9,207,759.84

2. 

MAINTENANCE OF MASO - MURERET ROAD 

KeRRA/08/KCO/AIN/39/22%/002/23-24REVISED

REGISTERED CONTRACTORS

OPEN

8,046,548.80

3. 

MAINTENANCE OF KAPSAOS – KIPSIGORI ROAD 

KeRRA/08/KCO/AIN/39/22%/003/23-24REVISED

AGPO

WOMEN

4,353,561.20

4.

MAINTENANCE             OF PANDA - TELANET - KAPBARUSO

ROAD 

KeRRA/08/KCO/AIN/39/22%/004/23-24REVISED

AGPO

YOUTH

6,691,808.00

5.

MAINTENANCE OF TELANET- KETITUI-CHERIBO ROAD

KeRRA/08/KCO/AIN/39/22%/005/23-24REVISED

REGISTERED CONTRACTORS

OPEN

5,055,779.61

6.

MAINTENANCE OF CHEBIGEN - OTUI ROAD

KeRRA/08/KCO/AIN/39/22%/006/23-24REVISED

REGISTERED CONTRACTORS

OPEN

6,177,336.40

7.

MAINTENANCE OF SITOTWET – CHEMOIBEI ROAD

KeRRA/08/KCO/AIN/39/22%/007/23-24REVISED

AGPO

PWD

4,989,624.00

BELGUT CONSTITUENCY

1. 

MAINTENANCE OF KONDAMET – KIPLAMATT ROAD 

KeRRA/08/KCO/BEL/39/22%/012/23-24REVISED

AGPO

YOUTH

6,913,124.40

2. 

MAINTENANCE OF CHERONGET DISPENSARY – TUIYOBEK ROAD 

KeRRA/08/KCO/BEL/39/22%/013/23-24REVISED

REGISTERED CONTRACTORS

OPEN

9,112,960.00

3. 

MAINTENANCE OF KAPSOI F STATION - BORBORWET TG38

ROAD 

KeRRA/08/KCO/BEL/39/22%/014/23-24REVISED

REGISTERED CONTRACTORS

OPEN

8,883,836.80

4. 

MAINTENANCE OF TELDET CORNER - KEBEN - KIPTULE

ROAD 

KeRRA/08/KCO/BEL/39/22%/015/23-24REVISED

REGISTERED CONTRACTORS

OPEN

8,710,242.80

5. 

MAINTENANCE OF CHEPNAGAI JCN - CHESISE – KIPRANYE ROAD 

KeRRA/08/KCO/BEL/39/22%/016/23-24REVISED

AGPO

WOMEN

7,600,064.80

6. 

MAINTENANCE OF KABIANGA FACTORY - KAPCHELUCH TBC - KABIANGA TBC ROAD 

KeRRA/08/KCO/BEL/39/22%/017/23-24REVISED

AGPO

PWD

3,302,392.40

BURETI CONSTITUENCY

1. 

MAINTENANCE OF NGOINA -

KELUNET - SOTIK TEA ROAD 

KeRRA/08/KCO/BUR/39/22%/030/23-24REVISED

REGISTERED CONTRACTORS

OPEN

9,896,486.18

2. 

MAINTENANCE OF BOREIYWEK JCN- TIRITAB MOITA ROAD 

KeRRA/08/KCO/BUR/39/22%/031/23-24REVISED

REGISTERED CONTRACTORS

OPEN

9,633,022.00

3. 

MAINTENANCE OF MOSORE – KAPLELACH-MOCHORWA SIGN POST- CHERERA ROAD 

KeRRA/08/KCO/BUR/39/22%/032/23-24REVISED

REGISTERED CONTRACTORS

OPEN

7,069,376.40

4.

MAINTENANCE OF CHEBINYINY – LELACH ROAD

KeRRA/08/KCO/BUR/39/22%/033/23-24REVISED

AGPO

YOUTH

6,775,815.20

5

MAINTENANCE OF KABITUNGU - ROGONGET

ROAD

KeRRA/08/KCO/BUR/39/22%/034/23-24REVISED

AGPO

WOMEN

5,695,507.20

6.

MAINTENANCE OF CHEMOSOT - CHEMOIYWA

ROAD

KeRRA/08/KCO/BUR/39/22%/035/23-24REVISED

AGPO

PWD

5,452,208.80

KIPKELION EAST CONSTITUENCY

1.  

MAINTENANCE OF CHEPSIR – KAPCHAPAS ROAD  

KeRRA/08/KCO/KIPE/39/22%/049/23-24REVISED

AGPO

WOMEN

7,142,676.80

2.  

MAINTENANCE OF LEBERER - KAMACHUMWA - MUTHANYA

ROAD  

KeRRA/08/KCO/KIPE/39/22%/050/23-24REVISED

AGPO

YOUTH

5,504,165.20

3.  

MAINTENANCE OF MITI TATU - KAMWINGI 2 ROAD  

KeRRA/08/KCO/KIPE/39/22%/051/23-24REVISED

AGPO

PWD

5,884,042.00

4.  

MAINTENANCE OF LONDIANI - KAPKONDOR – TILOLWET ROAD  

KeRRA/08/KCO/KIPE/39/22%/052/23-24REVISED

REGISTERED CONTRACTORS

OPEN

8,781,176.80

5.  

MAINTENANCE OF KAMWINGI 2 - SORGET - HILL TEE ROAD  

KeRRA/08/KCO/KIPE/39/22%/053/23-24REVISED

REGISTERED CONTRACTORS

OPEN

8,622,338.00

6.  

MAINTENANCE OF NYAYO TEA ZONE – KILETIEN ROAD  

KeRRA/08/KCO/KIPE/39/22%/054/23-24REVISED

REGISTERED CONTRACTORS

OPEN

8,541,346.80

KIPKELION WEST CONSTITUENCY

1. 

MAINTENANCE OF BARSIELE - KENYELET – KIJUCHUN ROAD 

KeRRA/08/KCO/KIPW/39/22%/021/23-24REVISED

REGISTERED CONTRACTORS

OPEN

7,394,385.20

2. 

MAINTENANCE OF KAPLELIT JCN - KAMIWA – KAPKESE ROAD 

KeRRA/08/KCO/KIPW/39/22%/022/23-24REVISED

AGPO

WOMEN

5,930,824.80

3. 

MAINTENANCE OF KAP KAIRU - KAPKOROS – MLANGO ROAD 

KeRRA/08/KCO/KIPW/39/22%/023/23-24REVISED

REGISTERED CONTRACTORS

OPEN

6,844,379.32

4. 

MAINTENANCE MTARAGON - MORERO - CHANGEE ROAD 

KeRRA/08/KCO/KIPW/39/22%/024/23-24REVISED

REGISTERED CONTRACTORS

OPEN

5,513,108.80

5.

MAINTENANCE OF TOROTON - YALA – MAGIRE ROAD 

KeRRA/08/KCO/KIPW/39/22%/025/23-24REVISED

AGPO

YOUTH

5,661,240.00

6.

MAINTENANCE OF SEGETET (KAPLABOTWO) - KAPLABAN – KIMOLOGIT ROAD 

KeRRA/08/KCO/KIPW/39/22%/026/23-24REVISED

REGISTERED CONTRACTORS

OPEN

5,308,728.40

7.

MAINTENANCE OF CHANGEE -CENTRE JUU - SAOSET ROAD 

KeRRA/08/KCO/KIPW/39/22%/058/23-24REVISED

REGISTERED CONTRACTORS

OPEN

7,869,764.80

SIGOWET/SOIN CONSTITUENCY

1.  

MAINTENANCE OF  

KAMINEIWO - CHEMAMOR

ROAD  

KeRRA/08/KCO/SS/39/22%/039/23-24REVISED

REGISTERED CONTRACTORS

OPEN

7,361,197.60

2.  

MAINTENANCE OF

KOITABUROT - KEJIRIET

ROAD  

KeRRA/08/KCO/SS/39/22%/040/23-24REVISED

AGPO

YOUTH

7,480,741.86

3.  

MAINTENANCE OF

SIMBI – NYABERI ROAD  

KeRRA/08/KCO/SS/39/22%/041/23-24REVISED

REGISTERED CONTRACTORS

OPEN

8,531,231.60

4.  

MAINTENANCE OF  

MASARE – KIMOROGO ROAD  

KeRRA/08/KCO/SS/39/22%/042/23-24REVISED

REGISTERED CONTRACTORS

OPEN

6,062,332.34

5.  

MAINTENANCE OF

KIPTERE - KAPKOCHEI

ROAD  

KeRRA/08/KCO/SS/39/22%/043/23-24REVISED

REGISTERED CONTRACTORS

OPEN

4,784,292.40

6.  

MAINTENANCE OF

CHEPTARIT -KALYANGWET ROAD  

KeRRA/08/KCO/SS/39/22%/044/23-24REVISED

REGISTERED CONTRACTORS

OPEN

4,164,956.80

7.  

MAINTENANCE OF

LAITIKO JCN - CHEPTILILIK PRY - AINAMOI BORDER

ROAD  

KeRRA/08/KCO/SS/39/22%/045/23-24REVISED

AGPO

WOMEN

6,137,513.60

  • Qualified and interested tenderers may obtain further information and inspect the Tender Documents during office hours i.e., 0900 to1600 hours at the address given below. More details on the works are provided in the Tender Document.

The Regional Director

Kenya Rural Roads Authority,

Kericho Region,

P.O. Box 1483 - 20200, Kericho.

Email: This email address is being protected from spambots. You need JavaScript enabled to view it.

Ministry of Transport Complex, Off Hospital Road

  • There will no mandatory pre-arranged pretender visits of the works sites, however, bidders are encouraged to make personal arrangement to acquaint themselves with the Site before submission of the bids.
  • Completed tender documents should be enclosed in plain sealed envelopes, clearly marked with the Tender Name, Tender Number and deposited in the Tender Boxes at the Region Office of the address provided above on or before 17thOctober, 2023 at 11.00 am.
  • Bulky Tender Documents which do not fit in the Tender Box shall be delivered to the reception office of the Regional Office at the address provided above.
  • Opening of the bids will take place immediately thereafter in the presence of the tenderers or their representatives who choose to attend at the address provided above.
  • Bids not received at the submission venue by the closing date and time will not be accepted for opening and will be rejected and returned unopened.
  • To enhance equity, bidders will only be awarded a Maximum of Two (2)Tenders, under this Tender Notice which are the most advantageous to the Employer.
  • Director(s) bidding under different companies for the same tender will be disqualified.
  • Errors in the pricing of the Bills of Quantities will not be corrected. Bidders with such errors will be disqualified.
  • Clarity on Serialization of Tender Documents: All pages of the tender documents submitted by bidders shall be sequentially serialized including the cover page.
  • The Performance Security will be in the form of a demand Bank Guarantee" in the amount of 10% (Ten percent) of the Accepted Contract Amount.
  • All interested bidders are required to continually check the Kenya Rural Roads Authority website: kerra.go.ke and PPIP Portal www.ppip.go.ke for any tender addendums or clarifications that may arise before submission date.

   

Eng G.K. Nyamota  

Regional Director -Kericho Region

For: DIRECTOR GENERAL

KENYA RURAL ROADS AUTHORITY 

 

KERICHO REGION- SPOT IMPROVEMENT OF ROAD UNDER AIA ROAD MAINTENANCE LEVY FUND(RMLF)

KENYA RURAL ROADS AUTHORITY

KERICHO REGION  

TENDER NOTICE

  

DATE OF TENDER NOTICE 29th JANUARY 2024

  

TENDERS FOR ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF ROAD UNDER AIA ROAD MAINTENANCE LEVY FUND(RMLF) FOR THE FINANCIAL YEAR 2023/2024.

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 Construction Companies to bid for Periodic Maintenance, Improvement of Road and Drainage Structures in Kericho Region; to be financed by the Government of Kenya through the Road Maintenance Levy Fund for the Financial Year 2023/2024

 

  • Bidders are requested to download full details of the Advertisement and Tender Documents from the KeRRA website kerra.go.ke and PPIP Portal www.ppip.go.ke Free of Charge.

 

S/NO

TENDER NAME

TENDER NO.

ELIGIBILITY

RESERVATION

BUDGET

ALLOCATION (Kshs.)

1

SPOT IMPROVEMENT AND ROUTINE MAINTENANCE OF F7048: KIPTERE - KAPKOCHEI ROAD

KeRRA/08/KCO/39/SOIN/EMERGENCY/067-23|24

AGPO

WOMEN

6,000,00.00

2

SPOT IMPROVEMENT AND ROUTINE MAINTENANCE OF G73128: SONDU-KAPSITII-BANGOROR JCN ROAD

KeRRA/08/KCO/39/SOIN/EMERGENCY/068-23|24

 

REGISTERED CONTRACTORS

IN KERICHO REGION

OPEN

6,000,00.00

3

SPOT IMPROVEMENT AND ROUTINE MAINTENANCE OF E7120: KIPSITET-AINAMOI BORDER ROAD

KeRRA/08/KCO/39/SOIN/EMERGENCY/069-23|24

REGISTERED CONTRACTORS IN KERICHO REGION

OPEN

6,000,00.00

 

 

 

 

 

 

  • Qualified and interested tenderers may obtain further information and inspect the Tender Documents during office hours i.e., 0900 to1600 hours at the address given below. More details on the works are provided in the Tender Document.

The Regional Director

Kenya Rural Roads Authority,

Kericho Region,

P.O. Box 1483 - 20200, Kericho.

Email: This email address is being protected from spambots. You need JavaScript enabled to view it.

Ministry of Transport Complex, Off Hospital Road

  • There will no mandatory pre-arranged pretender visits of the works sites, however, bidders are encouraged to make personal arrangement to acquaint themselves with the Site before submission of the bids.
  • Completed tender documents should be enclosed in plain sealed envelopes, clearly marked with the Tender Name, Tender Number and deposited in the Tender Boxes at the Region Office of the address provided above on or before 5th February 2024 at 11.00 am.
  • Bulky Tender Documents which do not fit in the Tender Box shall be delivered to the reception office of the Regional Office at the address provided above.
  • Opening of the bids will take place immediately thereafter in the presence of the tenderers or their representatives who choose to attend at the address provided above.
  • Bids not received at the submission venue by the closing date and time will not be accepted for opening and will be rejected and returned unopened.
  • Director(s) bidding under different companies for the same tender will be disqualified.
  • Errors in the pricing of the Bills of Quantities will not be corrected. Bidders with such errors will be disqualified.
  • Clarity on Serialization of Tender Documents: All pages of the tender documents submitted by bidders shall be sequentially serialized including the cover page.
  • The Performance Security will be in the form of a demand Bank Guarantee" in the amount of 10% (Ten percent) of the Accepted Contract Sum.
  • All interested bidders are required to continually check the Kenya Rural Roads Authority website: kerra.go.ke and PPIP Portal www.ppip.go.ke for any tender addendums or clarifications that may arise before submission date.

  

Eng G.K. Nyamota  

Regional Director -Kericho Region

For: DIRECTOR GENERAL

KERICHO REGION, GOK&10%CS RMLF FY 2019/20- JULY 2020 TENDERS

KENYA RURAL ROADS AUTHORITY

KERICHO REGION

TENDER NOTICE

ADDENDUM NO.1

DOWNLOAD TENDER NOTICE HERE.

DATE OF TENDER NOTICE:13TH JULY,2020

TENDERS FOR ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF ROADSUNDER GOK ALLOCATION& 10%CS  ALLOCATIONS RMLF 2019/20/FY

 

The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of Rural Roads in Kenya.

KeRRA,Kericho Region, on behalf of the Ministry of Transport, Infrastructure, Housing and Urban Development, State Department of Infrastructure invites bids from eligible firms to tender for Routine Maintenance and Spot Improvement of roadsin the following schedule funded by the Government of Kenya in the Financial Year 2019/2020

S/NO.

DESCRIPTION

TENDER NO.

RESERVATION

 BUDGET

DOWNLOAD

1

TOROTON-MAGIRE BOX CULVERT

KeRRA/011/KCO/39/CS/006/OPEN/19-20

OPEN

9,000,000.00

DOCUMENT

2

NGIRIMORI-CHERARA ROAD BOX CULVERT(KIMORIO BOX CULVERT)

KeRRA/011/KCO/39/CS/007/OPEN/19-20

OPEN

9,000,000.00

DOCUMENT

3

MOSOMBORIK-NDERIOT-PRY SCHOOL

KeRRA/011/KCO/39/ GOK/069/OPEN/19-20

OPEN

5,000,000.00

DOCUMENT

4

RINGA-KISABO

KeRRA/011/KCO/39/ GOK/070/OPEN/19-20

WOMEN

5,000,000.00

DOCUMENT

5

KABAO-KIMASIAN

KeRRA/011/KCO/39/ GOK/057/OPEN/19-20

OPEN

5,000,000.00

DOCUMENT

6

KEDOWA-NDARUGU

KeRRA/011/KCO/39/ GOK/061/YOUTH/19-20

YOUTH

5,000,000.00

DOCUMENT

7

LONDIANI-KIMAUT

KeRRA/011/KCO/39/GOK/067/OPEN/19-20

OPEN

5,000,000.00

DOCUMENT

8

SITIAN-NGATUMEK

KeRRA/011/KCO/39/ GOK/064/OPEN/19-20

OPEN

5,000,000.00

DOCUMENT

9

KAPSEGER-MURASOI

KeRRA/011/KCO/39/GOK/059/PWD/19-20

PWD

5,000,000.00

DOCUMENT

10

KIPKELION-KIMUGUL

KeRRA/011/KCO/39/GOK/063/OPEN/19-20

OPEN

5,000,000.00

DOCUMENT

11

KIMUGUL-KAP DAVID

KeRRA/011/KCO/39/GOK/062/OPEN/19-20

OPEN

5,000,000.00

DOCUMENT

12

CHEMOSOT-KIPTORORGO-CHEMOIYWA

KeRRA/011/KCO/39/GOK/054/WOMEN/19-20

WOMEN

5,000,000.00

DOCUMENT

13

BANDA PILIS-SACHANGWAN-KAMPALA

KeRRA/011/KCO/39/GOK/053/OPEN/19-20

OPEN

5,000,000.00

DOCUMENT

14

SUGUTEK-KALYET-PINUS

KeRRA/011/KCO/39/GOK/072/PWD/19-20

PWD

5,000,000.00

DOCUMENT

Bidders should familiarise themselves with the project site before bidding.

Maximum 2 bids per company

INSTRUCTIONS TO TENDERERS

 

Eligible bidders must meet/provide the following requirements:

  1. Certified copy of Certificate of Incorporation
  2. PIN and VAT Registration Certificate
  3. Copy of Valid Tax Compliance Certificate verifiable at KRA’s portal.
  4. Certified copy of recent CR12 form generated through the system within a period of 12 months before opening date.
  5. Valid Practising Licence from National Construction Authority (NCA 8 and above) for Road Works. This must be valid at the date of tender submission.
  6. Certified copy of a valid certificate of registration in a target group issued by National Treasury or the respective County Treasury in the relevant category (Youth, Women and PWD)
  7. Proof of Experience in works of a similar nature and size for each of the last Two years (Does not apply to Youth, Women and PWD Tenders)
  8. Proof of major items of construction equipment owned or leased;
  9. CV’s and copies of qualification certificates of key site management and technical personnel proposed for the Contract;
  10. Audited accounts for the last two years, all the pages must be initialised and stamped by both a practising Auditor registered with ICPAK and one of the Directors (Does not apply to Youth, Women and PWD Tenders)
  11. Bank statements for the last six months. The statements must be certified by the issuing bank on all pages (Does not apply to Youth, Women and PWD Tenders)
  12. A Commitment letter from the bidder showing that they will be able to perform if awarded the contract (Applicable to Youth, Women and PWD Tenders Only)
  13. Authority to seek reference from the Tenderer’s bankers dated not earlier than 6 months prior to the date of tender submission.
  14. Litigation History.
  15. Bidders shall sequentially serialise all pages for each tender document submitted.
  16. Bidders must be prequalified in Kericho Region for the relevant category of works(Does not apply to Youth, Women and PWD Tenders)
  17. Must provide Identification Cards (I.Ds) or National passports for the Directors (Youth, Women and PWD)
  18. Duly filled, Stamped & Signed Form of Bid
  19. Duly filled & Stamped Confidential Business Questionnaire
  20. Duly filled, stamped and signed Power of Attorney form
  21. Dully filled Tender Securing Declaration Form
  22. A copy of Pre-tender site visit certificate
  23. Provide a brief work methodology

NOTE

  1. Certification of documents shall be original and executed by a Commissioner for Oaths
  2. No bidder shall be awarded more than one tender as advertised in this notice.
  3. Tenders shall remain valid for a period of 120 days from the date of submission.
  4. Bidders to use 16% VAT but 14% VAT will apply during payment period\ as per the current law.

Bidders are requested to download full details of the advertisement and tender documents from the Authority’s Website www.kerra.go.ke with effect from Monday,13th July, 2020 or obtain complete Tender Documents KeRRA, Kericho Regional Officeduring normal working hours upon payment of a non-refundable fee of Ksh.1, 000 (One Thousand only) deposited directly to Kenya CommercialBank (KCB), Moi Avenue Branch, Account No. 1114343196, Account Name:KeRRA A-1-A; Transacted by:  R31.... (Firm name) OR documents can be downloaded free of charge from KeRRA website, www.kerra.go.ke

The sealed bids, labelled with the Tender No. MUST be deposited in the tender box at the Regional Office on or beforeWednesday,22NDJuly,2020 at 10.00 am. Due to Covid-19 pandemic tenders will be quarantined for 48 hours upon receiving and opened in the presence of tenderers or their representative as communicated during bid submission.

Late bids will not be accepted.

 

REGIONAL DEPUTY DIRECTOR

KERICHO REGION

KERICHO REGION, KIPKELION WEST CONSTITUENCY-10% RMLF- FY 2021-22

KENYA RURAL ROADS AUTHORITY

KERICHO REGION

TENDER NOTICE

TENDERS FOR ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF ROADS IN UNDER

10% RMLF VOTE FOR FINANCIAL YEAR 2021/2022

 DATE OF TENDER NOTICE: 25TH NOVEMBER 2021

DOWNLOAD TENDER NOTICE HERE!!!

The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of Rural Roads in Kenya.

KeRRA, Kericho Region, on behalf of the Ministry of Transport, Infrastructure, Housing and Urban Development, State Department of Infrastructure invites bids from eligible firms to tender for Routine Maintenance and Spot Improvement of roads in the following schedule funded by the Government of Kenya through the Road Maintenance Levy Fund for the Financial Year 2021/2022.

 

KIPKELION WEST CONSTITUENCY 

     

S/NO 

TENDER NAME

TENDER NO.       

ELIGIBILITY

BUDGET

ALLOCATION

 

DOWNLOAD

1.

MAINTENANCE OF

CHEBARA- MUGUT – BURUTU FACTORY

ROAD

KeRRA/011/KCO/39/10%/021/21-22

OPEN

4,800,000.00

DOCUMENT

2.

MAINTENANCE OF TOROTON-MAGIRE ROAD

KeRRA/011/KCO/39/10%/022/21-22

WOMEN

3,300,000.00

DOCUMENT

3.

MAINTENANCE OF

KAPKATET JCN - LELU

KeRRA/011/KCO/39/10%/054/21-22

YOUTH

3,400,000.00

DOCUMENT

Due to the COVID-19 Pandemic, there shall be NO arranged pre-tender site visits. However, the bidder shall examine the Site of Works and its surroundings and obtain for himself all information that may be necessary for preparing the bid and entering a contract for maintenance of the Works. The costs of visiting the site shall be at the bidder’s own expense.

Connecting Devolved Kenya

Eligibility of bidders 

  1. This invitation to bid is open to the prequalified bidders who are legally registered or incorporated in the Republic of Kenya as of the time of bid submission. Registration with National Construction Authority (NCA) as a Contractor is mandatory requirement. For bids that preference has been given to Women, Youth and Persons with disabilities, this will be clearly indicated in the bid document and on this notice.
  2. The Original bid document shall be duly certified executed by the Commissioner for Oaths 3. Evaluation shall be based post qualification criteria as stated in the tender documents.
  3. All tenders above 5M but below 10M shall furnish a BID SECURITY of an amount of 100,000 (One Hundred Thousand Shillings) in the form of unconditional bank guarantee from a reputable bank selected by the bidder and located in Kenya, or insurance bond issued by a bonding or insurance company acceptable to the Employer and approved by the PPOA. The format of the bank/ insurance guarantee shall be in accordance with bid security format included in document. The bid security shall remain valid for a period of 150 days beyond the date of bid submission and beyond any period of extension subsequently requested by the Employer.
  4. Bidders shall provide such evidence of their continued eligibility satisfactory to the Employer, as the Employer shall reasonably request

Bidders are requested to download full details of the advertisement and tender documents from the Authority’s Website www.kerra.go.ke with effect from  25TH November, 2021 FREE OF CHARGE or obtain complete Tender Documents KeRRA, Kericho Regional Office during normal working hours upon payment of a non-refundable fee of Ksh.1, 000 (One Thousand only) deposited directly to Kenya Commercial Bank (KCB), Moi Avenue Branch, Account No. 1114343196, Account Name: KeRRA A-1-A; Transacted by:  R31.... (Firm name)

The sealed bids, labelled with the Tender No. MUST be deposited in the tender box at the Regional Office in, Kericho on or before 7TH December 2021 at 10.00 AM. Tenders will be opened immediately in the presence of bidders or representatives who choose to attend.

Late bids will not be accepted.

 

Inquiries shall be sent to the  the Regional Director On This email address is being protected from spambots. You need JavaScript enabled to view it.

Connecting Devolved Kenya

 

Eng G.K. Nyamota

Regional Director- Kericho Region

 

KERICHO REGION, KIPKELION WEST CONSTITUENCY-22% RMLF- FY 2021-22

KENYA RURAL ROADS AUTHORITY KERICHO REGION

TENDER NOTICE

TENDERS FOR ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF ROADS IN UNDER

22% RMLF VOTE FOR FINANCIAL YEAR 2021/2022

DATE OF TENDER NOTICE: 25TH NOVEMBER 2021 

DOWNLOAD TENDER NOTICE HERE!!!

The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of Rural Roads in Kenya.

KeRRA, Kericho Region, on behalf of the Ministry of Transport, Infrastructure, Housing and Urban Development, State Department of Infrastructure invites bids from eligible firms to tender for Routine Maintenance and Spot Improvement of roads in the following schedule funded by the Government of Kenya through the Road Maintenance Levy Fund for the Financial Year 2021/2022.

KIPKELION WEST CONSTITUENCY 

     

S/NO 

TENDER NAME

TENDER NO.

ELIGIBILITY

BUDGET

ALLOCATION

 

DOWNLOAD

1.

MAINTENANCE OF KENEGUT BORDER-CHESIGOT ROAD

KeRRA/011/KCO/39/22%/015/21-22

OPEN

4,800,000.00

DOCUMENT

2.

MAINTENANCE OF CRF- KAPKWEN ROAD

KeRRA/011/KCO/39/22%/016/21-22

OPEN

4,000,000.00

DOCUMENT

3.

MAINTENANCE OF

NDABUSAT-KEBENETI ROAD

KeRRA/011/KCO/39/22%/017/21-22

OPEN

3,500,000.00

DOCUMENT

4.

MAINTENANCE OF BLUE

HILLS- KIPSEGI-

CHEMOSOGON ROAD

KeRRA/011/KCO/39/22%/018/21-22

OPEN

4,000,000.00

DOCUMENT

5.

MAINTENANCE OF BARSIELEKENYELET TUIYOBEI ROAD

KeRRA/011/KCO/39/22%/019/21-22

WOMEN

4,000,000.00

DOCUMENT

6.

MAINTENANCE OF BARSIELEKIMOLOGIT ROAD

KeRRA/011/KCO/39/22%/020/21-22

YOUTH

5,000,000.00

DOCUMENT

Due to the COVID-19 Pandemic, there shall be NO arranged pre-tender site visits. However, the bidder shall examine the Site of Works and its surroundings and obtain for himself all information that may be necessary for preparing the bid and entering a contract for maintenance of the Works. The costs of visiting the site shall be at the bidder’s own expense.

Connecting Devolved Kenya

Eligible bidders 

  1. This invitation to bid is open to the prequalified bidders who are legally registered or incorporated in the Republic of Kenya as of the time of bid submission. Registration with National Construction Authority (NCA) as a Contractor is mandatory. For bids that preference has been given to Women, Youth and Persons with disabilities, this will be clearly indicated in the bid document and on this notice.
  2. The Original bid document shall be certified duly executed by the Commissioner for Oaths 3. Evaluation shall be based post qualification criteria as stated in the tender documents.
  3. All tenders above 5M but below 10M shall furnish a BID SECURITY of an amount of 100,000 (One Hundred Thousand Shillings) in the form of unconditional bank guarantee from a reputable bank selected by the bidder and located in Kenya, or insurance bond issued by a bonding or insurance company acceptable to the Employer and approved by the PPOA. The format of the bank/ insurance guarantee shall be in accordance with bid security format included in document The bid security shall remain valid for a period of 150 days beyond the date of bid submission and beyond any period of extension subsequently requested by the Employer.
  4. Bidders shall provide such evidence of their continued eligibility satisfactory to the Employer, as the Employer shall reasonably request

Bidders are requested to download full details of the advertisement and tender documents from the Authority’s Website www.kerra.go.ke with effect from  25TH  November, 2021 FREE OF CHARGE or obtain complete Tender Documents KeRRA, Kericho Regional Office during normal working hours upon payment of a non-refundable fee of Ksh.1, 000 (One Thousand only) deposited directly to Kenya Commercial Bank (KCB), Moi Avenue Branch, Account No. 1114343196, Account Name: KeRRA A-1-A; Transacted by:  R31.... (Firm name)

The sealed bids, labelled with the Tender No. MUST be deposited in the tender box at the Regional Office in, Kericho on or before 7TH December 2021 at 10.00 AM. Tenders will be opened immediately in the presence of bidders or representatives who choose to attend.

Late bids will not be accepted.

 

 Inquiries Shall be sent to the Regional Director on This email address is being protected from spambots. You need JavaScript enabled to view it.

 

 

Connecting Devolved Kenya

 

Eng. G.K Nyamota

Regional Director- Kericho Region

 

KERICHO RMLF TENDERS FY2019/2020

KERICHO REGION

TENDER NOTICE

TENDER ADDENDUM NO. 1

DATE OF ADDENDUM: 6TH NOVEMBER 2019

TENDERS FOR ROUTINE MAINTENANCE OF VARIOUS ROADS FUNDED UNDER THE ROAD MAINTENANCE FUEL LEVY FUND FOR FINANCIAL YEAR 2019/2020

Reference is made to the above tenders that were advertised on 28th October 2019. The Authority wishes to make revisions to the Instructions to Tenders in the referenced advertisement as follows:

a) Instructions to Tenders

  1. The NCA Classes for eligible bidders has been revised to NCA 3,4,5,6,7 and 8. Contractors registered under NCA class 1 and 2 and not eligible to participate.
  2. Bidders SHALL NOT participate in more than 2 (Two) tenders in the referenced Tender Notice. Bidders who submit tender documents in more than 2 (Two) tenders will be disqualified

b) Revised tender submission dates

The Completed sealed bids in separate envelopes clearly labelled with the Tender No. MUST be deposited in the tender box at KeRRA, Kericho Regional Office on or before the dates and times indicated below. Thereafter, opening of the bids will take place at the same venue starting from 10.00 am.

S/NO.

CONSTITUENCY

DATE

VENUE

TIME

1

Sigowet/Soin Constituency

Tuesday, 19th November 2019

KeRRA, Kericho Regional Office

10.00am

2

Kipkelion West Constituency

3

Belgut Constituency

4

Bureti Constituency

Wednesday, 20th November 2019

KeRRA, Kericho Regional Office

10.00am

5

Kipkelion East Constituency

6

Ainamoi Constituency

NOTE:  All other details and Instructions to Tenderers remain the same indicated in the Tender Notice.

 

Download Addendum1 Here

DATE OF TENDER NOTICE: 28TH OCTOBER 2019

TENDERS FOR ROUTINE MAINTENANCE OF VARIOUS ROADS FUNDED UNDER THE ROAD MAINTENANCE FUEL LEVY FUND FOR FINANCIAL YEAR 2019/2020

The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of Rural Roads in Kenya.

KeRRA, Kericho Region, on behalf of the Ministry of Transport, Infrastructure, Housing and Urban Development, State Department of Infrastructure, invites bids from eligible firms for Routine Maintenance of the following roads funded by the Government of Kenya through the Road Maintenance Fuel Levy Fund for Financial Year 2019/2020.

 

Download tender Notice Here

CONSTITUENCY

S/No

ROAD NAME

CATEGORY

TENDER No.

DOWNLOAD

 

 

Ainamoi Constituency

1

Mimosa-Samutet

Open

KeRRA/011/KCO/39/22% OPEN/017/19-20

Tender Document

2

Chebigen-Otui road

Open

KeRRA/011/KCO/39/22% OPEN/018/19-20

Tender Document

3

Motobo-Kaparuso road

PWD

KeRRA/011/KCO/39/22%/PWD/019/19-20

Tender Document

4

Toror-Kap Zakayo  road

Youth

KeRRA/011/KCO/39/22%/YOUTH/020/19-20

Tender Document

5

Poywek-Chepkoiyo road

Open

KeRRA/011/KCO/39/22% OPEN/021/19-20

Tender Document

6

Kapsaos-Mureret road

Open

KeRRA/011/KCO/39/10%/040-19|20

Tender Document

7

Mureret-Ainamoi road

Open

KeRRA/011/KCO/39/10%/041-19|20

Tender Document

Sigowet/Soin Constituency

1

Kurapei Dispensary-Soin Sugar

Open

KeRRA/011/KCO/39/22%/OPEN/001/19-20

Tender Document

2

Kiptere - Kapkochei road

Open

KeRRA/011/KCO/39/22%/OPEN/002/19-20

Tender Document

3

Kipsitet Police Post-Mau road

Open

KeRRA/011/KCO/39/22%/OPEN/003/19-20

Tender Document

4

Basic-Kapkeburu road

Women

KeRRA/011/KCO/39/22%/WOMEN/004/19-20

Tender Document

5

Cheptarit-Koliongwet Secondary School road

Youth

KeRRA/011/KCO/39/22%YOUTH/005/19-20

Tender Document

6

Koirir - Mogonjet - Kimorogo - Tabarit road

Youth

KeRRA/011/KCO/39/10%/037-19|20

Tender Document

7

Chesengeny – Chemamor road

Open

KeRRA/011/KCO/39/10%/036-19|20

Tender Document

Kipkelion East Constituency

1

Chepsir-Kapchabas road

Open

KeRRA/011/KCO/39/22%/OPEN/006/19-20

Tender Document

2

Chepseon Complex-Kimugul road

OPen

KeRRA/011/KCO/39/22% OPEN/007/19-20

Tender Document

3

Sitian – Kipyemit road

Open

KeRRA/011/KCO/39/22% OPEN/008/19-20

Tender Document

4

Kapkondor - Tilolwet road

Women

KeRRA/011/KCO/39/22%/WOMEN/009/19-20

Tender Document

5

Hill Top - Wambare road

Youth

KeRRA/011/KCO/39/22%/YOUTH/010/19-20

Tender Document

6

Londiani – Makutano Road

Open

KeRRA/011/KCO/39/10%/034-19|20

Tender Document

7

Nyayo Tea Zone – Chesinende Road

Youth

KeRRA/011/KCO/39/10%/035-19|20

Tender Document

Bureti Constituency

1

Sosit-Cheplanget road

Open

KeRRA/011/KCO/39/22%/OPEN/022/19-20

Tender Document

2

Tebesonik-Cheborge road

Open

KeRRA/011/KCO/39/22%/OPEN/023/19-20

Tender Document

3

Ngoina-Kelunet road

Open

KeRRA/011/KCO/39/22% OPEN/024/19-20

Tender Document

4

Kipwastuiyo-Cheborge road

Open

KeRRA/011/KCO/39/22% OPEN/025/19-20

Tender Document

5

Morit TBC-Kabiangek

PWD

KeRRA/011/KCO/39/22%PWD/026/19-20

Tender Document

6

Kapchelach - Mosore Road

Open

KeRRA/011/KCO/39/10%/042-19|20

Tender Document

7

B6 Kapkatet-Boito Road

Women

KeRRA/011/KCO/39/10%/043-19|20

Tender Document

Belgut Constituency

1

Kapsuser-Sosiot

Open

KeRRA/011/KCO/39/22% OPEN/028/19-20

Tender Document

2

Seretut-Chebungungon-Kipsolu-Cheptororiet

Open

KeRRA/011/KCO/39/22%/OPEN/029/19-20

Tender Document

3

Kapnandet TG38-Cheboseron

Women

KeRRA/011/KCO/39/22% WOMEN/030/19-20

Tender Document

4

Koiwalelach-Kipranye

Youth

KeRRA/011/KCO/39/22% YOUTH/031/19-20

Tender Document

5

Taplotin-Cheymen TBC-Cheymen Primary

Open

KeRRA/011/KCO/39/22%/OPEN/032/19-20

Tender Document

6

Cheribo TBC - Turguito Pri. Sch road

Open

KeRRA/011/KCO/39/10%/039-19|20

Tender Document

7

Koiwalelach - Kipsotet TBC - Kapkures Pri. Sch road

PWD

KeRRA/011/KCO/39/10%/038-19|20

Tender Document

Kipkelion West Constituency

1

Urafiki-Kairu-Kapkoros road

Women

KeRRA/011/KCO/39/22%/WOMEN/011/19-20

Tender Document

2

CRF-Chelaloi-Imbaragai road

Open

KeRRA/011/KCO/39/22% OPEN/012/19-20

Tender Document

3

Cherara-Kaplelit-Tegat road

Open

KeRRA/011/KCO/39/22% OPEN/013/19-20

Tender Document

4

Kasheen-Leldet Poly-Kipsegi

Youth

KeRRA/011/KCO/39/22%YOUTH/014/19-20

Tender Document

5

Barsiele-Kimologit road

Open

KeRRA/011/KCO/39/22% OPEN/015/19-20

Tender Document

6

Kimologit-Ngendalel road

Open

KeRRA/011/KCO/39/22% OPEN/016/19-20

Tender Document

7

Blue Hills - Kipsegi road

Open

KeRRA/011/KCO/39/10%/027-19|20

Tender Document

8

Kipsegi – Chemosogon Road

Open

KeRRA/011/KCO/39/10%/033-19|20

Tender Document

 

MANDATORY Pre-bid site shall be held as indicated in the schedule below. Bidders are advised to make their own transport arrangements for pre-tender site visits.

SCHEDULE OF PRE-TENDER SITE VISITS

 

S/NO.

CONSTITUENCY

DATE

VENUE

TIME

1

Sigowet/Soin Constituency

4th November 2019

KeRRA, Kericho Regional Office

9.00am

2

Kipkelion West Constituency

5th November 2019

KeRRA, Kericho Regional Office

9.00am

3

Belgut Constituency

6th November 2019

KeRRA, Kericho Regional Office

9.00am

4

Bureti Constituency

7th November 2019

KeRRA, Kericho Regional Office

9.00am

5

Kipkelion East Constituency

8th November 2019

KeRRA, Kericho Regional Office

9.00am

6

Ainamoi Constituency

11th November 2019

KeRRA, Kericho Regional Office

9.00am

 

INSTRUCTIONS TO TENDERERS:

 

Eligible bidders must meet/attach the following requirements:

  1. Certified copy of Certificate of Incorporation
  2. PIN & VAT Registration Certificate with VAT obligation.
  3. Copy of Valid Tax Compliance Certificate (To be verified with KRA TCC Checker)
  4. Certified copy of recent CR12 form generated through the system not more than 12 months before tender opening date.
  5. Valid Registration Certificate and Licence from National Construction Authority (NCA) for either Class 5,6,7 or 8 (To be verified through NCA website).
  6. Certified copy of a valid certificate of registration in a target group issued by National Treasury of the respective County Treasury in the relevant category (Youth, Women and PWD)
  7. Proof of Experience in works of a similar nature and size for each of the last Two years (Not applicable to Youth, Women and PWD tenders)
  8. Proof of major items of construction equipment owned or leased.
  9. CV’s and copies of qualification certificates of key site management and technical personnel proposed for the Contract;
  10. Audited accounts for the last two years. All the pages must be initialised and stamped by both a practising Auditor registered with ICPAK and one of the Directors (Not applicable to Youth, Women and PWD tenders)
  11. Bank statements for the last six months. The statements must be certified by the bank on all pages (Not applicable to Youth, Women and PWD tenders)
  12. Commitment letter from the bidder showing that they will be able to perform if awarded the contract (Applicable to Youth, Women and PWD)
  13. Authority to seek references from the Tenderer’s bankers.
  14. Current litigation information
  15. Bidders shall sequentially serialise all pages for each tender document submitted.
  16. Bidders must be prequalified in Kericho Region for the relevant category of works (Not applicable to Youth, Women and PWD tenders)
  17. Must provide Identification Cards (I.Ds) or National passports for the Directors.
  18. Duly filled, Stamped & Signed form of Bid
  19. Duly filled & Stamped Confidential Business Questionnaire
  20. Duly filled, stamped and signed Power of Attorney form
  21. Dully filled Tender Securing Declaration Form
  22. A copy of Pre-tender site visit certificate
  23. Provide a brief work methodology

 

NOTE

  1. Certification of documents shall be original and executed by a Commissioner for Oaths
  2. No bidder shall be awarded more than one tender as advertised in this notice.
  3. Tenders shall remain valid for a period of 120 days from the date of Tender Opening.

Bidders are requested to download full details of the advertisement and tender documents from the Authority’s Website www.kerra.go.ke with effect from Wednesday, 30th October, 2019. Alternatively, bidders may obtain complete tender Documents from KeRRA, Kericho Regional Office as from Wednesday, 30th October, 2019 during normal working hours upon payment of a non-refundable fee of Ksh.1, 000 (One Thousand only) deposited directly to:

Bank:                       : KCB Bank

Branch Name            : Moi Avenue, Nairobi

Account No.              : 1114343196

Account Name          : KeRRA A-1-A

Transacted by           : R31.... (Firm name)

The Completed sealed bids in separate envelopes clearly labelled with the Tender No. MUST be deposited in the tender box at KeRRA, Kericho Regional Office on or before the dates and times indicated below. Thereafter, opening of the bids will take place at the same venue starting from 10.00 am.

 

S/NO.

CONSTITUENCY

DATE

VENUE

TIME

1

Sigowet/Soin Constituency

13th November 2019

KeRRA, Kericho Regional Office

10.00am

2

Kipkelion West Constituency

3

Belgut Constituency

4

Bureti Constituency

18th November 2019

KeRRA, Kericho Regional Office

10.00am

5

Kipkelion East Constituency

6

Ainamoi Constituency

 

 

REGIONAL DEPUTY DIRECTOR

KERICHO REGION

KERICHO TENDERS FOR ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF ROADS AND CONSTRUCTION OF DRAINAGE STRUCTURESMARCH 2019

Download Tender Notice Here:

KENYA RURAL ROADS AUTHORITY

KERICHO REGION

TENDER NOTICE

DATE OF TENDER NOTICE: 6TH MARCH 2019

TENDERS FOR ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF ROADS AND CONSTRUCTION OF DRAINAGE STRUCTURES 

The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of Rural Roads in Kenya.

KeRRA, Kericho Region, on behalf of the Ministry of Transport, Infrastructure, Housing and Urban Development, State Department of Infrastructure invites bids from eligible Firms to tender for Routine Maintenance and Spot Improvement of roads and construction of Box Culverts in the following schedule funded by the Government of Kenya in the Financial Year 2018/2019.

S/NO.

ROAD NAME

TENDER NUMBER

RESERVED

BUDGET

Downloads

1

KEBENETI - CHEBIRIRBEI –

CHEPNYOGAA ROAD

KeRRA/011/KCO/39/10%CS/001/OPEN/18-19

WOMEN

6,000,000

Download

2

KIPTOME – MOMUL –

CHEBIRIRBEI ROAD

KeRRA/011/KCO/39/10%CS/002/WOMEN/18-19

OPEN

6,000,000

Download

3

BANGOROR-POLICE STATION-

KAMOLOK ROAD

KeRRA/011/KCO/39/10%CS/003/OPEN/18-19

OPEN

6,000,000

Download

4

DOTCOM-TABAITA-SONDU

ROAD

KeRRA/011/KCO/39/10%CS/004/OPEN/18-19

OPEN

6,000,000

Download

5

KIMOLOGIT BOX CULVERT

KeRRA/011/KCO/39/10%CS/005/YOUTH/18-19

YOUTH

6,000,000

Download

6

BURUTU BOX CULVERT

KeRRA/011/KCO/39/10%CS/006/OPEN/18-19

OPEN

6,000,000

Download

7

KAPLELACH BOX CULVERT

KeRRA/011/KCO/39/10%CS /007/YOUTH/18-19

YOUTH

6,000,000

Download

8

CHESINENDE BOX CULVERT

KeRRA/011/KCO/39/10%CS/008/OPEN/18-19

OPEN

6,000,000

Download

9

KAPTOBOITI-CHERONGET

PRIMARY ROAD

KeRRA/011/KCO/39/10%CS/009/PWD/18-19

PWD

6,000,000

Download

10

KIPTULE-KAPMONDOI-

KABOROK PRIMARY ROAD

KeRRA/011/KCO/39/10%CS/010/OPEN/18-19

OPEN

5,000,000

Download

11

SERETUT MARKET-

CHEPNGETUNY MARKET ROAD

KeRRA/011/KCO/39/10%CS/011/OPEN/18-19

OPEN

6,000,000

Download

12

KAPTEBESWET-KAKIPTUI-

TAGAT ROAD

KeRRA/011/KCO/39/10%CS/012/WOMEN/18-19

WOMEN

5,400,000

Download

13

MOMUL TEA FACTORY-

TUIYOBEI-CHEPNYOGAA ROAD

KeRRA/011/KCO/39/10%CS/013/OPEN/18-19

OPEN

6,000,000

Download

Mandatory Pre-Tender site visits shall be conducted on Monday, 11th March 2019. Interested Bidders are requested to assemble at the KeRRA, Kericho Regional Office at 9.00am. Bidders are advised to make their own transport arrangements for the pre-tender site visits.

INSTRUCTIONS TO TENDERERS

Eligible bidders must meet/provide the following requirements:

  1. Certified copy of Certificate of Incorporation
  2. PIN and VAT Registration Certificate
  3. Copy of Valid Tax compliance Certificate verifiable at KRA’s portal.

 

  1. Certified copy of recent CR12 form generated through the system within a period of 12 months before opening date.
  2. Valid Practising Licence from National Construction Authority (NCA 8 and above) for Road

Works. This must be valid at the date of tender submission.

  1. Certified copy of a valid certificate of registration in a target group issued by National Treasury or the respective County Treasury in the relevant category (Youth, Women and PWD)
  2. Proof of Experience in works of a similar nature and size for each of the last Two years (Does not apply to Youth, Women and PWD Tenders)
  3. Proof of major items of construction equipment owned or leased;
  4. CV’s and copies of qualification certificates of key site management and technical personnel proposed for the Contract;
  5. Audited accounts for the last two years, all the pages must be initialised and stamped by both a practising Auditor registered with ICPAK and one of the Directors (Does not apply to Youth, Women and PWD Tenders)
  6. Bank statements for the last six months. The statements must be certified by the issuing bank

on all pages (Does not apply to Youth, Women and PWD Tenders)

  1. A Commitment letter from the bidder showing that they will be able to perform if awarded the contract (Applicable to Youth, Women and PWD Tenders Only)
  2. Authority to seek reference from the Tenderer’s bankers dated not earlier than 6 months prior to the date of tender submission.
  3. Litigation History.
  4. Bidders shall sequentially serialise all pages for each tender document submitted.
  5. Bidders must be prequalified in Kericho Region for the relevant category of works (Does not apply to Youth, Women and PWD Tenders)
  6. Must provide Identification Cards (I.Ds) or National passports for the Directors (Youth,

Women and PWD)

  1. Duly filled, Stamped & Signed Form of Bid
  2. Duly filled & Stamped Confidential Business Questionnaire
  3. Duly filled, stamped and signed Power of Attorney form
  4. Dully filled Tender Securing Declaration Form
  5. 22. A copy of Pre-tender site visit certificate
  6. 23. Provide a brief work methodology

NOTE

  1. 1. Certification of documents shall be original and executed by a Commissioner for Oaths
  2. 2. No bidder shall be awarded more than one tender as advertised in this
  3. 3. Tenders shall remain valid for a period of 120 days from the date of submi

Bidders are requested to download full details of the advertisement and tender documents from the Authority’s Website www.kerra.go.ke with effect from Tuesday 5th March, 2019 or obtain complete Tender Documents KeRRA, Kericho Regional Office as from Tuesday 5th March, 2019 during normal working hours upon payment of a non-refundable fee of Ksh.1, 000 (One Thousand only) deposited directly to Kenya Commercial Bank (KCB), Moi Avenue Branch, Account No.

1114343196, Account Name: KeRRA A-1-A; Transacted by: R31.... (Firm name) OR documents can be downloaded free of charge from KeRRA website, www.kerra.go.ke

The sealed bids, labelled with the Tender No. MUST be deposited in the tender box at the Regional Office on or before WEDNESDAY, 20th MARCH 2019 at 10.00 am. Thereafter, opening of the bids will take place at the same venue starting from 10.00 am.

REGIONAL DEPUTY DIRECTOR KERICHO REGION

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

KENYA RURAL ROADS AUTHORITY

KERICHO REGION

ADDENDUM NO.2 Download link

DATE OF NOTICE: 06TH MARCH2019

TENDERS FOR ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF ROADS FUNDED UNDER THE ROAD MAINTENANCE FUEL LEVY FUND FOR FINANCIAL YEAR 2018/2019

 

Reference is made to the tender notice for routine maintenance and spot improvement of Roads Funded under the Road Maintenance Fuel Levy Fund for financial year 2018/2019 that was posted on 22nd February 2019.

Pre-tender site visits were conducted on 4th and 5th March 2019.

The list of the roads under this tender were as follows:

CONSTITUENCY

ROAD CODE

ROAD NAME

TENDER NUMBER

RESERVED

AINAMOI

E7130

BUCHENGE – TENDWET

Download here!

KeRRA/011/KCO/39/10%/007/18-19

OPEN

C752

KERICHO - KEONGO

Download here!

KeRRA/011/KCO/39/10%/008/18-19

OPEN

SOIN/SIGOWET

E1091

NYIMIRA - MINDILWET

Download here!

KeRRA/011/KCO/39/10%/001/18-19

OPEN

E219

KAPSOROK - KIPSITET

Download here!

KeRRA/011/KCO/39/10%/002/18-19

OPEN

KIPKELION EAST

C687

TUIYOBEI – CHEPSEON COMPLEX

Download here!

KeRRA/011/KCO/39/10%/011/18-19

YOUTH

C749

LONDIANI - MAKUTANO

Download here!

KeRRA/011/KCO/39/10% /012/18-19

YOUTH

BELGUT

R6

KAPTEBESWET – BORBORIET – B1 KIPSOLU

Download here!

KeRRA/011/KCO/39/10%/003/18-19

WOMEN

U_G729978

D228 KABIANGA - ROGONGET

Download here!

KeRRA/011/KCO/39/10%/004/18-19

OPEN

BURETI

F7042

RORET - BAKOYIOT

Download here!

KeRRA/011/KCO/39/10%/009/18-19

OPEN

C754

CHEBARAA – B6 CHELILIS

Download here!

KeRRA/011/KCO/39/10%/010/18-19

PWD

KIPKELION WEST

E250

FORTENAN - KOKWET

KeRRA/011/KCO/39/10%/005/18-19

OPEN

E250

KOKWET – BORUTU - KAPLELIT

Download here!

KeRRA/011/KCO/39/10%/006/18-19

OPEN

This is to notify all the interested contractors who participated on the pretender site visits that due to Technical hitches that have delayed the uploading of tender Documents on the Authority’s Website, the tender closing date has been postponed from 8th March 2019 to 26th March 2019 at 10Am.

Bidders are advised that the tender Documents will be available on the Authority’s website www.kerra.go.ke and at the Authority’s Regional Office with effect from 11th March 2019.

All other details of the tender notice remain the same.

 

 

ANDENDUM NO. 1 - Download here!

 

SHEDULE OF PRE-TENDER SITE VISITS

S/No.

CONSTITUENCY

PRE-TENDER DATE

ASSEMBLY POINT

TIME

1

Kipkelion West

Monday, March 4, 2019

Regional Office, Kericho

9.00 am

2

Kipkelion East

Monday, March 4, 2019

Regional Office, Kericho

9.00 am

3

Ainamoi

Monday, March 4, 2019

Regional Office, Kericho

9.00 am

4

Sigowet/Soin

Tuesday, March 5, 2019

Regional Office, Kericho

9.00 am

5

Bureti

Tuesday, March 5, 2019

Regional Office, Kericho

9.00 am

6

Belgut

Tuesday, March 5, 2019

Regional Office, Kericho

9.00 am

Interested Bidders are requested to assemble at the KeRRA, Kericho Regional Office at 9.00am. Bidders are advised to make their own transport arrangements for the pre-tender site visits.

KeRRA HEADQUARTERS FY 2017/2018 AND 2018/2019

Prequalified Suppliers of Goods and Services for the FY 2017-2018 and 2018 - 2019

Download here

KFW

The Programme for Improvement of Rural Roads and Market Infrastructure in Western Kenya is co- funded by the Government of Kenya and the German Development Bank through their lending arm-KfW on 50-50 (GOK-KfW) basis. According to the Loan and Financing Agreement, particularly the Aide Memoir a total length of 355Km of continuous rural road network of rural road network is to be improved to maintainable gravel standards using Labour Based Technology within the focal areas of the programme.

The market component is being implemented under the Ministry of Agriculture while the Rural Roads Component is being implemented by The Ministry of Transport, Infrastructure, Housing and Urban Development through Kenya Rural Roads Authority -KeRRA. The Programme was designed to run for four (4) years from June 2012- August, 2016. The Loan and Financing Agreement is dated 14th December, 2009 while the Separate Agreement is dated 11th November, 2010. KfW has agreed to extend disbursement period to May, 2019.

Kiambu 22% and 10% RMLF FY 18/19

 

 22nd January 2019

KENYA RURAL ROADS AUTHORITY

KIAMBU REGION

Download TENDER NOTICE here! Tender Notice

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, Kiambu Region hereby invites bids from eligible construction Companies to bid for Routine Maintenance Works on Various Roads in the Constituencies listed below for the Financial Year 2018/2019.

Eligible bidders must be prequalified in category C, of the constituencies they wish to bid. (Bidders for projects under Youth, Women and PWD need no prior prequalification in the Constituencies)

Bidders are requested to download full details of tender documents from Authorities Website. (www.kerra.go.ke/) / (http://www.kerra.go.ke) with effect from Thursday 24th January, 2019.    

 

Pre-bid sites visits will be open BUT MADATORY and bidders are free to visit the sites with prior arrangements with Constituency Roads Officers (CROs) of various Constituencies where the projects are located during normal working days before the close of the tender. Bidders must ensure The Site Visit Certificate is signed by the respective Constituency Roads Officer (CRO).

Eligible bidders must meet/attach the following requirements among others.

1.1 Signed/stamped tender forms and completeness of tender document

2.2 Properly filled anti-corruption pledge form.

3.3 Properly filled confidential business questionnaire

4.4 Certified Copy of Certificate of Incorporation

5.5 Certified copy of Certificate of Registration with the National Construction Authority (NCA 4,5,6,7&8)

6.6 A copy of a Valid Tax Compliance Certificate (Will be verified on KRA TCC Checker)

7.7 VAT Registration/PIN Registrations

8.8 Authority to seek reference from the Tenderer’s bankers

9.9 Current Litigation Information

10.10 Certified Copy of RECENT (12 Months before opening date) CR12 form from the Registrar of Companies and certified copies of ID’s of the directors.

11.11 Proof of a Bank Account operated by the Bidder (provide latest six (6) months bank statement)

12.12   Bidders SHALL sequentially serialize all pages for each tender document submitted.

13.13 Only prequalified contractors from the respective constituencies are entitled to bid. (Bidders for projects under Youth, Women and PWD need no prior prequalification in the Constituencies)

14.14 Certified copy of a valid certificate of registration with AGPO (Small Works/Engineering) issued by the National Treasury or the respective County Treasury in the relevant category (Youth, Women & PWD) for works with special groups.

Note:

  • Certification of documents shall be original and executed by a commissioner for oaths.
  • No bidder shall be awarded more than one tender as advertised in this notice.

 Bidders shall include all the documents and information as described in the instructions to tenderers. Responsive bids will be determined through evaluation criteria as set out in the instruction to bidders and the Tender Notice.

Interested eligible bidders may obtain further information from the office of the Regional Manager, KeRRA Kiambu Offices in Kiambu during normal working hours.

Completed tender documents are to be enclosed in plain sealed envelopes marked with Tender Name and reference number and deposited in the respective constituencies tender boxes situated at the Kenya Rural Roads Authority Regional Offices in Kiambu and be addressed to:

The Regional Director,

Kenya Rural Roads Authority,

Kiambu Region

P.O Box 700-00900

Kiambu

So as to be received on or before Tuesday 12th February 2019 at 11.00 am.

Opening of bids shall commence at 11.15 am in the presence of Tenderers/ Representatives who choose to attend.

 Eng. Joseph Mbugua

Deputy Director

Kiambu Region

DOWNLOAD ADDENDUM NO 1 HERE

 

KIAMBU REGION 22% FY:2018/2019 ADVERT

 

 

S/NO.

Road No.

Road Name

Contract No.

Constituency

Eligibility

Download

 

1

G21718

Pcea Nachu-Marengeta

KeRRA/11/KBU/39/22%/2-27-18/19-005

KIKUYU

PREQUALIFIED

 Download  

2

G21523

Jct D411 Wagakari-Njumbi Pri Sch

KeRRA/11/KBU/39/22%/2-27-18/19-006

KIKUYU

PREQUALIFIED

Download
 

3

G21509

Kaarie-Riu Nderi

KeRRA/11/KBU/39/22%/2-27-18/19-007

KIKUYU

PREQUALIFIED

Download
 

4

G21379/372

Gaitumbi Water Project-Genesis

KeRRA/11/KBU/39/22%/2-27-18/19-008

KIKUYU

PREQUALIFIED

Download
 

5

G21646

Green Garden-Kidfarmaco

KeRRA/11/KBU/39/22%/2-27-18/19-009

KIKUYU

YOUTH

Download
 

6

G21430

Ndome-Orange Park

KeRRA/11/KBU/39/22%/2-27-18/19-010

KIKUYU

WOMEN

 
Download
 

7

F2009

Mbomboini-Ndiguini

KeRRA/11/KBU/39/22%/2-27-18/19-011

KIKUYU

PWD

 
Download
 

8

C556

Juja -Juja Farm - Ndarugo

KeRRA/11/KBU/39/22%/2-27-18/19-012

JUJA

PREQUALIFIED

 
Download
 

9

C556

Chai Estate-Jujafarm

KeRRA/11/KBU/39/22%/2-27-18/19-013

JUJA

PREQUALIFIED

 
Download
 

10

P76/91

Kumura Primary - Matangi

KeRRA/11/KBU/39/22%/2-27-18/19-014

JUJA

PWD

 
Download
 

11

P305

Junc.Courtesy Beach Toll Primary

KeRRA/11/KBU/39/22%/2-27-18/19-015

JUJA

PREQUALIFIED

 
Download
 

12

P76/91

Ha- Kairu-Thome-Kumura Primary

KeRRA/11/KBU/39/22%/2-27-18/19-016

JUJA

WOMEN

 
Download
 

13

G299903

Kipipiri - Footbridge (A2)

KeRRA/11/KBU/39/22%/2-27-18/19-017

JUJA

YOUTH

Download
 

14

C556

Juja Farm -Kwa murage

KeRRA/11/KBU/39/22%/2-27-18/19-018

JUJA

PREQUALIFIED

 
Download
 

15

D1431

Marige - Watathi

KeRRA/11/KBU/39/22%/2-27-18/19-019

GATUNDU NORTH

PREQUALIFIED

 
Download
 

16

D1431

Ha Gathirwa - Makohokoho

KeRRA/11/KBU/39/22%/2-27-18/19-020

GATUNDU NORTH

PWD

Download
 

17

G29655

Mukurwe - Gatina

KeRRA/11/KBU/39/22%/2-27-18/19-021

GATUNDU NORTH

PREQUALIFIED

 
Download
 

18

D1431

Watathi - Ihiga-Ini

KeRRA/11/KBU/39/22%/2-27-18/19-022

GATUNDU NORTH

WOMEN

 
Download
 

19

D1431

Ihiga-Ini - Gathaite

KeRRA/11/KBU/39/22%/2-27-18/19-023

GATUNDU NORTH

YOUTH

Download
 

20

D1431

Gathaite - Ha Gathiriwa

KeRRA/11/KBU/39/22%/2-27-18/19-024

GATUNDU NORTH

PREQUALIFIED

 
Download
 

21

L16

Jolem Plaza - Kimunye

KeRRA/11/KBU/39/22%/2-27-18/19-025

THIKA

PREQUALIFIED

 
Download
 

22

L16

Kimunye - Ha Kinyua

KeRRA/11/KBU/39/22%/2-27-18/19-026

THIKA

PWD

 
Download
 

23

URF 50:

Ha Dominic- Ha Gachuki

KeRRA/11/KBU/39/22%/2-27-18/19-027

THIKA

WOMEN

 
Download
 

24

URA 68:

Ngirigacha - Ha Kimani

KeRRA/11/KBU/39/22%/2-27-18/19-028

THIKA

YOUTH

 
Download
 

25

URA 68

Ha Kimani - Ha John

KeRRA/11/KBU/39/22%/2-27-18/19-029

THIKA

PREQUALIFIED

 
Download
 

26

G29484

Kagumoini-Jn D379 Wamuguma

KeRRA/11/KBU/39/22%/2-27-18/19-030

GATUNDU SOUTH

PREQUALIFIED

 
Download
 

27

G29375

Jn D379 Karia Mburi-Kahugu River

KeRRA/11/KBU/39/22%/2-27-18/19-031

GATUNDU SOUTH

PREQUALIFIED

 
Download
 

28

G29216

Jn E496-Jn E499 Nduchi

KeRRA/11/KBU/39/22%/2-27-18/19-032

GATUNDU SOUTH

PREQUALIFIED

 
Download
 

29

G29522

Jn E502 Thegi-Jn C64 Chau

KeRRA/11/KBU/39/22%/2-27-18/19-033

GATUNDU SOUTH

PWD

 
Download
 

30

URA 67

Jn U_29488 Kagumoini Pri-Gitiri River

KeRRA/11/KBU/39/22%/2-27-18/19-034/035

GATUNDU SOUTH

PREQUALIFIED

Download
 

G29384

Jn U_29383-Gacuha

 
 
 

31

G29390

Jn E496 Ihura-Githembe

KeRRA/11/KBU/39/22%/2-27-18/19-036

GATUNDU SOUTH

PREQUALIFIED

 
Download
 

32

G29323

Nyamuna-Ngaragaca

KeRRA/11/KBU/39/22%/2-27-18/19-037

GATUNDU SOUTH

PREQUALIFIED

 
Download
 

33

G29323

Nagara - Kibiru

KeRRA/11/KBU/39/22%/2-27-18/19-038

GATUNDU SOUTH

YOUTH

 
Download
 

34

G29520

Jn U_29512-Kagera Primary School

KeRRA/11/KBU/39/22%/2-27-18/19-039

GATUNDU SOUTH

WOMEN

Download  

35

P196 Limuru

Jct E430 Karengeti Adolf

KeRRA/11/KBU/39/22%/2-27-18/19-040

LIMURU

PREQUALIFIED

Download
 

36

D1458

St Peters Catholic -Mithiga Sec -Pcea Mithiga Church

KeRRA/11/KBU/39/22%/2-27-18/19-041

LIMURU

PREQUALIFIED

 
Download
 

37

D1458

Pcea Mithiga- Ack Bishop Ranji Boys

KeRRA/11/KBU/39/22%/2-27-18/19-042

LIMURU

PREQUALIFIED

 
Download
 

38

D1458

Ack Bishop Ranji Boys -Kangau

KeRRA/11/KBU/39/22%/2-27-18/19-043

LIMURU

PWD

Download
 

39

D1458

Kangau-Dairy Collection Hamuya

KeRRA/11/KBU/39/22%/2-27-18/19-044

LIMURU

PREQUALIFIED

Download
 

40

P169 Limuru

Jct A104 Njira Ya Gicagi-Kamirithu Polytechnic

KeRRA/11/KBU/39/22%/2-27-18/19-045

LIMURU

WOMEN

 
Download
 

41

P169 Limuru

Kamirithu Polytechnic -Jct E430 Catholic

KeRRA/11/KBU/39/22%/2-27-18/19-046

LIMURU

YOUTH

 
Download
 

42

G2490

Gathanji - Ikuria - Karia

KeRRA/11/KBU/39/22%/2-27-18/19-047

GITHUNGURI

PREQUALIFIED

 
Download
 

43

E2028

Miguta (Ha Ndonga) - Bara Inya

KeRRA/11/KBU/39/22%/2-27-18/19-048

GITHUNGURI

PWD

 
Download
 

44

E2028

Bara Inya) - Riagithu Jct B30

KeRRA/11/KBU/39/22%/2-27-18/19-049

GITHUNGURI

PREQUALIFIED

 
Download
 

45

URP 80

Jct C560 Kangengu - Ndathi-Ini

KeRRA/11/KBU/39/22%/2-27-18/19-050

GITHUNGURI

PREQUALIFIED

 
Download
 

46

URP 80

Ndathi-Ini - Polytechnic Jct

KeRRA/11/KBU/39/22%/2-27-18/19-051

GITHUNGURI

YOUTH

 
Download
 

47

URP 80

Polytechnic Jct - Kambui

KeRRA/11/KBU/39/22%/2-27-18/19-052

GITHUNGURI

WOMEN

 
Download
 

48

C557

Kinale - Gatamaiyu

KeRRA/11/KBU/39/22%/2-27-18/19-053

LARI

PREQUALIFIED

 
Download
 

49

G2017

Karinga - Kwa Edward

KeRRA/11/KBU/39/22%/2-27-18/19-054

LARI

PREQUALIFIED

 
Download
 

50

G22721

Bathi - Kimende

KeRRA/11/KBU/39/22%/2-27-18/19-055

LARI

PREQUALIFIED

 
Download
 

51

D1428

Gatamaiyu River - Hato

KeRRA/11/KBU/39/22%/2-27-18/19-056

LARI

PWD

 
Download
 

52

D1428

Hato - Kwa Edward

KeRRA/11/KBU/39/22%/2-27-18/19-057

LARI

YOUTH

Download
 

53

C558

Matathia - Escarpment

KeRRA/11/KBU/39/22%/2-27-18/19-058

LARI

WOMEN

Download
 

54

D1459

Gachie - Gacharage

KeRRA/11/KBU/39/22%/2-27-18/19-059

KIAMBAA

PREQUALIFIED

 
Download
 

55

G21029

Kihara loop

KeRRA/11/KBU/39/22%/2-27-18/19-060

KIAMBAA

PREQUALIFIED

 
Download
 

56

G2997

Karura - KPLC

KeRRA/11/KBU/39/22%/2-27-18/19-061

KIAMBAA

PREQUALIFIED

 
Download
 

57

G2995

Waphat - Kairia

KeRRA/11/KBU/39/22%/2-27-18/19-062

KIAMBAA

PREQUALIFIED

 
Download
 

58

G2649

Muongoiya-Muchatha

KeRRA/11/KBU/39/22%/2-27-18/19-063

KIAMBAA

PWD

 
Download
 

59

G2626

Waguthu - Mayuyu

KeRRA/11/KBU/39/22%/2-27-18/19-064

KIAMBAA

WOMEN

Download
 
 

60

E2043

Karura - Kagongo

KeRRA/11/KBU/39/22%/2-27-18/19-065

KIAMBAA

YOUTH

Download
 

61

G2649

Access to Muongoiya Sec Sch.

KeRRA/11/KBU/39/22%/2-27-18/19-066

KIAMBAA

PREQUALIFIED

 
Download
 

62

P338

Makiu - Riara Road

KeRRA/11/KBU/39/22%/2-27-18/19-068

KIAMBU

PWD

 
Download
 

63

P175

Ha Kametu - Karunga - Mburiria - County Offices

KeRRA/11/KBU/39/22%/2-27-18/19-069

KIAMBU

PREQUALIFIED

 
Download
 

64

D1457

Jn C558 Ndmberi - Gichocho

KeRRA/11/KBU/39/22%/2-27-18/19-070

KIAMBU

PREQUALIFIED

Download
 

65

D1457

Gichocho - Jn B30 Riabai

KeRRA/11/KBU/39/22%/2-27-18/19-071

KIAMBU

WOMEN

 
Download
 

66

P131

JN Kariuki - Njunu

KeRRA/11/KBU/39/22%/2-27-18/19-072

KIAMBU

PREQUALIFIED

 
Download
 

67

P228/257

Riabai Shopping Centre - Jn Ndungu Kirabi

KeRRA/11/KBU/39/22%/2-27-18/19-073

KIAMBU

YOUTH

 
Download
 

68

P130

Kiratina - Gikumari Road

KeRRA/11/KBU/39/22%/2-27-18/19-074

RUIRU

PREQUALIFIED

 
Download
 

69

P144

St. Silas - Mwihoko Sec. School

KeRRA/11/KBU/39/22%/2-27-18/19-075

RUIRU

PWD

 
Download
 

70

P155/164

Progressive - Moonlight - Manguo

KeRRA/11/KBU/39/22%/2-27-18/19-076

RUIRU

PREQUALIFIED

Download
 

71

N301

Sweet Plaza - Blessed Banner - Mt. Kenya

KeRRA/11/KBU/39/22%/2-27-18/19-077

RUIRU

PREQUALIFIED

 
Download
 

72

N573

Wataalam - Maruti Stage

KeRRA/11/KBU/39/22%/2-27-18/19-078

RUIRU

WOMEN

Download
 

73

URP 46

Membley - Jacridge School - Eastern Bypass

KeRRA/11/KBU/39/22%/2-27-18/19-079

RUIRU

YOUTH

 
Download
 

74

G21228 /36/18/5

Gachio - Maraaro - Riverside

KeRRA/11/KBU/39/22%/2-27-18/19-081

KABETE

PREQUALIFIED

 
Download
 

75

G21216

Kiawanugu Road

KeRRA/11/KBU/39/22%/2-27-18/19-082

KABETE

PREQUALIFIED

 
Download
 

76

G21957/6

Gatuanabu Road

KeRRA/11/KBU/39/22%/2-27-18/19-083

KABETE

YOUTH

 
Download
 

77

G21956

Kang'eng'u - Githithima

KeRRA/11/KBU/39/22%/2-27-18/19-084

KABETE

WOMEN

Download
 

78

G21331

Maina Road

KeRRA/11/KBU/39/22%/2-27-18/19-085

KABETE

PREQUALIFIED

 
Download
 

79

G21328

Gathang'I Road

KeRRA/11/KBU/39/22%/2-27-18/19-086

KABETE

PWD

 
Download
 

 

 

 

KIAMBU REGION 10% RMLF FY: 2018/2019

 

S/NO.

Road No.

Road Name

Contract No.

Constituency

Eligibility

Downloads

1

C559

Karura - Ndenderu Karuri

KeRRA/11/KBU/39/10%/2-27-18/19-087

KIAMBAA

PREQUALIFIED

Download

2

C559

Kanunga - Senior Chief School

KeRRA/11/KBU/39/10%/2-27-18/19-088

KIAMBAA

WOMEN

Download

3

E2032

Kaiyaba - Four Roads

KeRRA/11/KBU/39/10%/2-27-18/19-089

KIAMBAA

YOUTH

Download

4

E2032

Four Roads - Muchatha

KeRRA/11/KBU/39/10%/2-27-18/19-119

KIAMBAA

PWD

Download

5

D1436(E440)

Kwaregi TTI - Kagaa

KeRRA/11/KBU/39/10%/2-27-18/19-092

LARI

PREQUALIFIED

Download

6

D1433(E439)

Ruiru River - Kamburu

KeRRA/11/KBU/39/10%/2-27-18/19-091

LARI

PWD

Download

7

G21146

Marugu B Road

KeRRA/11/KBU/39/10%/2-27-18/19-093

KABETE

YOUTH

Download

8

G21299/306

Wa Jimmy Driving - Uthiru Pri

KeRRA/11/KBU/39/10%/2-27-18/19-094

KABETE

PWD

Download

9

G21330/29

Kabui Road

KeRRA/11/KBU/39/10%/2-27-18/19-095

KABETE

PREQUALIFIED

Download

10

URP 12

Kanunga Primary School & Compound

KeRRA/11/KBU/39/10%/2-27-18/19-097

KIAMBU

PREQUALIFIED

Download

11

C559

Red Nova - Kanunga

KeRRA/11/KBU/39/10%/2-27-18/19-098

KIAMBU

PWD

Download

12

UAA 4

Legacy House - White House

KeRRA/11/KBU/39/10%/2-27-18/19-100

RUIRU

PREQUALIFIED

Download

13

P21/22

Gatongora - Vision Park Estate - Kwa Vice

KeRRA/11/KBU/39/10%/2-27-18/19-101

RUIRU

YOUTH

Download

14

C559

Kamiti River - Ruiru Town

KeRRA/11/KBU/39/10%/2-27-18/19-099

RUIRU

PREQUALIFIED

Download

15

F2043

Kamakwa(Jnc E 1529 - Maguna(Jnc E1529)

KeRRA/11/KBU/39/10%/2-27-18/19-103

GITHUNGURI

WOMEN

Download

16

G 2549

Karia - Lioki Secondary School

KeRRA/11/KBU/39/10%/2-27-18/19-104

GITHUNGURI

PREQUALIFIED

Download

17

G2291

Ngewa - Raiyani(Ha Kahuria)

KeRRA/11/KBU/39/10%/2-27-18/19-105

GITHUNGURI

PREQUALIFIED

Download

18

C556

Gatuanyaga - Ngurai

KeRRA/11/KBU/39/10%/2-27-18/19-106

THIKA TOWN

WOMEN

Download

19

C556

Ngurai - Githima

KeRRA/11/KBU/39/10%/2-27-18/19-107

THIKA TOWN

PREQUALIFIED

Download

20

D1434

Mangu - Karakuta

KeRRA/11/KBU/39/10%/2-27-18/19-108

GATUNDU NORTH

WOMEN

Download

21

G29371/72:

Ngorongo - Dc'S Office

KeRRA/11/KBU/39/10%/2-27-18/19-109

GATUNDU NORTH

PREQUALIFIED

Download

22

G29653:

Gatina - Jk Shop

KeRRA/11/KBU/39/10%/2-27-18/19-110

GATUNDU NORTH

YOUTH

Download

23

P290Ruiru

Mugutha( AP)-Secondary Mugutha pry.

KeRRA/11/KBU/39/10%/2-27-18/19-111

JUJA

PREQUALIFIED

Download

24

P290Ruiru

Mugutha pry. - sinai Estate

KeRRA/11/KBU/39/10%/2-27-18/19-112

JUJA

YOUTH

Download

25

G29738

Juc.E495 - Midas-Tora

KeRRA/11/KBU/39/10%/2-27-18/19-113

JUJA

PREQUALIFIED

Download

26

G21570/568/581

Gikambura Shopping Centre-Kwa Mwalimu Thomas

KeRRA/11/KBU/39/10%/2-27-18/19-114

KIKUYU

PREQUALIFIED

Download

27

G22134

Kerwa-Kirimiti Road

KeRRA/11/KBU/39/10%/2-27-18/19-115

KIKUYU

WOMEN

Download

28

G29220

Jn D398-Kabuteti

KeRRA/11/KBU/39/10%/2-27-18/19-116

GATUNDU SOUTH

PREQUALIFIED

Download

29

URP50 GS

Jn D397 Mutomo-Thangari-Gachoka Sec Sch

KeRRA/11/KBU/39/10%/2-27-18/19-117

GATUNDU SOUTH

WOMEN

Download

30

G22409

Jct D411 Kabucho-E415 Pcea Ismael Kagunyi

KeRRA/11/KBU/39/10%/2-27-18/19-118

LIMURU

PREQUALIFIED

Download

 

 

 

KIAMBU REGION

TENDER NOTICE DOWNLOAD: CLOSING DATE 17-04-2018 at 11.00am
CONTITUENCY NO. ROAD NAME CONTRACT NUMBER DOCUMENTS ELIGIBILITY
KIAMBU 1 Dam Avenue - Kihara Road KeRRA/11/KBU/39/22%/2-27-17/18 - 009 Download Open
KIAMBU 2 Kiambu Police – Post Office KeRRA/11/KBU/39/22%/2-27-17/18 - 011 Download Women
KIAMBU 3 Jn D404 Ndumberi – Kiriguini – Kihingo  KeRRA/11/KBU/39/22%/2-27-17/18 - 012 Download Open
KIAMBU 4 Manda - Chief Wandie - Gatina KeRRA/11/KBU/39/22%/2-27-17/18 -014  Download Open
KIAMBU 5 Kagongo - Makutano KeRRA/11/KBU/39/22%/2-27-17/18 - 015 Download Women
KIAMBU 6 Makutano -Jivanjee KeRRA/11/KBU/39/22%/2-27-17/18 - 095 Download Youth
KIAMBU 7 Ruturu Shopping Centre Roads KeRRA/11/KBU/39/22%/2-27-17/18 - 016 Download PWD
KABETE 8 King'eero - Zambezi KeRRA/11/KBU/39/22%/2-27-17/18 - 017 Download Open
KABETE 9 Kamuguga - Kahiho KeRRA/11/KBU/39/22%/2-27-17/18 - 018 Download Open
KABETE 10 Jct C559 Wangige - Nyathuna KeRRA/11/KBU/39/22%/2-27-17/18 - 019 Download Youth
KABETE 11 Wangige Primary - St Kelvin Church KeRRA/11/KBU/39/22%/2-27-17/18 - 020 Download Women
KABETE 12 Ruku Chie's Camp - Kabocha KeRRA/11/KBU/39/22%/2-27-17/18 - 021 Download PWD
KABETE 13 Kang'uruto KeRRA/11/KBU/39/22%/2-27-17/18 - 022 Download Open
GITHUNGURI 14 Kambui - Ndatha - ini KeRRA/11/KBU/39/22%/2-27-17/18 - 023 Download Open
GITHUNGURI 15 Ngewa - Raiyani KeRRA/11/KBU/39/22%/2-27-17/18 - 024 Download Open
GITHUNGURI 16 Minja - Nyakabugi KeRRA/11/KBU/39/22%/2-27-17/18 - 025 Download Youth
GITHUNGURI 17 Miguta(Ha Ndonga) - Riagithu KeRRA/11/KBU/39/22%/2-27-17/18 - 026 Download Open
GITHUNGURI 18 Gathanji - Ikuria - Karia KeRRA/11/KBU/39/22%/2-27-17/18 - 027 Download Open
GITHUNGURI 19 Githiga - Kahuruko KeRRA/11/KBU/39/22%/2-27-17/18 - 029 Download PWD
GITHUNGURI 20 Kibichoi - Kigumo KeRRA/11/KBU/39/22%/2-27-17/18 - 030 Download Women
RUIRU 21 Matopeni - Tereza Nuzzo Pry KeRRA/11/KBU/39/22%/2-27-17/18 - 032 Download Open
RUIRU 22 Tereza Nuzzo Pry - Wataalam KeRRA/11/KBU/39/22%/2-27-17/18 - 095 Download PWD
RUIRU 23 Njoki Plaza Road KeRRA/11/KBU/39/22%/2-27-17/18 - 033 Download Youth
RUIRU 24 Kiratina - Gikumari A KeRRA/11/KBU/39/22%/2-27-17/18 - 034 Download Open
RUIRU 25 Gikumari A - Gikumari B KeRRA/11/KBU/39/22%/2-27-17/18 - 096 Download Women
RUIRU 26 Sukari - Wendani KeRRA/11/KBU/39/22%/2-27-17/18 - 035 Download Open
RUIRU 27 Mwiki Primary - D.O'S Office KeRRA/11/KBU/39/22%/2-27-17/18 - 036 Download Open
GATUNDU SOUTH 28 Ha Ndege - Ritho KeRRA/11/KBU/39/22%/2-27-17/18 - 037 Download Women
GATUNDU SOUTH 29 Kiamwangi Primary - Mucang'ara KeRRA/11/KBU/39/22%/2-27-17/18 - 057 Download Youth
GATUNDU SOUTH 30 Jnct D398 Kiamwangi - Primary KeRRA/11/KBU/39/22%/2-27-17/18 - 038 Download Pwd
GATUNDU SOUTH 31 Gacharage - Cununuki KeRRA/11/KBU/39/22%/2-27-17/18 - 039 Download Open
GATUNDU SOUTH 32 Cununuki - Kuri KeRRA/11/KBU/39/22%/2-27-17/18 - 040 Download Open
GATUNDU SOUTH 33 Githiururi - Toro KeRRA/11/KBU/39/22%/2-27-17/18 - 041 Download Open
GATUNDU SOUTH 34 Toro - Gathiru KeRRA/11/KBU/39/22%/2-27-17/18 - 042 Download Open
KIAMBAA 35 Ha Wacarol - Ebenezer - Ha Gakunga KeRRA/11/KBU/39/22%/2-27-17/18 - 043 Download Open
KIAMBAA 36 Cianda - Kawainda KeRRA/11/KBU/39/22%/2-27-17/18 - 044 Download Youth
KIAMBAA 37 Gachie - Gacharage KeRRA/11/KBU/39/22%/2-27-17/18 - 045 Download Women
KIAMBAA 38 Kangururi road KeRRA/11/KBU/39/22%/2-27-17/18 - 046 Download Open
KIAMBAA 39 E1518Kiambaa Market - E1520 KeRRA/11/KBU/39/22%/2-27-17/18 - 047 Download Open
KIAMBAA 40 GUANGO ESTATE ROAD KeRRA/11/KBU/39/22%/2-27-17/18 - 048 Download PWD
KIKUYU 41 Musa Gitau Dispensary KeRRA/11/KBU/39/22%/2-27-17/18 - 049 Download Open
KIKUYU 42 Ruthigiti - Kiahiti KeRRA/11/KBU/39/22%/2-27-17/18 - 050 Download Open
KIKUYU 43 Mbomboini - Ndiguini - Kamangu KeRRA/11/KBU/39/22%/2-27-17/18 - 051 Download Youth
KIKUYU 44 Jct D411 Kamangu - Kanyayo - Renguti KeRRA/11/KBU/39/22%/2-27-17/18 - 052 Download Open
KIKUYU 45 KERWA-NDUMA- PLOTS KeRRA/11/KBU/39/22%/2-27-17/18 - 053 Download Open
KIKUYU 46 KANYANJARA-KANDUMA KeRRA/11/KBU/39/22%/2-27-17/18 - 054 Download Open
KIKUYU 47 KWA RUEBEN -KINOO PRIMARY KeRRA/11/KBU/39/22%/2-27-17/18 - 055 Download PWD
LARI 50 Red Rock-Kwa Edward KeRRA/11/KBU/39/22%/2-27-17/18 - 088 Download Youth
LARI 51 Kamburu -Ruiri River KeRRA/11/KBU/39/22%/2-27-17/18 - 060 Download Open
LARI 52 Ruiru river-Gaturaini KeRRA/11/KBU/39/22%/2-27-17/18 - 089 Download PWD
LARI 53 Nyanduma - Karigu-ini KeRRA/11/KBU/39/22%/2-27-17/18 - 061 Download Open
LARI 54 Ha Muruga-Ha Kiromo KeRRA/11/KBU/39/22%/2-27-17/18 - 062 Download Open
LARI 55 Ha Wakaba -Ha Wangunja  KeRRA/11/KBU/39/22%/2-27-17/18 - 092 Download Women
LIMURU 56  JCT R24 JEAN CORNEL PRY -NGARI KeRRA/11/KBU/39/22%/2-27-17/18 - 067 Download Open
LIMURU 57 JCT E426 - KIHARA KeRRA/11/KBU/39/22%/2-27-17/18 - 068 Download Youth
LIMURU 58 NYANJEGA PRY ACCESS JCT E426 KeRRA/11/KBU/39/22%/2-27-17/18 - 094 Download Women
LIMURU 59  KIRIRI PRY - KWA RURAL KeRRA/11/KBU/39/22%/2-27-17/18 - 069 Download Open
LIMURU 60 JCT E430 KARENGETI - ADOLF KeRRA/11/KBU/39/22%/2-27-17/18 - 070 Download Open
THIKA 61 GITHIMA - SIJAS KeRRA/11/KBU/39/22%/2-27-17/18 - 063 Download Youth
THIKA 62 SIJAS - TOLA KeRRA/11/KBU/39/22%/2-27-17/18 - 087 Download Open
THIKA 63 Gatuanyaga -  Munyu KeRRA/11/KBU/39/22%/2-27-17/18 - 078 Download Open
THIKA 65 Immaculate Mission Hospital - Ha Paul KeRRA/11/KBU/39/22%/2-27-17/18 - 066 Download Women
THIKA 66 Ha Paul - Kisieki KeRRA/11/KBU/39/22%/2-27-17/18 - 086 Download PWD
JUJA 67 Jun.KAG Church -Chief's  Camp -(Jun )Park Avenue KeRRA/11/KBU/39/22%/2-27-17/18 - 071 Download Open
JUJA 68  Toll(Jun.A2)-K.A.G.Church  KeRRA/11/KBU/39/22%/2-27-17/18 - 072 Download Women
JUJA 69 Salama  - Juja Farm DB KeRRA/11/KBU/39/22%/2-27-17/18 - 073 Download PWD
JUJA 71 Juja Shopping Centre-Mumba - Kwa Murage KeRRA/11/KBU/39/22%/2-27-17/18 - 075 Download Open
JUJA 72 Kwa Murag - Kwa Nguku- Ndarugo River KeRRA/11/KBU/39/22%/2-27-17/18 - 076 Download Open
JUJA 73 Juja South-ACK Kalimoni Church KeRRA/11/KBU/39/22%/2-27-17/18 - 077 Download Youth
GATUNDU NORTH 74 Mangu - Karakuta KeRRA/11/KBU/39/22%/2-27-17/18 - 079 Download Open
GATUNDU NORTH 75 JN U-29371 Ngorongo Jn C66 - Kanjuku KeRRA/11/KBU/39/22%/2-27-17/18 - 081 Download Open
GATUNDU NORTH 76 Kamwangi - Banguro KeRRA/11/KBU/39/22%/2-27-17/18 - 082 Download Open
GATUNDU NORTH 77 Magumu - Kahuruko KeRRA/11/KBU/39/22%/2-27-17/18 - 083 Download Open
GATUNDU NORTH 78 Gachege - Jn C66 - Kahata KeRRA/11/KBU/39/22%/2-27-17/18 - 080 Download Open
GATUNDU NORTH 79 HA MAINA STAGE - SHOPPING CENTRE KeRRA/11/KBU/39/22%/2-27-17/18 - 097 Download Youth
GATUNDU NORTH 80 Kahuruko - Ha Maina Wa Lazaro KeRRA/11/KBU/39/22%/2-27-17/18 - 084 Download Women
GATUNDU NORTH 81 Banguro Centre - Mitero KeRRA/11/KBU/39/22%/2-27-17/18 - 085 Download PWD

KIAMBU REGION 10% F/Y 2223 -JULY 2023

                                                                                                                                                                                                                         27th July, 2023

                                                                                 KENYA RURAL ROADS AUTHORITY

                                                                                                                  KIAMBU REGION

 DOWNLOAD TENDER NOTICE 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, Kiambu Region hereby invites bids from eligible construction Companies to bid for Routine Maintenance Works on Various Roads in the Constituencies listed below under 10% RMLF Funding for the Financial Year 2022/2023.

Eligible bidders must be prequalified in category C of the constituencies they wish to bid. (Bidders for Projects under Youth, Women and PWD need no prior Prequalification in the Constituencies. However, they must attach the relevant AGPO Certificates.

Bidders are requested to download full details of tender documents from Authorities Website.  www.kerra.go.ke with effect from Monday

31st July,2023.  

No

Tender_Number

Tender_Description

Constituency

Eligibility

1

KeRRA/08/KBU/39/10%/183-22|23

Njenga Pry - Mununga Road

Githunguri Constituency

PREQUALIFIED

2

KeRRA/08/KBU/39/10%/188-22|23

Gituchu-Githuka Road

Limuru Constituency

PREQUALIFIED

3

KeRRA/08/KBU/39/10%/184-22|23

Gathangari - Gatina Road

Githunguri Constituency

YOUTH

4

KeRRA/08/KBU/39/10%/185-22|23

Ngochi - Kahunira Road

Githunguri Constituency

PWD

5

KeRRA/08/KBU/39/10%/189-22|23

Ha Kioi-Kamukwa Road

Limuru Constituency

PWD

6

KeRRA/08/KBU/39/10%/190-22|23

Ngecha Gichuru-Ymca Road

Limuru Constituency

WOMEN

7

KeRRA/08/KBU/39/10%/191-22|23

Bosco Primary School-Bethel-Rwambogo Road

Limuru Constituency

PREQUALIFIED

8

KeRRA/08/KBU/39/10%/186-22|23

Githunguri AIPCA - Githunguri Town Road

Githunguri Constituency

PREQUALIFIED

9

KeRRA/08/KBU/39/10%/164-22|23

Mariaini-Njathaini Road

Gatundu North Constituency

WOMEN

10

KeRRA/08/KBU/39/10%/165-22|23

Ndiko TCC-Kianwe Road

Gatundu North Constituency

YOUTH

11

KeRRA/08/KBU/39/10%/166-22|23

PCEA Ndiko-TCC Road

Gatundu North Constituency

PREQUALIFIED

12

KeRRA/08/KBU/39/10%/167-22|23

Githirioni-Matimbei Road

Lari Constituency

WOMEN

13

KeRRA/08/KBU/39/10%/170-22|23

Jnc A8 Mathore-Makimei Road

Lari Constituency

PREQUALIFIED

14

KeRRA/08/KBU/39/10%/174-22|23

Access Kawainda Cemetry Road

Kiambaa Constituency

WOMEN

15

KeRRA/08/KBU/39/10%/175-22|23

Access Charlies House School

Kiambaa Constituency

PREQUALIFIED

16

KeRRA/08/KBU/39/10%/192-22|23

Jnc Antioch-Kwihota Primary School Road

Ruiru Constituency

PWD

17

KeRRA/08/KBU/39/10%/193-22|23

Jun Stage 46-Jowpa Academy Road

Ruiru Constituency

PREQUALIFIED

18

KeRRA/08/KBU/39/10%/194-22|23

Dagama II-Mwihoko Secondary-Discovery Road

Ruiru Constituency

PREQUALIFIED

19

KeRRA/08/KBU/39/10%/200-22|23

GSU-Gathage

Juja Constituency

WOMEN

20

KeRRA/08/KBU/39/10%/201-22|23

Juja Farm-Munandaini-Juja House Road

Juja Constituency

PREQUALIFIED

21

KeRRA/08/KBU/39/10%/202-22|23

High Point- Gachororo Road

Juja Constituency

YOUTH

22

KeRRA/08/KBU/39/10%/203-22|23

Canaan-Kwa Mundia Hospital Road

Juja Constituency

PREQUALIFIED

23

KeRRA/08/KBU/39/10%/171-22|23

Kamangu- Ndiguini Road

Kikuyu Constituency

PREQUALIFIED

24

KeRRA/08/KBU/39/10%/172-22|23

Kanyethi-Maiini Catholic-Mai Ai Hii Water Project Road

Kikuyu Constituency

PREQUALIFIED

25

KeRRA/08/KBU/39/10%/180-22|23

Waiganjo-Ndundu Road

Gatundu South Constituency

PREQUALIFIED

26

KeRRA/08/KBU/39/10%/181-22|23

Mutunguru A-Mathage Road

Gatundu South Constituency

PWD

27

KeRRA/08/KBU/39/10%/207-22|23

Ndundu-Waceiyo Road

Gatundu South Constituency

YOUTH

28

KeRRA/08/KBU/39/10%/208-22|23

Mutunguru B-Mathage Road

Gatundu South Constituency

PREQUALIFIED

29

KeRRA/08/KBU/39/10%/195-22|23

Ngoliba-Thika River Road

Thika Town Constituency

PREQUALIFIED

30

KeRRA/08/KBU/39/10%/196-22|23

ACK Thika-Kwa Njomo Road

Thika Town Constituency

YOUTH

31

KeRRA/08/KBU/39/10%/197-22|23

Amboseli-Chania Gardens

Thika Town Constituency

PREQUALIFIED

32

KeRRA/08/KBU/39/10%/198-22|23

Kiangombe-Chiefs Office Road

Thika Town Constituency

WOMEN

33

KeRRA/08/KBU/39/10%/176-22|23

Kanunga-Kaburi Road

Kiambu Constituency

PREQUALIFIED

34

KeRRA/08/KBU/39/10%/179-22|23

Kametu Central Joakim Road

Kiambu Constituency

YOUTH

35

KeRRA/08/KBU/39/10%/178-22|23

Windsor Kasarini Road

Kiambu Constituency

PWD

36

KeRRA/08/KBU/39/10%/177-22|23

Dam Avenue Road

Kiambu Constituency

PREQUALIFIED

There shall be no specific dates for pre-tender site visit. However, bidders are advised to make their own personal arrangements to familiarize themselves with the Projects site before submission of bids.

Eligible bidders must meet/attach the following requirements among others.

1.1     Signed/stamped tender forms and completeness of tender document

2.2     Properly filled anti-corruption pledge form.

3.3     Properly filled confidential business questionnaire

4.4     Certified Copy of Certificate of Incorporation

5.5     Certified copies of Certificate of Registration with the National Construction Authority (NCA 4,5,6,7&8) for Road Works and a valid practicing License.

6.6     A copy of a Valid Tax Compliance Certificate (Will be verified on KRA TCC Checker)

7.7     VAT Registration/PIN Registrations

8.8     Authority for Employer (Regional Director, Kiambu) to seek reference from the Tenderer’s bankers dated not earlier than the date of tender notice and copied to the respective Bank Manager.

9.9     Current Litigation Information

10.10 Certified Copy of RECENT (12 Months before opening date) CR12 form from the Registrar of Companies and Certified copies of ID’s for the directors.

11.11 Proof of a Bank Account operated by the Bidder (provide latest six (6) months bank statement) or Letter from the Bank.

12.12   Bidders SHALL sequentially serialize all pages for each tender document submitted.

13.13 Only prequalified contractors from the respective constituencies are entitled to bid. (Bidders for Projects under Youth, Women and PWD need no prior Prequalification in the Constituencies) Bidders for AGPO works under PWD MUST attach IDs from National Council for Persons with Disabilities (NCPWD).

14.14 Proof of financial Ability supported by Audited Accounts for the last three financial years. The Audit MUST have been done by a Registered Auditor.

15.15 Proof of similar previous work experience.

16.16 Certified copy of a valid certificate of registration with AGPO issued by the National Treasury or the respective County Treasury in the relevant category (Youth, Women & PWD) for works with special groups.

 

 

Note: 

  • Certification of documents shall be original and executed by a commissioner for oaths.
  • Bidders may bid for as many tenders as they wish. However, A bidder shall be awarded only ONE (1) tender in this tender notice, where they are the lowest evaluated and most advantageous to the Employer.
  • Bidders with ongoing works in the Region(Kiambu)are not eligible for these tenders.

Bidders shall include all the documents and information as described in the instructions to tenderers. Responsive bids will be determined through evaluation criteria as set out in the instruction to bidders and the Tender Notice.

Interested eligible bidders may obtain further information from the office of the Regional Director, KeRRA Kiambu Offices in Kiambu during normal working hours (8.00am-5.00pm).

Completed tender documents are to be enclosed in plain sealed envelopes marked with Tender Name and reference number and deposited in the respective constituencies tender boxes situated at the Kenya Rural Roads Authority Regional Offices in Kiambu and be addressed to:

The Regional Director,

Kenya Rural Roads Authority,

Kiambu Region,

P.O Box 700-00900,

Kiambu.

 

So as to be received on or before the dates shown below at 11.00 am.

Opening of bids shall commence at 11.15 am in the presence of Tenderers/ Representatives who choose to attend.

Opening Dates for the respective Constituencies are as follows;

CONSTITUENCIES

OPENING DATES

VENUE

1.     Kikuyu

2.     Githunguri

3.     Limuru

4.     Thika

 

 

14/08/2023

 

Regional Office, Kiambu

 

5.     Kiambu

6.     Kiambaa

7.     Gatundu North

8.     Gatundu South

 

 

15/08/2023

 

Regional Office, Kiambu

 

9.     Ruiru

10. Lari

11. Juja

 

 

 

16/08/2023

 

Regional Office, Kiambu

                                                                                                                                                                  

 

Eng. Joseph Irungu

Regional   Director

Kiambu Region

KIAMBU REGION 22&10%

 

KENYA RURAL ROADS AUTHORITY

KIAMBU REGION

TENDER  NOTICE

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, Kiambu  Region hereby invites bids from eligible construction Companies to bid for Routine Maintenance Works on Various Roads in the Constituencies listed below under 10% and 22% Funding for the Financial Year

2021/2022

Eligible bidders must be prequalified in category C, of the constituencies they wish to bid. (Bidders for projects under Youth, Women and PWD need no prior prequalification in the Constituencies. However, they must attach the relevant AGPO Certificates.)

Bidders are requested to download full details of tender documents from Authorities

Website.  (www.kerra.go.ke)  with effect from Monday

29th November,2021.

There shall be no specific dates for pre-tender site visit. However, bidders are advised to make their own personal arrangements to familiarize themselves with the project site before submission of bids.

DOWNLOAD ADVERT HERE

Advert For 22% AND 10% RMLF 2021/2022

No

Tender_Number

Tender_Description

Constituency

Eligibility

1

KeRRA/08/KBU/39/22%/2-27-21|22-001

Nembu - PCEA Road

Gatundu South Constituency

PREQUALIFIED

2

KeRRA/08/KBU/39/22%/2-27-21|22-002

PCEA Oasis Church Road

Gatundu South Constituency

PREQUALIFIED

3

KeRRA/08/KBU/39/22%/2-27-21|22-004

Jct C556 - Mutongoni Road

Gatundu South Constituency

PREQUALIFIED

4

KeRRA/08/KBU/39/22%/2-27-21|22-005

Ha Mutongoni - Karera Road

Gatundu South Constituency

YOUTH

5

KeRRA/08/KBU/39/22%/2-27-21|22-006

Mutiini - Teck Farm Road

Gatundu South Constituency

PREQUALIFIED

6

KeRRA/08/KBU/39/22%/2-27-21|22-007

Teck Farm - Gwa Karonji Road

Gatundu South Constituency

PREQUALIFIED

7

KeRRA/08/KBU/39/22%/2-27-21|22-008

Karinga - Gatiiguru Road

Gatundu South Constituency

PWD

8

KeRRA/08/KBU/39/22%/2-27-21|22-009

Mbogoro - Kiambwe Road

Gatundu South Constituency

PREQUALIFIED

9

KeRRA/08/KBU/39/22%/2-27-21|22-010

Karatu - Stadium - Gacagatha Road

Gatundu South Constituency

WOMEN

10

KeRRA/08/KBU/39/22%/2-27-21|22-011

Mbogoro - Kangothi Road

Gatundu South Constituency

PREQUALIFIED

11

KeRRA/08/KBU/39/22%/2-27-21|22-012

Ndahi - Ndegwa Road

Limuru Constituency

PREQUALIFIED

12

KeRRA/08/KBU/39/22%/2-27-21|22-013

Ndegwa - Kigo Road

Limuru Constituency

YOUTH

13

KeRRA/08/KBU/39/22%/2-27-21|22-014

Kigo - Mukoma Road

Limuru Constituency

PREQUALIFIED

14

KeRRA/08/KBU/39/22%/2-27-21|22-015

St. Andrews Catholic Rironi Access Road

Limuru Constituency

PREQUALIFIED

15

KeRRA/08/KBU/39/22%/2-27-21|22-016

Mugumoini Road

Limuru Constituency

WOMEN

16

KeRRA/08/KBU/39/22%/2-27-21|22-017

Murunga - Ndua Road

Limuru Constituency

PREQUALIFIED

17

KeRRA/08/KBU/39/22%/2-27-21|22-018

Ndua - Gachibi Road

Limuru Constituency

PWD

18

KeRRA/08/KBU/39/22%/2-27-21|22-019

Gatonye Road

Limuru Constituency

PREQUALIFIED

19

KeRRA/08/KBU/39/22%/2-27-21|22-020

Muthaiga - Itungi Road

Limuru Constituency

PREQUALIFIED

22

KeRRA/08/KBU/39/22%/2-27-21|22-024

Kingeero - Kamtiini Road

Kabete Constituency

PREQUALIFIED

23

KeRRA/08/KBU/39/22%/2-27-21|22-025

Kangengu - Githithima Road

Kabete Constituency

YOUTH

24

KeRRA/08/KBU/39/22%/2-27-21|22-026

Gatuanabu - Jct E2038 Ngecha Road

Kabete Constituency

PREQUALIFIED

25

KeRRA/08/KBU/39/22%/2-27-21|22-027

Mbari Ya Hiti - Kagira Road

Kabete Constituency

PREQUALIFIED

26

KeRRA/08/KBU/39/22%/2-27-21|22-028

Uthiru Chiefs Ndumbuini Road

Kabete Constituency

PWD

27

KeRRA/08/KBU/39/22%/2-27-21|22-029

St. Luke - Ndambo Ndongoro Road

Kabete Constituency

PREQUALIFIED

28

KeRRA/08/KBU/39/22%/2-27-21|22-073

Ngemwa - Ikinu Road

Githunguri Constituency

PREQUALIFIED

29

KeRRA/08/KBU/39/22%/2-27-21|22-074

Ikinu - Githunguri Road

Githunguri Constituency

PREQUALIFIED

30

KeRRA/08/KBU/39/22%/2-27-21|22-075

KIbau-ini - Maigotha - AIPCA Ngemwa Road

Githunguri Constituency

PREQUALIFIED

31

KeRRA/08/KBU/39/22%/2-27-21|22-061

Kagongo - Murugu - Gatono Road

Kiambaa Constituency

PREQUALIFIED

32

KeRRA/08/KBU/39/22%/2-27-21|22-062

Karura - Kagongo Road

Kiambaa Constituency

PWD

33

KeRRA/08/KBU/39/22%/2-27-21|22-063

Access to Kawainda Primary Road

Kiambaa Constituency

PREQUALIFIED

34

KeRRA/08/KBU/39/22%/2-27-21|22-064

Muhoro Road

Kiambaa Constituency

YOUTH

35

KeRRA/08/KBU/39/22%/2-27-21|22-065

Karami Road

Kiambaa Constituency

PREQUALIFIED

36

KeRRA/08/KBU/39/22%/2-27-21|22-077

Immaculate - Jn J19 Kamiti Road

Kiambu Constituency

PREQUALIFIED

37

KeRRA/08/KBU/39/22%/2-27-21|22-078

Kanunga High School - Jn C559 Kaiyaba Road

Kiambu Constituency

PREQUALIFIED

38

KeRRA/08/KBU/39/22%/2-27-21|22-079

Kanunga ACK Church - Kaburi - Jn D1458 Mutaro Road

Kiambu Constituency

PWD

39

KeRRA/08/KBU/39/22%/2-27-21|22-080

Umoja - Ngegu Access Road

Kiambu Constituency

PREQUALIFIED

40

KeRRA/08/KBU/39/22%/2-27-21|22-081

Kibiru - GG Centre Road

Kiambu Constituency

YOUTH

41

KeRRA/08/KBU/39/22%/2-27-21|22-082

Gitamayu Road

Kiambu Constituency

PREQUALIFIED

42

KeRRA/08/KBU/39/22%/2-27-21|22-039

Soko - ICT Centre Road

Lari Constituency

PREQUALIFIED

43

KeRRA/08/KBU/39/22%/2-27-21|22-040

ICT Centre - Karinga Road

Lari Constituency

WOMEN

44

KeRRA/08/KBU/39/22%/2-27-21/22-043

Kinale Dispensary - Hato Road

Lari Constituency

PREQUALIFIED

45

KeRRA/08/KBU/39/22%/2-27-21|22-044

Hato - Ha Edward Road

Lari Constituency

YOUTH

46

KeRRA/08/KBU/39/22%/2-27-21/22-047

Ngethu-Ha Waruri Road

Gatundu North Constituency

WOMEN

47

KeRRA/08/KBU/39/22%/2-27-21/22-048

Ha Waruri-Chania River Road

Gatundu North Constituency

PREQUALIFIED

48

KeRRA/08/KBU/39/22%/2-27-21/22-049

Kwa Mindo-Gikira Primary Road

Gatundu North Constituency

YOUTH

49

KeRRA/08/KBU/39/22%/2-27-21/22-050

Apostles Church-Njathaini Road

Gatundu North Constituency

WOMEN

50

KeRRA/08/KBU/39/22%/2-27-21/22-051

Kairi-Rumwe Road

Gatundu North Constituency

PREQUALIFIED

51

KeRRA/08/KBU/39/22%/2-27-21/22-052

Rumwe-Nguna

Gatundu North Constituency

PREQUALIFIED

52

KeRRA/08/KBU/39/22%/2-27-21/22-053

Gatunguru-Mariaini Road

Gatundu North Constituency

PREQUALIFIED

53

KeRRA/08/KBU/39/10%/2-27-21/22-101

Kamwangi-New Life Primary School Road

Gatundu North Constituency

PWD

54

KeRRA/08/KBU/39/10%/2-27-21/22-102

New Life Primary School-Mitero Road

Gatundu North Constituency

YOUTH

55

KeRRA/08/KBU/39/10%/2-27-21/22-103

Gathaite AIPCA-Kahungu River Road/Kamwangi-Mukuyuini Road

Gatundu North Constituency

PREQUALIFIED

56

KeRRA/08/KBU/39/10%/2-27-21/22-104

Mubau-ini Muti Maai Road

Gatundu North Constituency

PREQUALIFIED

57

KeRRA/08/KBU/39/10%/2-27-21/22-105

Muti Maai-Salim Centre

Gatundu North Constituency

PREQUALIFIED

58

KeRRA/08/KBU/39/22%/2-27-21/22-003

Mbogo-Gatario

Gatundu South Constituency

PREQUALIFIED

59

KeRRA/08/KBU/39/10%/2-27-21/22-089

Ruburi-Gatei Road

Gatundu South Constituency

WOMEN

60

KeRRA/08/KBU/39/10%/2-27-21/22-090

Gitare-Mugo Road

Gatundu South Constituency

PREQUALIFIED

61

KeRRA/08/KBU/39/10%/2-27-21/22-091

Gatumumu-Access Road

Gatundu South Constituency

YOUTH

62

KeRRA/08/KBU/39/10%/2-27-21/22-092

JN E1530 Gitwe-Gathugu Road

Gatundu South Constituency

PREQUALIFIED

63

KeRRA/08/KBU/39/10%/2-27-21/22-096

Gathanje-Gituamba-Matuguta Road

Githunguri Constituency

PREQUALIFIED

64

KeRRA/08/KBU/39/22%/2-27-21/22-054

Meriba-Muthara Primary-Jun. Kamuthi Road

Juja Constituency

PREQUALIFIED

65

KeRRA/08/KBU/39/22%/2-27-21/22-055

Jun.Muthara Primary-Jun. Kamuthi Road

Juja Constituency

WOMEN

66

KeRRA/08/KBU/39/22%/2-27-21/22-056

Murera Primary-Rurii-Tumaini Road

Juja Constituency

PREQUALIFIED

67

KeRRA/08/KBU/39/22%/2-27-21/22-057

Nyacaba-Ndarugo(A2) Muraba road

Juja Constituency

PWD

68

KeRRA/08/KBU/39/22%/2-27-21/22-058

ACK Toll Delta-Toll Centre Road

Juja Constituency

PREQUALIFIED

69

KeRRA/08/KBU/39/22%/2-27-21/22-059

Junc.E496-Mungetho Road

Juja Constituency

PREQUALIFIED

70

KeRRA/08/KBU/39/10%/2-27-21/22-121

Witeithie-Tora AP Post Road

Juja Constituency

PREQUALIFIED

71

KeRRA/08/KBU/39/10%/2-27-21/22-122

Jun.Railway(PCEA K Road) Jun. Whitecott School Road

Juja Constituency

PREQUALIFIED

72

KeRRA/08/KBU/39/10%/2-27-21/22-123

Jun.A2(Juja)-Jun.C556

Juja Constituency

YOUTH

73

KeRRA/08/KBU/39/10%/2-27-21/22-113

Kibiku-Kiiniki Road

Kabete Constituency

WOMEN

74

KeRRA/08/KBU/39/10%/2-27-21/22-114

Kihingo-Barnace Road

Kabete Constituency

PREQUALIFIED

75

KeRRA/08/KBU/39/10%/2-27-21/22-115

White House-Kamuitiini Road

Kabete Constituency

PREQUALIFIED

76

KeRRA/08/KBU/39/10%/2-27-21/22-098

Cianda -Kawainda-Mugumo Road

Kiambaa Constituency

PREQUALIFIED

77

KeRRA/08/KBU/39/10%/2-27-21/22-099

Waguthu-Water Project

Kiambaa Constituency

YOUTH

78

KeRRA/08/KBU/39/10%/2-27-21/22-100

Waguthu-Wanyori Road

Kiambaa Constituency

PREQUALIFIED

79

KeRRA/08/KBU/39/10%/2-27-21/22-119

Makutano-Kagongo-Jivanji Road

Kiambu Constituency

WOMEN

80

KeRRA/08/KBU/39/10%/2-27-21/22-120

Riverside Road

Kiambu Constituency

PREQUALIFIED

81

KeRRA/08/KBU/39/22%/2-27-21/22-076

Chief Road/Driveway Road

Kiambu Constituency

PREQUALIFIED

82

KeRRA/08/KBU/39/22%/2-27-21/22-031

Wagakari-Jambo TV-Jumbi Primary Road

Kikuyu Constituency

PREQUALIFIED

83

KeRRA/08/KBU/39/22%/2-27-21/22-032

St. Lilian -Mai Aihii Water- Kageche Road

Kikuyu Constituency

PREQUALIFIED

84

KeRRA/08/KBU/39/22%/2-27-21/22-033

Kairasi-Ndiguini Primary -Catholic Mndegwa Road

Kikuyu Constituency

PREQUALIFIED

85

KeRRA/08/KBU/39/22%/2-27-21/22-034

Kinoo Orthodox -Police Post Loop Road

Kikuyu Constituency

PREQUALIFIED

86

KeRRA/08/KBU/39/22%/2-27-21/22-035

Damacrest-Ha Chege Road

Kikuyu Constituency

WOMEN

87

KeRRA/08/KBU/39/22%/2-27-21/22-036

Wambaa Primary-PCEA Kahero-Makeresha Road

Kikuyu Constituency

YOUTH

88

KeRRA/08/KBU/39/22%/2-27-21/22-037

PCEA Gatune-Kwa Njonge Road

Kikuyu Constituency

PREQUALIFIED

89

KeRRA/08/KBU/39/22%/2-27-21/22-038

Kwa Mindo-Gikira Primary Road

Kikuyu Constituency

PREQUALIFIED

90

KeRRA/08/KBU/39/22%/2-27-21/22-030

Kanyanjara Primary -PCEA Wambaire Road

Kikuyu Constituency

PREQUALIFIED

91

KeRRA/08/KBU/39/10%/2-27-21/22-110

Thiranga-Kamurai-Nachu Primary

Kikuyu Constituency

PREQUALIFIED

92

KeRRA/08/KBU/39/10%/2-27-21/22-111

Thamanda-Gichamba-Mutheki Road

Kikuyu Constituency

PWD

93

KeRRA/08/KBU/39/10%/2-27-21/22-112

Mwalimu Thomas-Mathini Road

Kikuyu Constituency

PREQUALIFIED

94

KeRRA/08/KBU/39/10%/2-27-21/22-106

Gathwariga-Wahika Road

Lari Constituency

PWD

95

KeRRA/08/KBU/39/10%/2-27-21/22-107

Karigu-ini-Ngenya Road

Lari Constituency

PREQUALIFIED

96

KeRRA/08/KBU/39/10%/2-27-21/22-108

Kambi Ya Ihii Road

Lari Constituency

YOUTH

97

KeRRA/08/KBU/39/10%/2-27-21/22-093

Tiekunu Matanya Road

Limuru Constituency

PREQUALIFIED

98

KeRRA/08/KBU/39/10%/2-27-21/22-094

Kadumo-Bethel Road

Limuru Constituency

PREQUALIFIED

99

KeRRA/08/KBU/39/10%/2-27-21/22-095

Jacob Wamangu Access Road

Limuru Constituency

WOMEN

100

KeRRA/08/KBU/39/22%/2-27-21/22-072

Super Duka Access Road

Ruiru Constituency

PREQUALIFIED

101

KeRRA/08/KBU/39/22%/2-27-21/22-070

Mexico Road-2nd Kisima Avenue Road

Ruiru Constituency

PREQUALIFIED

102

KeRRA/08/KBU/39/22%/2-27-21/22-069

Kihunguro-Shell S. Station-Ruiru Mosque

Ruiru Constituency

PWD

103

KeRRA/08/KBU/39/22%/2-27-21/22-071

Githurai Railway Station-Githurai Police Station-Chamos-Langata HC

Ruiru Constituency

PREQUALIFIED

104

KeRRA/08/KBU/39/10%/2-27-21/22-124

St.Joseph Dispensary Road

Ruiru Constituency

WOMEN

105

KeRRA/08/KBU/39/10%/2-27-21/22-126

Burning Manufacturers-Ruiru Girls-Devki Sec-Jn C650 mugumo Estate

Ruiru Constituency

YOUTH

106

KeRRA/08/KBU/39/10%/2-27-21/22-125

Sewage-Kiratina Primary-Gikumari

Ruiru Constituency

PREQUALIFIED

107

KeRRA/08/KBU/39/22%/2-27-21/22-083

Ngoigwa Ha Chief-Ha Ben Road

Thika Town Constituency

PREQUALIFIED

108

KeRRA/08/KBU/39/22%/2-27-21/22-084

Ha Ben Transformer-Wakmbizi Road

Thika Town Constituency

PREQUALIFIED

109

KeRRA/08/KBU/39/22%/2-27-21/22-085

Githima Primary Komo Road

Thika Town Constituency

PREQUALIFIED

110

KeRRA/08/KBU/39/22%/2-27-21/22-086

Komo Ndarugo Road

Thika Town Constituency

PWD

111

KeRRA/08/KBU/39/22%/2-27-21/22-087

JCT C541 Athena Catholic Church-Windsor Flowers Road

Thika Town Constituency

PREQUALIFIED

112

KeRRA/08/KBU/39/22%/2-27-21/22-088

Windsor Flowers-Witheithei Bridge Roads

Thika Town Constituency

YOUTH

113

KeRRA/08/KBU/39/10%/2-27-21/22-116

Kwa Mbao-Jua Kali-Classics

Thika Town Constituency

WOMEN

114

KeRRA/08/KBU/39/10%/2-27-21/22-118

Gorofani Mahigaini-Ha Kamau Road

Thika Town Constituency

PREQUALIFIED

115

KeRRA/08/KBU/39/10%/2-27-21/22-117

Classics-Muyas-Catholic Church

Thika Town Constituency

PREQUALIFIED

 

Eligible bidders must meet/attach the following requirements among others.

1.1 Signed/stamped tender forms and completeness of tender document

2.2 Properly filled anti-corruption pledge form.

3.3 Properly filled confidential business questionnaire

4.4 Certified Copy of Certificate of Incorporation

5.5 Certified copy of Certificate of Registration with the National Construction

Authority (NCA 4,5,6,7&8) and valid practicing License

6.6 A copy of a Valid Tax Compliance Certificate (Will be verified on KRA TCC Checker)

7.7 VAT Registration/PIN Registrations

8.8 Authority for Employer (Regional Director Kiambu) to seek reference from the Tenderer's bankers dated not earlier than the date of tender notice and copied to the respective Bank

9.9 Current Litigation Information

10.10 Certified Copy of RECENT (12 Months before opening date) CR12 form from the Registrar of Companies and certified copies of ID's of the directors.

11.11 Proof of a Bank Account operated by the Bidder (provide latest six (6)

months bank statement) or letter from the bank

 

submitted.

13.13 Only prequalified contractors from the respective constituencies are entitled to bid. (Bidders for projects under Youth, Women and PWD need no prior prequalification in the Constituencies) Bidders for AGPO works under PWD MUST attach IDs from National Council for Persons With Disabilities (NCPWD)

14.14 Proof of financial Ability supported by Audited Accounts for the last two financial years as indicated in the Tender Documents The Audit MUST have been done by a Registered Auditor.

15.15 Proof of similar previous work experience

16.16 Certified copy of a valid certificate of registration with AGPO issued by the National Treasury or the respective County Treasury in the relevant category (Youth, Women & PWD) for works with special groups.

Note:

  • !• Certification of documents shall be original and executed by a commissioner for oaths.
  • !• No bidder shall be awarded more than one tender as advertised in this notice.

 

Bidders shall include all the documents and information as described in the instructions to tenderers. Responsive bids will be determined through evaluation criteria as set out in the instruction to bidders and the Tender Notice.

Interested eligible bidders may obtain further information from the office of the

  • Regional Director, KeRRA Kiambu Offices in Kiambu during normal working hours.

Completed tender documents are to be enclosed in plain sealed envelopes marked with Tender Name and reference number and deposited in the respective constituencies tender boxes situated at the Kenya Rural Roads Authority Regional Offices in Kiambu and be addressed to:

The Regional Director,

Kenya Rural Roads Authority, Kiambu Region,

P.O Box 700-00900, Kiambu.

So as to be received on or before the dates shown below at 11.00 am.

Opening of bids shall commence at 11.15 am in the presence of Tenderers/ Representatives who choose to attend. This will be done under strict adherence to Covid-19 Pandemic protocols.

 

Opening dates for the respective  Constituencies are as follows:

Constituencies

Opening Dates

Venue

1.  Kiambaa

2.  Githunguri

3. Kiambu

4.  Thika

14/12/2021

Regional Office, Kiambu

 

5.  Juja

6.  Kikuyu

7. Gatundu North

8. Limuru

15/12/2021

Regional Office, Kiambu

 

9.  Ruiru

10.Lari

11.Gatundu South

12.Kabete

16/12/2021

Regional Office, Kiambu

 

Regional  Director

Kiambu Region

KIAMBU REGION 22% 22/23 - JANUARY 2023

                                                                                             

                                                                                                                                                                                                                          11th January, 2023

                                                                                                    KIAMBU REGION

                                                                                                    TENDER NOTICE

Download Tender Notice 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, Kiambu Region hereby invites bids from eligible construction Companies to bid for Routine Maintenance Works on Various Roads in the Constituencies listed below under 22% Funding for the Financial Year 2022/2023.

Eligible bidders must be prequalified in category C, of the constituencies they wish to bid. (Bidders for Projects under Youth, Women and PWD need no prior Prequalification in the Constituencies. However, they must attach the relevant AGPO Certificates.)

Bidders are requested to download full details of tender documents from Authorities Website. http://www.kerra.go.ke with effect from Wednesday 11th January,2023.   

 

No

Tender_Number

Tender_Description

Constituency

Eligibility

1

KeRRA/08/KBU/39/22%/001-22|23

Wanugu - Muthengere Road

Gatundu South Constituency

PREQUALIFIED

2

KeRRA/08/KBU/39/22%/002-22|23

Mucugu A Access Road

Gatundu South Constituency

YOUTH

3

KeRRA/08/KBU/39/22%/003-22|23

Gacumeka B Access Road

Gatundu South Constituency

PREQUALIFIED

4

KeRRA/08/KBU/39/22%/004-22|23

Ngurunga Tea Buying Centre Access Road

Gatundu South Constituency

PREQUALIFIED

5

KeRRA/08/KBU/39/22%/005-22|23

Mathage-Ndekere Road

Gatundu South Constituency

WOMEN

6

KeRRA/08/KBU/39/22%/006-22|23

Ndekere Tea Buying Centre Access Road

Gatundu South Constituency

PWD

7

KeRRA/08/KBU/39/22%/007-22|23

General Access Road

Gatundu South Constituency

PREQUALIFIED

8

KeRRA/08/KBU/39/22%/008-22|23

Roi-Ha Martin Road

Gatundu South Constituency

PREQUALIFIED

9

KeRRA/08/KBU/39/22%/009-22|23

Ha Martin-Gachakai Tea Buying Centre Road

Gatundu South Constituency

PREQUALIFIED

10

KeRRA/08/KBU/39/22%/010-22|23

Munyuini-Kibiru Road

Gatundu South Constituency

PWD

11

KeRRA/08/KBU/39/22%/011-22|23

Kibiru-Ngaragacha Road

Gatundu South Constituency

PREQUALIFIED

12

KeRRA/08/KBU/39/22%/012-22|23

Kahuho-Nagara Road

Gatundu South Constituency

PREQUALIFIED

13

KeRRA/08/KBU/39/22%/013-22|23

Munyuini Primary School-Eden Road

Gatundu South Constituency

WOMEN

14

KeRRA/08/KBU/39/22%/014-22|23

Gatundu Technical Access Road

Gatundu South Constituency

YOUTH

15

KeRRA/08/KBU/39/22%/015-22|23

Hawangu-Ha Wanagi Road

Limuru Constituency

PREQUALIFIED

16

KeRRA/08/KBU/39/22%/016-22|23

Ha Wanagi-Benva Road

Limuru Constituency

PREQUALIFIED

17

KeRRA/08/KBU/39/22%/017-22|23

Baraka Court-Pekamen Road

Limuru Constituency

WOMEN

18

KeRRA/08/KBU/39/22%/018-22|23

Pekamen-Wa Taby Road

Limuru Constituency

YOUTH

19

KeRRA/08/KBU/39/22%/019-22|23

Kabuku-ACK-Waruru Road

Limuru Constituency

PREQUALIFIED

20

KeRRA/08/KBU/39/22%/020-22|23

Njira Njeru-Ngarariga Police Station Road

Limuru Constituency

PREQUALIFIED

21

KeRRA/08/KBU/39/22%/021-22|23

Ngarariga Chiefs Office-Ngarariga Girls Road

Limuru Constituency

PWD

22

KeRRA/08/KBU/39/22%/022-22|23

Kahiti Matangini Road

Limuru Constituency

PREQUALIFIED

23

KeRRA/08/KBU/39/22%/023-22|23

Ha Eijah-Ngarariga Shopping Centre Road

Limuru Constituency

WOMEN

24

KeRRA/08/KBU/39/22%/024-22|23

Joakim-Thendi Road

Limuru Constituency

YOUTH

25

KeRRA/08/KBU/39/22%/057-22|23

Gakoe-Waruhiu Road

Githunguri Constituency

PREQUALIFIED

26

KeRRA/08/KBU/39/22%/058-22|23

Gitombo A-Gituamba Juction Road

Githunguri Constituency

PREQUALIFIED

27

KeRRA/08/KBU/39/22%/059-22|23

Gathaiti-Wakagwi-Githaiti Road

Githunguri Constituency

PREQUALIFIED

28

KeRRA/08/KBU/39/22%/060-22|23

Good Sherpherd-Kiaria-Rioki Road

Githunguri Constituency

WOMEN

29

KeRRA/08/KBU/39/22%/061-22|23

Githiga-Kamondo Ngemwa Road

Githunguri Constituency

YOUTH

30

KeRRA/08/KBU/39/22%/062-22|23

Jamaica-Wanjo Road

Githunguri Constituency

PWD

31

KeRRA/08/KBU/39/22%/040-22|23

Jct A3 Kwaheri-Maria Magdalene-AIPCEA Gathanji Road

Thika Town Constituency

PREQUALIFIED

32

KeRRA/08/KBU/39/22%/041-22|23

Githima Primary-Macehu Road

Thika Town Constituency

PREQUALIFIED

33

KeRRA/08/KBU/39/22%/042-22|23

Macehu-Komo Shopping Centre Road

Thika Town Constituency

YOUTH

34

KeRRA/08/KBU/39/22%/043-22|23

Jct C541 Athena-Makongeni Poly Corner Road

Thika Town Constituency

PREQUALIFIED

35

KeRRA/08/KBU/39/22%/046-22|23

Neema Stage-Ha Kimani-Ngirigacha Road

Thika Town Constituency

PREQUALIFIED

36

KeRRA/08/KBU/39/22%/044-22|23

Ngoingwa-Chania River Road

Thika Town Constituency

WOMEN

37

KeRRA/08/KBU/39/22%/063-22|23

AIPCEA Matangi Rurii Road

Juja Constituency

PREQUALIFIED

38

KeRRA/08/KBU/39/22%/066-22|23

Garissa- Munyaka - Ndururumo Primary Road

Juja Constituency

WOMEN

39

KeRRA/08/KBU/39/22%/067-22|23

Ndururumo Primary - Canaan Road

Juja Constituency

PREQUALIFIED

40

KeRRA/08/KBU/39/22%/068-22|23

Witeithie-Muhakaini -Malaba Road

Juja Constituency

YOUTH

41

KeRRA/08/KBU/39/22%/069-22|23

Kimbo-Glorious Joy Church Road

Juja Constituency

PREQUALIFIED

42

KeRRA/08/KBU/39/22%/070-22|23

Ndururumo Primary-Ndarasha Road

Juja Constituency

PWD

43

KeRRA/08/KBU/39/22%/071-22|23

Ha Muiruki- Kanduma - Kanyanjara Shopping - Joy Centre - Kahiga Road

Kikuyu Constituency

WOMEN

44

KeRRA/08/KBU/39/22%/072-22|23

Ha Thiiru-Mathini-Gikambura Thomas Road

Kikuyu Constituency

YOUTH

45

KeRRA/08/KBU/39/22%/073-22|23

Mai aiI Hii - UndiriI Catholic - Asante Sana Road

Kikuyu Constituency

WOMEN

46

KeRRA/08/KBU/39/22%/074-22|23

Mai ai Hii Catholic-Muthiora Gicharani PCEA-Gwa Thomas Road

Kikuyu Constituency

PWD

47

KeRRA/08/KBU/39/22%/075-22|23

Kwa Ruhiu - Thiranga - Kirumba Road

Kikuyu Constituency

PWD

48

KeRRA/08/KBU/39/22%/076-22|23

PCEA Gatune-Kwa Njonge Road

Kikuyu Constituency

PREQUALIFIED

49

KeRRA/08/KBU/39/22%/078-22|23

Nderi Primary Access Road

Kikuyu Constituency

PREQUALIFIED

50

KeRRA/08/KBU/39/22%/077-22|23

Gatune Police - Mikuyuini Road

Kikuyu Constituency

PREQUALIFIED

51

KeRRA/08/KBU/39/22%/079-22|23

Mama Ngina Primary School Access Road

Kikuyu Constituency

PREQUALIFIED

52

KeRRA/08/KBU/39/22%/080-22|23

Gicharani Primary School Access Road

Kikuyu Constituency

PREQUALIFIED

53

KeRRA/08/KBU/39/22%/083-22|23

Gataara Primary Access Road

Kabete Constituency

YOUTH

54

KeRRA/08/KBU/39/22%/084-22|23

Kibichiku Primary Access Road

Kabete Constituency

PREQUALIFIED

55

KeRRA/08/KBU/39/22%/085-22|23

Rukubi Primary School Access Road

Kabete Constituency

PREQUALIFIED

56

KeRRA/08/KBU/39/22%/086-22|23

Mukinyi-Githurai Police Road

Ruiru Constituency

PREQUALIFIED

57

KeRRA/08/KBU/39/22%/087-22|23

Dykan College-Bosnia Road

Ruiru Constituency

PWD

58

KeRRA/08/KBU/39/22%/088-22|23

Dyakio Green Valley - Police Station Membley Road

Ruiru Constituency

PREQUALIFIED

59

KeRRA/08/KBU/39/22%/089-22|23

Sewage-Kiratina-Gikumari Road

Ruiru Constituency

PREQUALIFIED

60

KeRRA/08/KBU/39/22%/090-22|23

Devik Redemed Church-Ruiru Hospital Road

Ruiru Constituency

WOMEN

61

KeRRA/08/KBU/39/22%/091-22|23

Culvert-Silicon Valley Gikumari Road

Ruiru Constituency

YOUTH

62

KeRRA/08/KBU/39/22%/092-22|23

Mwihoko Primary-Stage 146- Road

Ruiru Constituency

PREQUALIFIED

63

KeRRA/08/KBU/39/22%/093-22|23

Gachichio-Police Station Road

Kiambu Constituency

PREQUALIFIED

64

KeRRA/08/KBU/39/22%/094-22|23

Church Road

Kiambu Constituency

PREQUALIFIED

65

KeRRA/08/KBU/39/22%/095-22|23

Thindigua - GG Highway Road

Kiambu Constituency

PREQUALIFIED

66

KeRRA/08/KBU/39/22%/096-22|23

Thindigua Stage-Kibiru Road

Kiambu Constituency

PWD

67

KeRRA/08/KBU/39/22%/097-22|23

St Gregory-Thindigua Road

Kiambu Constituency

WOMEN

68

KeRRA/08/KBU/39/22%/098-22|23

Riabai-Manda-Gatina Road

Kiambu Constituency

YOUTH

69

KeRRA/08/KBU/39/22%/099-22|23

ACK Kihingo-Gichocho Road

Kiambu Constituency

PREQUALIFIED

70

KeRRA/08/KBU/39/22%/100-22|23

Early Bird Road

Kiambu Constituency

PREQUALIFIED

71

KeRRA/08/KBU/39/22%/101-22|23

Ngegu Primary Road

Kiambu Constituency

PREQUALIFIED

72

KeRRA/08/KBU/39/22%/102-22|23

Rioki Secondary School Access Road

Kiambu Constituency

WOMEN

73

KeRRA/08/KBU/39/22%/103-22|23

Gitundu Circular Road

Kiambu Constituency

PREQUALIFIED

74

KeRRA/08/KBU/39/22%/025-22|23

Ngethu-Igamba Road

Gatundu North Constituency

PREQUALIFIED

75

KeRRA/08/KBU/39/22%/026-22|23

Kamwangi-Gatei Road

Gatundu North Constituency

PREQUALIFIED

76

KeRRA/08/KBU/39/22%/027-22|23

Raini-Ndigiriri Road

Gatundu North Constituency

WOMEN

77

KeRRA/08/KBU/39/22%/028-22|23

Ndiko-Tumaini Road

Gatundu North Constituency

PREQUALIFIED

78

KeRRA/08/KBU/39/22%/029-22|23

Tumaini Tcc-Gichuka Road

Gatundu North Constituency

YOUTH

79

KeRRA/08/KBU/39/22%/030-22|23

Kihunjio ini-Wambiri-Ha Waweru Road

Gatundu North Constituency

PWD

80

KeRRA/08/KBU/39/22%/031-22|23

Kanjuku-Kariua Road

Gatundu North Constituency

PREQUALIFIED

81

KeRRA/08/KBU/39/22%/032-22|23

Ngorongo-Dcs Office Road

Gatundu North Constituency

PREQUALIFIED

82

KeRRA/08/KBU/39/22%/034-22|23

Jnc A8 Nyambari-Ha Njenga Road

Lari Constituency

YOUTH

83

KeRRA/08/KBU/39/22%/048-22|23

Kimomori-Gatono Road

Kiambaa Constituency

PREQUALIFIED

84

KeRRA/08/KBU/39/22%/049-22|23

Milimaini Shopping Centre - Kawainda Njaro Road

Kiambaa Constituency

PREQUALIFIED

85

KeRRA/08/KBU/39/22%/035-22|23

Ha Njenga-Kibagare Road

Lari Constituency

WOMEN

86

KeRRA/08/KBU/39/22%/050-22|23

Kamuirini - PCEA Church Road

Kiambaa Constituency

PREQUALIFIED

87

KeRRA/08/KBU/39/22%/036-22|23

Kiambogo-Mbauni Road

Lari Constituency

PREQUALIFIED

88

KeRRA/08/KBU/39/22%/037-22|23

Muirungi-Nyamuthanga Road

Lari Constituency

PREQUALIFIED

89

KeRRA/08/KBU/39/22%/038-22|23

Kahuruko-Mutundu TCC Road

Lari Constituency

PWD

90

KeRRA/08/KBU/39/22%/039-22|23

Mutundu TCC-Gitwe Road

Lari Constituency

PREQUALIFIED

91

KeRRA/08/KBU/39/22%/053-22|23

Machehu-Githima ACK - Muchatha Primary School

Kiambaa Constituency

PWD

92

KeRRA/08/KBU/39/22%/055-22|23

Kiguaro Drive Road

Kiambaa Constituency

WOMEN

93

KeRRA/08/KBU/39/22%/056-22|23

Muigi - Gachorue - Banana Town Road

Kiambaa Constituency

PREQUALIFIED

               

There shall be MANDATORY Pre-tender site visits. Bidders are advised to make their own personal arrangements to familiarize themselves with the Project Sites before submission of bids. The bidders shall sign the Site Visit Registers as a confirmation that they have familiarized themselves with the Project Sites. Site Visit dates are as detailed below;

S.NO

CONSTITUENCY

VENUE

CONTACT C.R.Os No.

SITE VISIT DATES &TIME

 

 

 

1

 

KIKUYU

 

THIKA

 

GITHUNGURI

 

LIMURU

 

Kikuyu KeRRA Office

 

Thika KeRRA Office

 

Kiambu Regional Office

 

Limuru KeRRA Office

 

0721389987

 

0721494418

 

0726257715

 

0724430240

 

 

 

 

18/01/2023

 

 9:30 AM

 

 

 

 

2

 

KIAMBU

 

KIAMBAA

 

GATUNDU NORTH

 

GATUNDU SOUTH

 

 

Kiambu Regional Office

 

Kiambu Regional Office

 

Gatundu North KeRRA Office

 

 

Gatundu South KeRRA Office

 

0721389987

 

0726257715

 

0720293786

 

 

0721445873

 

 

 

 

19/01/2023

 

 9:30AM

 

 

 

 

3

 

KABETE

 

LARI

 

RUIRU

 

JUJA

 

Kikuyu KeRRA Office

 

Lari KeRRA Office

 

Ruiru KeRRA Office

 

Ruiru KeRRA Office

 

0721389987

 

0721494418

 

0724430240

 

0720293786

 

 

 

 

20/01/2023

 

9:30AM

Eligible bidders must meet/attach the following requirements among others.

1.1     Signed/stamped tender forms and completeness of tender document

2.2     Properly filled anti-corruption pledge form.

3.3     Properly filled confidential business questionnaire

4.4     Certified Copy of Certificate of Incorporation

5.5     Certified copies of Certificate of Registration with the National Construction Authority (NCA 4,5,6,7&8) for Road Works and a valid practicing License.

6.6     A copy of a Valid Tax Compliance Certificate (Will be verified on KRA TCC Checker)

7.7     VAT Registration/PIN Registrations

8.8     Authority for Employer (Regional Director Kiambu) to seek reference from the Tenderer’s bankers dated not earlier than the date of tender notice and copied to the respective Bank Manager.

9.9     Current Litigation Information

10.10 Certified Copy of RECENT (12 Months before opening date) CR12 form from the Registrar of Companies and Certified copies of ID’s for the directors.

11.11 Proof of a Bank Account operated by the Bidder (provide latest six (6) months bank statement).

 

12.12   Bidders SHALL sequentially serialize all pages for each tender document submitted.

13.13 Only prequalified contractors from the respective constituencies are entitled to bid. (Bidders for Projects under Youth, Women and PWD need no prior Prequalification in the Constituencies) Bidders for AGPO works under PWD MUST attach IDs from National Council for Persons With Disabilities (NCPWD).

14.14 Proof of financial Ability supported by Audited Accounts for the last two financial years. The Audit MUST have been done by a Registered Auditor.

15.15 Proof of similar previous work experience.

16.16 Certified copy of a valid certificate of registration with AGPO issued by the National Treasury or the respective County Treasury in the relevant category (Youth, Women & PWD) for works with special groups.

 Note: 

  • Certification of documents shall be original and executed by a commissioner for oaths.
  • Bidders may bid for as many tenders as they wish. However, A bidder shall be awarded only ONE (1) tender in this tender notice, where they are the lowest evaluated and most advantageous to the Employer.

Bidders shall include all the documents and information as described in the instructions to tenderers. Responsive bids will be determined through evaluation criteria as set out in the instruction to bidders and the Tender Notice.

Interested eligible bidders may obtain further information from the office of the Regional Director, KeRRA Kiambu Offices in Kiambu during normal working hours (8.00am-5.00pm).

Completed tender documents are to be enclosed in plain sealed envelopes marked with Tender Name and reference number and deposited in the respective constituencies tender boxes situated at the Kenya Rural Roads Authority Regional Offices in Kiambu and be addressed to:

The Regional Director,

Kenya Rural Roads Authority,

Kiambu Region,

P.O Box 700-00900,

Kiambu.

 

So as to be received on or before the dates shown below at 11.00 am.

Opening of bids shall commence at 11.15 am in the presence of Tenderers/ Representatives who choose to attend.

 

Opening Dates for the respective Constituencies are as follows;

 

CONSTITUENCIES

OPENING DATES

VENUE

1.     Kikuyu

2.     Githunguri

3.     Limuru

4.     Thika

 

25/01/2023

 

Regional Office, Kiambu

 

5.     Kiambu

6.     Kiambaa

7.     Gatundu North

8.     Gatundu South

 

26/01/2023

 

Regional Office, Kiambu

 

9.     Ruiru

10. Lari

11. Juja

12. Kabete

 

27/01/2023

 

Regional Office, Kiambu

 

 Eng. Joseph Irungu

 

Regional   Director

Kiambu Region

                                                                                                                                                                                                                  

KIAMBU REGION 22% AND 10% RMLF F/Y 23-24 - OCTOBER TENDERS

                                                                                                                                                                                                                                                             19th October, 2023

                                                                       KENYA RURAL ROADS AUTHORITY

                                                                                                                KIAMBU REGION

   DOWNLOAD TENDER NOTICE 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, Kiambu Region hereby invites bids from eligible construction Companies to bid for Routine Maintenance Works on Various Roads in the Constituencies listed below under 22%and 10% RMLF Funding for the Financial Year 2023/2024.

Eligible bidders must be prequalified in category C, of the constituencies they wish to bid. (Bidders for Projects under Youth, Women and PWD need no prior Prequalification in the Constituencies. However, they must attach the relevant AGPO Certificates.)

Bidders are requested to download full details of tender documents from Authorities Website. http://www.kerra.go.ke with effect from Monday 23rd October, 2023.  

No

Tender_Number

Tender_Description

Constituency

Eligibility

1

KeRRA/08/KBU/39/22%/002-23|24

Lukasa - Kwa Ngethe Primary Road

Ruiru Constituency

YOUTH

2

KeRRA/08/KBU/39/22%/003-23|24

Gikumari Bridge Road

Ruiru Constituency

PREQUALIFIED

3

KeRRA/08/KBU/39/22%/004-23|24

Dykan - Migingo Road

Ruiru Constituency

YOUTH

4

KeRRA/08/KBU/39/22%/005-23|24

Rolex - Clayworks Road

Ruiru Constituency

PWD

5

KeRRA/08/KBU/39/22%/006-23|24

Tembo - Githurai Kimbo Road

Ruiru Constituency

PREQUALIFIED

6

KeRRA/08/KBU/39/22%/007-23|24

Mukinyi - Githurai Kimbo Road

Ruiru Constituency

PREQUALIFIED

7

KeRRA/08/KBU/39/22%/009-23|24

Githima - Sigi-ini Road

Gatundu South Constituency

WOMEN

8

KeRRA/08/KBU/39/22%/011-23|24

Gitwe Shopping Centre Access Road

Gatundu South Constituency

YOUTH

9

KeRRA/08/KBU/39/22%/012-23|24

TVET Access Road

Gatundu South Constituency

PWD

10

KeRRA/08/KBU/39/22%/013-23|24

Karangi - Githunguri Road

Gatundu South Constituency

PREQUALIFIED

11

KeRRA/08/KBU/39/22%/015-23|24

Kamirithu Secondary School - Kabue Road

Limuru Constituency

PREQUALIFIED

12

KeRRA/08/KBU/39/22%/016-23|24

Jerusalem - Misri Road

Limuru Constituency

WOMEN

13

KeRRA/08/KBU/39/22%/018-23|24

St. Francis of Asisi Catholic Church Road

Limuru Constituency

YOUTH

14

KeRRA/08/KBU/39/22%/019-23|24

Methodist - Ushindi - Amani Road

Limuru Constituency

PREQUALIFIED

15

KeRRA/08/KBU/39/22%/020-23|24

Free Town Access Road

Limuru Constituency

PREQUALIFIED

16

KeRRA/08/KBU/39/22%/021-23|24

Githire-Miiri Road

Limuru Constituency

PWD

17

KeRRA/08/KBU/39/22%/022-23|24

Princess - Galileo Road

Limuru Constituency

YOUTH

18

KeRRA/08/KBU/39/22%/023-23|24

DCC Access Road

Limuru Constituency

WOMEN

19

KeRRA/08/KBU/39/22%/024-23|24

Mwimuto ACK - St. John Road

Kabete Constituency

YOUTH

20

KeRRA/08/KBU/39/22%/025-23|24

Muthure - St Anne Road

Kabete Constituency

PREQUALIFIED

21

KeRRA/08/KBU/39/22%/026-23|24

Wa Jimmy Road

Kabete Constituency

WOMEN

22

KeRRA/08/KBU/39/22%/028-23|24

Access Mary Leaky Road

Kabete Constituency

PREQUALIFIED

23

KeRRA/08/KBU/39/22%/029-23|24

Access to Kabete Centre Road

Kabete Constituency

PWD

24

KeRRA/08/KBU/39/22%/030-23|24

Garissa Road - Ngoliba Health Centre - Duke

Thika Town Constituency

WOMEN

25

KeRRA/08/KBU/39/22%/031-23|24

Wapa School Thika - Maguguni Primary

Thika Town Constituency

YOUTH

26

KeRRA/08/KBU/39/22%/032-23|24

Kolping - Kilimambogo Primary

Thika Town Constituency

PWD

27

KeRRA/08/KBU/39/22%/033-23|24

Kwa Wire - Tosha Junction

Thika Town Constituency

PREQUALIFIED

28

KeRRA/08/KBU/39/22%/057-23|24

Approved School - Goshen Medical College - Gachagi

Thika Town Constituency

PREQUALIFIED

29

KeRRA/08/KBU/39/22%/058-23|24

Umma University - Kamenu Primary - Phase 8 Hospital

Thika Town Constituency

YOUTH

30

KeRRA/08/KBU/39/22%/036-23|24

Pamoja One Stage - Ten Matt - Kirathimo

Thika Town Constituency

PREQUALIFIED

31

KeRRA/08/KBU/39/22%/037-23|24

Mathitima - Kiandutu - Kianjau Primary

Thika Town Constituency

WOMEN

32

KeRRA/08/KBU/39/22%/038-23|24

Night Fall Thika - Hotel Bulleys

Thika Town Constituency

PREQUALIFIED

33

KeRRA/08/KBU/39/22%/039-23|24

Witeithie Market - Muhaka-ini

Juja Constituency

PREQUALIFIED

34

KeRRA/08/KBU/39/22%/040-23|24

Kimbo Junction

Juja Constituency

PWD

35

KeRRA/08/KBU/39/22%/042-23|24

Gachororo Hospital -Gachororo Farm Mugetho Road

Juja Constituency

PREQUALIFIED

36

KeRRA/08/KBU/39/22%/043-23|24

St. Martin - Mugutha Police Road

Juja Constituency

PREQUALIFIED

37

KeRRA/08/KBU/39/22%/044-23|24

Maraba - Setelite - Kamuthi Road

Juja Constituency

WOMEN

38

KeRRA/08/KBU/39/22%/045-23|24

Nyacaba - Maraba Town

Juja Constituency

PREQUALIFIED

39

KeRRA/08/KBU/39/22%/046-23|24

Riabai Factory-Restoration Road

Kiambu Constituency

YOUTH

40

KeRRA/08/KBU/39/22%/047-23|24

Kanyi Ngumo Riabai Primary/Transformer Gitau Wakiro Road

Kiambu Constituency

PREQUALIFIED

41

KeRRA/08/KBU/39/22%/048-23|24

Aramati Road

Kiambu Constituency

WOMEN

42

KeRRA/08/KBU/39/22%/049-23|24

Kiamumbi Road

Kiambu Constituency

PREQUALIFIED

43

KeRRA/08/KBU/39/22%/051-23|24

Riara Idylik Road

Kiambu Constituency

PREQUALIFIED

44

KeRRA/08/KBU/39/22%/052-23|24

WB-Kiruku Road

Kiambu Constituency

PWD

45

KeRRA/08/KBU/39/22%/053-23|24

Kaiyaba-Kiratina Road

Kiambu Constituency

WOMEN

46

KeRRA/08/KBU/39/22%/054-23|24

Tumburu Nyauto River Road

Kiambu Constituency

YOUTH

47

KeRRA/08/KBU/39/22%/055-23|24

Church Road

Kiambu Constituency

PREQUALIFIED

48

KeRRA/08/KBU/39/22%/060-23|24

Emmaus Avenue-Police Post Road

Kiambaa Constituency

PREQUALIFIED

49

KeRRA/08/KBU/39/22%/061-23|24

Milimaini-Kariko Road

Kiambaa Constituency

WOMEN

50

KeRRA/08/KBU/39/22%/064-23|24

Kimanga Road

Kiambaa Constituency

PWD

51

KeRRA/08/KBU/39/22%/065-23|24

Ha wabadi - Catholic Church

Kiambaa Constituency

PREQUALIFIED

52

KeRRA/08/KBU/39/22%/068-23|24

Kamangu Renguti Road

Kikuyu Constituency

PREQUALIFIED

53

KeRRA/08/KBU/39/22%/069-23|24

Gathondeki - Kiore Road

Kikuyu Constituency

YOUTH

54

KeRRA/08/KBU/39/22%/070-23|24

Kiawamagira Road

Kikuyu Constituency

WOMEN

55

KeRRA/08/KBU/39/22%/071-23|24

Solomboneo - TTI Mukundi - Kagia Road

Kikuyu Constituency

PWD

56

KeRRA/08/KBU/39/22%/072-23|24

Access to Lusigetti Primary Road

Kikuyu Constituency

PREQUALIFIED

57

KeRRA/08/KBU/39/22%/073-23|24

Access To Gikambura Road

Kikuyu Constituency

PREQUALIFIED

58

KeRRA/08/KBU/39/22%/075-23|24

Access to Mama Ngina Secondary Road

Kikuyu Constituency

YOUTH

59

KeRRA/08/KBU/39/10%/091-23|24

Mundoro - Mahindu Road

Gatundu South Constituency

PREQUALIFIED

60

KeRRA/08/KBU/39/10%/092-23|24

Mathage - Gitare Road

Gatundu South Constituency

PREQUALIFIED

61

KeRRA/08/KBU/39/10%/093-23|24

Cura Road

Gatundu South Constituency

PREQUALIFIED

62

KeRRA/08/KBU/39/10%/094-23|24

Gatwikira Road

Gatundu South Constituency

PWD

63

KeRRA/08/KBU/39/10%/095-23|24

Murengeti Primary School Access Road

Limuru Constituency

WOMEN

64

KeRRA/08/KBU/39/10%/096-23|24

Manguo - Primary School Access Road

Limuru Constituency

PWD

65

KeRRA/08/KBU/39/10%/097-23|24

Kimunya - Kangema Road

Limuru Constituency

PREQUALIFIED

66

KeRRA/08/KBU/39/10%/098-23|24

Waiganjo - Comfort - Gathuru Road

Limuru Constituency

PREQUALIFIED

67

KeRRA/08/KBU/39/10%/099-23|24

Gachibi - Ngecha Road

Limuru Constituency

YOUTH

68

KeRRA/08/KBU/39/10%/100-23|24

Gichuho - Gitangu Road

Limuru Constituency

PWD

69

KeRRA/08/KBU/39/10%/101-23|24

Githunguri - Gichamu Road

Limuru Constituency

PREQUALIFIED

70

KeRRA/08/KBU/39/10%/102-23|24

Gatatha - Tropical Heat Road

Limuru Constituency

WOMEN

71

KeRRA/08/KBU/39/10%/103-23|24

Makubia Road

Limuru Constituency

YOUTH

72

KeRRA/08/KBU/39/10%/106-23|24

SIlicon - Kilimambogo Road

Ruiru Constituency

WOMEN

73

KeRRA/08/KBU/39/10%/104-23|24

Jct By Pass - PCEA Road

Ruiru Constituency

PREQUALIFIED

74

KeRRA/08/KBU/39/10%/105-23|24

Ha Njua - ACK Rainbow Road

Ruiru Constituency

PREQUALIFIED

75

KeRRA/08/KBU/39/22%/083-23|24

Mitahato - Riagithu

Githunguri Constituency

YOUTH

76

KeRRA/08/KBU/39/22%/081-23|24

Ikinu-Karia

Githunguri Constituency

PWD

77

KeRRA/08/KBU/39/22%/080-23|24

Ngorongo-Githiga-Thakwa Road

Githunguri Constituency

WOMEN

78

KeRRA/08/KBU/39/22%/079-23|24

Kiambururu - Primary Road Access

Githunguri Constituency

PREQUALIFIED

79

KeRRA/08/KBU/39/22%/078-23|24

Jnc Gitombo - Kiambururu

Githunguri Constituency

YOUTH

80

KeRRA/08/KBU/39/22%/077-23|24

Kangengu - Kiambururu

Githunguri Constituency

PREQUALIFIED

81

KeRRA/08/KBU/39/22%/076-23|24

Kwa Ndonga-Mitahato-Riagithi Road

Githunguri Constituency

PREQUALIFIED

82

KeRRA/08/KBU/39/10%/107-23|24

Maina Road

Kabete Constituency

PREQUALIFIED

83

KeRRA/08/KBU/39/10%/108-23|24

Arahuka Depot Road

Kabete Constituency

PREQUALIFIED

84

KeRRA/08/KBU/39/10%/109-23|24

Muthure - Shopping Road

Kabete Constituency

WOMEN

85

KeRRA/08/KBU/39/10%/110-23|24

Kwa Ndambo Road

Kabete Constituency

YOUTH

86

KeRRA/08/KBU/39/10%/111-23|24

Nduka Moja - Athi Ngoliba Shopping Centre

Thika Town Constituency

YOUTH

87

KeRRA/08/KBU/39/10%/112-23|24

Corner Mbaya Matathia Road

Thika Town Constituency

PREQUALIFIED

88

KeRRA/08/KBU/39/10%/113-23|24

Muguga ACK - Thika River - Canaan

Thika Town Constituency

WOMEN

89

KeRRA/08/KBU/39/10%/114-23|24

Polysack-CITC-Blessed Revival Church Road

Thika Town Constituency

PREQUALIFIED

90

KeRRA/08/KBU/39/10%/115-23|24

Garissa Road - Mbagathi Secondary Access

Thika Town Constituency

PWD

91

KeRRA/08/KBU/39/10%/116-23|24

AIPCEA Matangi - Biashara Road

Juja Constituency

PREQUALIFIED

92

KeRRA/08/KBU/39/10%/119-23|24

Wonders Terbanacle - Prairies Academy

Juja Constituency

PWD

93

KeRRA/08/KBU/39/10%/120-23|24

CID Road

Kiambu Constituency

PREQUALIFIED

94

KeRRA/08/KBU/39/10%/121-23|24

Ruthiruini-Kiriguini-Ndumberi Road

Kiambu Constituency

YOUTH

95

KeRRA/08/KBU/39/10%/122-23|24

Kanunga-Ndumberi Road

Kiambu Constituency

WOMEN

96

KeRRA/08/KBU/39/10%/123-23|24

Karunga-Buriria Stone Road

Kiambu Constituency

PREQUALIFIED

97

KeRRA/08/KBU/39/10%/124-23|24

Driveway Road

Kiambu Constituency

PWD

98

KeRRA/08/KBU/39/10%/125-23|24

Maiini ACK Road

Kiambu Constituency

PREQUALIFIED

99

KeRRA/08/KBU/39/10%/126-23|24

Gituamba - Kagongo Mbiu Road

Kiambu Constituency

PREQUALIFIED

100

KeRRA/08/KBU/39/22%/084-23|24

Kagaa - Kibathithi - Nyamu T.C.C Road

Lari Constituency

PREQUALIFIED

101

KeRRA/08/KBU/39/22%/085-23|24

Nyamu T.C.C - Ruiru River Road

Lari Constituency

WOMEN

102

KeRRA/08/KBU/39/22%/088-23|24

Kambaa - Githogoiyo Road

Lari Constituency

PREQUALIFIED

103

KeRRA/08/KBU/39/22%/089-23|24

Githogoiyo - Kamahindu Road

Lari Constituency

PWD

104

KeRRA/08/KBU/39/22%/090-23|24

Gatamaiyu - Kaguongo Road

Lari Constituency

PREQUALIFIED

105

KeRRA/08/KBU/39/10%/131-23|24

Gatamaiyu - Kanyuiro Road

Lari Constituency

PWD

106

KeRRA/08/KBU/39/10%/132-23|24

Kanyuiro - Kiamuya Road

Lari Constituency

WOMEN

107

KeRRA/08/KBU/39/10%/133-23|24

Kang’eng’u – Kiambururu

Githunguri Constituency

PWD

108

KeRRA/08/KBU/39/10%/134-23|24

Kiambururu – Kamuchege

Githunguri Constituency

WOMEN

109

KeRRA/08/KBU/39/10%/135-23|24

Kambaa-Githiga Road

Githunguri Constituency

PREQUALIFIED

110

KeRRA/08/KBU/39/10%/127-23|24

Kikuyu Springs Road

Kikuyu Constituency

PREQUALIFIED

111

KeRRA/08/KBU/39/10%/128-23|24

Kidfamaco School - Wagachuhi Road

Kikuyu Constituency

PREQUALIFIED

112

KeRRA/08/KBU/39/10%/129-23|24

Wagachuhi - Springs Road

Kikuyu Constituency

YOUTH

113

KeRRA/08/KBU/39/10%/139-23|24

Uthiru Genesis Road

Kikuyu Constituency

PREQUALIFIED

114

KeRRA/08/KBU/39/10%/138-23|24

Banana Town - Ack Church

Kiambaa Constituency

YOUTH

115

KeRRA/08/KBU/39/10%/137-23|24

Muigi - Gachorue - Banana Town Road

Kiambaa Constituency

WOMEN

116

KeRRA/08/KBU/39/10%/136-23|24

Waguthu-Wanyori Road

Kiambaa Constituency

PREQUALIFIED

117

KeRRA/08/KBU/39/22%/035-23|24

Kiguaro - Drive

Kiambaa Constituency

PREQUALIFIED

118

KeRRA/08/KBU/39/22%/140-23|24

Gatukuyu - Karimenu River

Gatundu North Constituency

PREQUALIFIED

119

KeRRA/08/KBU/39/22%/141-23|24

Karimenu River - Galilee Road

Gatundu North Constituency

WOMEN

120

KeRRA/08/KBU/39/22%/142-23|24

Galilee-Makwa Catholic Road

Gatundu North Constituency

PREQUALIFIED

121

KeRRA/08/KBU/39/22%/143-23|24

Makwa Catholic-Makwa Dispensary

Gatundu North Constituency

PREQUALIFIED

122

KeRRA/08/KBU/39/22%/144-23|24

Makwa Dispensary Section

Gatundu North Constituency

YOUTH

123

KeRRA/08/KBU/39/10%/145-23|24

Makwa Dispensary-Makwa Shopping Centre

Gatundu North Constituency

WOMEN

124

KeRRA/08/KBU/39/10%/146-23|24

Makwa Shopping Centre Section

Gatundu North Constituency

PWD

125

KeRRA/08/KBU/39/10%/147-23|24

Makwa Shopping Centre-Restoration Church

Gatundu North Constituency

PREQUALIFIED

There shall be MANDATORY Pre-tender site visits. Bidders are advised to make their own personal arrangements to familiarize themselves with the Project Sites before submission of bids. The bidders shall sign the Site Visit Registers as a confirmation that they have familiarized themselves with the Project Sites. Site Visit dates are as detailed below;

S.NO

CONSTITUENCY

VENUE

CONTACT C.R.Os No.

SITE VISIT DATES &TIME

 

 

 

1

 

KIKUYU

 

THIKA

 

GITHUNGURI

 

LIMURU

 

Kikuyu KeRRA Office

 

Thika KeRRA Office

 

Kiambu Regional Office

 

Limuru KeRRA Office

 

0721389987

 

0720293786

 

0721445873

 

0724430240

 

 

 

 

25/10/2023

 

 9:30 AM

 

 

 

2

 

KIAMBU

 

KIAMBAA

 

GATUNDU SOUTH

 

GATUNDU NORTH

 

 

Kiambu Regional Office

 

Kiambu Regional Office

 

Gatundu South KeRRA Office

 

Gatundu North KeRRA Office

 

0721389987

 

0726257715

 

0724430240

 

0720293786

 

 

 

 

 

26/10/2023

 

 9:30AM

 

 

 

3

 

KABETE

 

LARI

 

RUIRU

 

JUJA

 

Kikuyu KeRRA Office

 

Lari KeRRA Office

 

Ruiru KeRRA Office

 

Ruiru KeRRA Office

 

0721389987

 

0726257715

 

0724430240

 

0720293786

 

 

 

27/10/2023

 

9:30 AM

Eligible bidders must meet/attach the following requirements among others.

1.1     Signed/stamped tender forms and completeness of tender document

2.2     Properly filled anti-corruption pledge form.

3.3     Properly filled confidential business questionnaire

4.4     Certified Copy of Certificate of Incorporation

5.5     Certified copies of Certificate of Registration with the National Construction Authority (NCA 8 and Above) for Road Works and a valid practicing License.

6.6     A copy of a Valid Tax Compliance Certificate (Will be verified on KRA TCC Checker)

7.7     Provide a Work Methodology relevant to the proposed works.

8.8     Authority for Employer (Regional Director Kiambu) to seek reference from the Tenderer’s bankers dated not earlier than the date of tender notice and copied to the respective Bank Manager.

9.9     Current Litigation Information

10.10 Certified Copy of RECENT (12 Months before opening date) CR12 form from the Registrar of Companies and Certified copies of ID’s for the directors.

11.11 Proof of a Bank Account operated by the Bidder (provide latest six (6) months bank statement).

12.12   Bidders SHALL sequentially serialize all pages for each tender document    submitted.

13.13 Only prequalified contractors from the respective constituencies are entitled to bid. (Bidders for Projects under Youth, Women and PWD need no prior Prequalification in the Constituencies) Bidders for AGPO works under PWD MUST attach IDs from National Council for Persons With Disabilities (NCPWD).

14.14 Proof of financial Ability supported by Audited Accounts for the last three Consecutive financial years. The Audit MUST have been done by a Registered Auditor.

15.15 Proof of similar previous work experience (attach awards and completion certificate)

16.16 Certified copy of a valid certificate of registration with AGPO issued by the National Treasury or the respective County Treasury in the relevant category (Youth, Women & PWD) for works with special groups.

 Note: 

  • Certification of documents shall be original and executed by a commissioner for oaths.
  • Bidders may bid for as many tenders as they wish. However, A bidder shall be awarded only ONE (1) tender in this tender notice, where they are the lowest evaluated and most advantageous to the Employer.
  • Bidders are requested to continually check the KeRRA website: kerra.go.ke for any tender addenda or clarification that may arise before submission dates.
  • Tender Security in the amount specified in the Tender Data Sheet where applicable. The Format to be as issued with this Tender and valid for the period specified under ITT 19.
  • Duly filled Tender Securing Declaration Form shall be in the format issued in this Tender and validly executed in accordance with ITT 19.
  • Bidders must not have been declared ineligible by the PPRA as described in ITT 3.7

Bidders shall include all the documents and information as described in the instructions to tenderers. Responsive bids will be determined through evaluation criteria as set out in the instruction to bidders and the Tender Notice.

Interested eligible bidders may obtain further information from the office of the Regional Director, KeRRA Kiambu Offices in Kiambu during normal working hours (8.00am-5.00pm).

Completed tender documents are to be enclosed in plain sealed envelopes(one document per envelope) marked with Road Name and Tender number and deposited in their respective constituencies tender boxes situated at the Kenya Rural Roads Authority Regional Offices in Kiambu and be addressed to:

The Regional Director,

Kenya Rural Roads Authority,

Kiambu Region,

P.O Box 700-00900,

Kiambu.

So as to be received on or before the dates shown below at 11.00 am.

Opening of bids shall commence at 11.15 am in the presence of Tenderers/ Representatives who choose to attend.

 

 

 

Opening Dates for the respective Constituencies are as follows;

 

CONSTITUENCIES

OPENING DATES

VENUE

1.    Kikuyu

2.    Githunguri

3.    Limuru

4.    Thika

 

 

01/11/2023

 

 

Regional Office, Kiambu

 

5.    Kiambu

6.    Kiambaa

7.    Gatundu South

8.    Gatundu North

 

 

02/11/2023

 

 

Regional Office, Kiambu

 

9.    Ruiru

10. Lari

11. Juja

12. Kabete

 

03/11/2023

 

Regional Office, Kiambu

  

 Eng. Joseph Irungu

Regional   Director

Kiambu Region

KIAMBU REGION ADDENDUM 2 -OCTOBER TENDERS

                                                                                                                                                                                                              30th October, 2023

                                       KENYA RURAL ROADS AUTHORITY

                                                                                                             KIAMBU REGION

                                                                                                 ADDEDUM TO TENDER NOTICE

                                                                                                             ADDENDUM NO. 2

DOWNLOAD ADDENDUM HERE

Pursuant to clause 75(2) of the Public Procurement and Disposal Act (2015) Kenya Rural Roads Authority-Kiambu Region wishes to notify bidders on the following amendments on Tenders advertised by the region on 19th October, 2023.

1) The Following Tender(s) have been amended.

S/No.

Tender No.

Tender Name

Constituency

Eligibility

30

KeRRA/08/KBU/39/22%/036-23|24

Pamoja One Stage - Ten Matt - Kirathimo

Thika Town

PREQUALIFIED

32

KeRRA/08/KBU/39/22%/038-23|24

Night Fall Thika - Hotel Bulleys

Thika Town

PREQUALIFIED

39

KeRRA/08/KBU/39/22%/046-23|24

Riabai Factory-Restoration Road

Kiambu

YOUTH

81

KeRRA/08/KBU/39/22%/076-23|24

Kwa Ndonga-Mitahato-Riagithi Road

Githunguri

PREQUALIFIED

80

KeRRA/08/KBU/39/22%/077-23|24

Kangengu - Kiambururu

Githunguri

PREQUALIFIED

107

KeRRA/08/KBU/39/10%/133-23|24

Kang’eng’u – Kiambururu

Githunguri

PWD

Bidders who could have downloaded the above mentioned Tender Documents are advised to download the new bid documents.

2) In view of this, the opening dates for Tenders in the respective Constituencies have changed to give the Bidders adequate time for the exercise.

The new Tender opening dates are as follows;

Constituencies

Opening Dates

Venue

1.     Kiambaa

2.     Githunguri

3.     Kiambu

4.     Thika

 

08/11/2023

 

Regional Office, Kiambu

5.     Juja

6.     Kikuyu

7.     Gatundu North

8.     Limuru

 

09/11/2023

 

Regional Office, Kiambu

9.     Ruiru

10. Lari

11. Gatundu South

12.  Kabete

 

10/11/2023

 

Regional Office, Kiambu

 

ALL OTHER BIDDING CONDITIONS REMAIN UNCHANGED.

              

                                                     

Eng. Joseph Irungu

Regional   Director

Kiambu Region

KILIFI REGION - 10% RMLF and 22% Savings FY 2020-2021

 

ADVERT

1.ADDENDUM

2.Specifications and drawings

3.SECTION IX

 

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 interested Road works Contractors Prequalified in Kilifi Region and those in the special group category (Youth, Women and PWD) to bid for Roadworks funded under 10% RMLF and 22% Savings FY 2020-2021.

SNo.

Tender Number

Constituency

Link

Road Name/Download

Category

EE (KSHS)

ADDENDUM

1

KeRRA/011/KLF/39/069/2020-2021

Kilifi North

C235

Kasava - Tezo

PWD

 2.1M

1.ADDENDUM

2.Specifications and drawings

3.SECTION IX

2

KeRRA/011/KLF/39/070/2020-2021

Kilifi North

C235

Mrima Wa Kuku - Kasava

Youth

 4.4M

3

KeRRA/011/KLF/39/071/2020-2021

Kilifi North

C235

Magogoni - Mrima Wa Kuku

Open

 3.8M

4

KeRRA/011/KLF/39/072/2020-2021

Kilifi South

C238

Jibana - Kidutani

Open

 4.0M

5

KeRRA/011/KLF/39/073/2020-2021

Kilifi South

C238

Kidutani - Ngombeni

Open

 4.4M

6

KeRRA/011/KLF/39/074/2020-2021

Ganze

C231

Kidungwa - Dida

Women

 4.2M

7

KeRRA/011/KLF/39/075/2020-2021

Ganze

C231

Vitengeni - Kidungwa

Open

 6.0M

8

KeRRA/011/KLF/39/076/2020-2021

Kaloleni

C202

Guruguru - Ndatani

Open

 5.1M

9

KeRRA/011/KLF/39/077/2020-2021

Kaloleni

C202

Mnago Wa Dola - Ndatani

Open

 5.1M

10

KeRRA/011/KLF/39/078/2020-2021

Rabai

C238

Pangani Primary School-Jibana

Open

 5.1M

11

KeRRA/011/KLF/39/079/2020-2021

Rabai

E3086

Miyuni - Madzayani

Women

 5.1M

12

KeRRA/011/KLF/39/080/2020-2021

Malindi

E3113

Langombaya - Phishimwenga.

Open

 5.0M

13

KeRRA/011/KLF/39/081/2020-2021

Malindi

D1051

Pishimwenga - Kibaoni

Open

 5.3M

14

KeRRA/011/KLF/39/082/2020-2021

Magarini

C233

Bungale - Garashi

Open

 5.2M

15

KeRRA/011/KLF/39/083/2020-2021

Magarini

C233

Baricho-Bungale

Open

 5.1M

16

KeRRA/011/KLF/39/084/2020-2021

Kilifi North

G31412

Chumani - Roka

Open

5.6M

17

KeRRA/011/KLF/39/085/2020-2021

Kilifi South

C234

Matandale- Bomani

Youth

1.5M

18

KeRRA/011/KLF/39/086/2020-2021

Kilifi South

C238

Kizingo- Mwarakaya

Women

4.5M

19

KeRRA/011/KLF/39/087/2020-2021

Kaloleni

D1049

Chanagande - Mtsengo

PWD

2.4M

20

KeRRA/011/KLF/39/088/2020-2021

Kaloleni

E3087

Ack Magogoni - Makomboani

Youth

3.0M

21

KeRRA/011/KLF/39/089/2020-2021

Rabai

E3108

Mkapuni - Kanyumbani

Open

3.1M

22

KeRRA/011/KLF/39/090/2020-2021

Rabai

URF RB 02

Rabai Power - Kajiwe Primary

PWD

2.8M

23

KeRRA/011/KLF/39/091/2020-2021

Ganze

C231

Bamba - Katendewa

Youth

6.0M

24

KeRRA/011/KLF/39/092/2020-2021

Malindi

E3113

Langombaya - Marikano Pri. Sch.

Women

2.9M

25

KeRRA/011/KLF/39/093/2020-2021

Malindi

U_L7

Majimboni- Mkao Moto

Youth

2.5M

26

KeRRA/011/KLF/39/094/2020-2021

Magarini

C233

Baricho- Gandini

PWD

3.1M

27

KeRRA/011/KLF/39/095/2020-2021

Magarini

C233

Makumba- Kadzifitseni

Youth

3.2M

QUALIFICATIONS FOR TENDERING

 

Scope of Works

The scope of works is as detailed in the Tender Document

MANDATORY REQUIREMENTS

The following must be submitted together with the Tender among those in the Instructions to Tenderers in the tender document:

  • Attach Certified Certificate of Incorporation certified
  • Copies of PIN and VAT Registration Certificates
  • Attach copy of Valid Tax Compliance Certificate(Will be verified online)/ Tax exemption clearance certificate from KRA
  • Attach Valid National Construction Authority Certificate and the Annual Contractors Practicing License from National Construction Authority (NCA)
  • All pages of Bids Submitted (tender document) must be MACHINE SERIALIZED sequentially as (1,2,3,4….on all pages)
  • Attach Certified valid single business permit issued within the last 12 Months
  • At least two (2) major items of construction equipment owned or leased;
  • Evidence of Bank Account or statement in the name of the firm for at least Three (3) Months from the date of this tender.
  • Attach Certified Copy of recent CR12 Form-(12Months) from registrar of companies
  • Attach certified copies of IDs for all Directors
  • Attach Certified copy of certificate of registration for Youth, Women & Persons with Disability where applicable
  • For PWD Tenders attach valid and certified copy of proof of registration with NCPWD
  • A bidder may bid for more than one tender BUT will only be considered for one (1) Tender in the region.
  • Prices quoted must remain valid for 140 days from the date of opening
  • Subsequent to presidential directives issued on the COVID-19 Pandemic there shall be no pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids.

 

Tender documents detailing additional requirements, specification and scope of works will be obtained from KeRRA WEBSITE; www.kerra.go.ke and at Tenders portal: www.tenders.go.ke free of charge as from close of business 30th June 2021. Ensure that the document downloaded from the website has been registered at KeRRA Kilifi office (Procurement desk) before submission. All Interested bidders are required to continually check the KeRRA website www.kerra.go.ke/tenders for any tender addendum or clarification that may arise before the submission date

Completed duly serialized tender documents in Wax sealed plain envelopes marked with Tender reference and road name description, without bidder’s identity, should be deposited in the Tender Box (Specified for respective tenders) and be addressed to;

The Regional Director,

Kenya Rural Roads Authority (Kilifi Region)

P.O. Box 27 80108

(Name of Constituency)

KILIFI

So as to be received on or before Wednesday 14th July 2021 at 10:00 AM. Bids submitted after this prescribed time shall be rejected.

 

NOTE:

  1. All certification of documents shall be original and executed by Commissioner for Oaths or Notaries
  2. Certificates / Licenses shall be verified from or with the Issuing Authorities or Agencies

 

 

 

 

Eng. T. K. Kendagor

REGIONAL DIRECTOR (ROADS) COAST REGION

KILIFI REGION - GOK FUNDS FY 2020-2021

 

ADVERT

INVITATION TO TENDER                           28th July, 2021

 

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 interested Road works Contractors in the special group category (Youth, Women and PWD) to bid for Roadworks funded under GOK Allocation FY 2020-2021.

SNo.

Tender Number

Constituency

Road Name

Category

EE (KSHS)

1

KeRRA/011/KLF/39/096/2020-2021

Magarini

Kibaoni- Adu- Ramada

Special Groups (Youth or Women or PWD)

 5.0M

QUALIFICATIONS FOR TENDERING

Scope of Works

The scope of works is as detailed in the Tender Document

MANDATORY REQUIREMENTS

The following must be submitted together with the Tender among those in the Instructions to Tenderers in the tender document:

  • Attach Certified Certificate of Incorporation (by commissioner of oaths) and principal place of business
  • Copies of PIN and VAT Registration Certificates
  • Attach copy of Valid Tax Compliance Certificate(Will be verified online)/ Tax exemption clearance certificate from KRA
  • Attach Valid National Construction Authority Certificate and the Annual Contractors Practicing License from National Construction Authority (NCA)
  • All pages of Bids Submitted (tender document) must be MACHINE SERIALIZED sequentially as (1,2,3,4….on all pages)
  • Attach Certified valid single business permit issued within the last 12 Months
  • At least two (2) major items of construction equipment owned or leased;
  • Evidence of Bank Account or statement in the name of the firm for at least Three (3) Months from the date of this tender.
  • Attach a Current letter from the bank showing the bank Signatories
  • Authority to seek bank reference from the tenderer’s bankers
  • Attach Certified Copy of recent CR12 Form-(12Months) from registrar of companies
  • Attach certified copies of IDs for all Directors
  • Attach Certified copy of certificate of registration for either Youth, Women & or Persons with Disability where applicable
  • For PWD Tenders attach valid and certified copy of proof of registration with NCPWD
  • A bidder may bid for more than one tender BUT will only be considered for one (1) Tender in the region.
  • Prices quoted must remain valid for 140 days from the date of opening
  • Subsequent to presidential directives issued on the COVID-19 Pandemic there shall be no pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids. Bidders will be expected to provide a written Declaration of Knowledge of Site

 

Tender documents detailing additional requirements, specification and scope of works will be obtained from KeRRA WEBSITE; www.kerra.go.ke and at Tenders portal: www.tenders.go.ke free of charge as from close of business 29th July 2021. Ensure that the document downloaded from the website has been registered at KeRRA Kilifi office (Procurement desk) before submission. All Interested bidders are required to continually check the KeRRA website www.kerra.go.ke/tenders for any tender addendum or clarification that may arise before the submission date

Completed duly serialized tender documents in sealed plain envelopes marked with Tender reference and road name description, without bidder’s identity, should be deposited in the Tender Box (Specified for respective tenders) and be addressed to;

The Regional Director,

Kenya Rural Roads Authority (Kilifi Region)

P.O. Box 27 80108

(Name of Constituency)

KILIFI

So as to be received on or before Friday 6th August 2021 at 10:00 AM. Bids submitted after this prescribed time shall be rejected.

 

NOTE:

  1. All certification of documents shall be original and executed by Commissioner for Oaths or Notaries
  2. Certificates / Licenses shall be verified from or with the Issuing Authorities or Agencies

 

 

 

 

Eng. T. K. Kendagor

REGIONAL DIRECTOR (ROADS) COAST REGION

Kilifi Region

Monday, 5th March, 2018

NOTICE TO ALL PRE-QUALIFIED ROADWORKS CONTRACTORS IN KILIFI REGION AND AGPO ELIGIBLE FIRMS
INVITATION TO TENDER NOTICE

The Kenya Rural Roads Authority hereby invites sealed bids from KeRRA – Kilifi Region, Pre-qualified Contractors and under Special group of Youth, Women & Persons Living with Disabilities( Under the AGPO Program), in the Financial Year 2017/2018 for maintenance of roadworks in Kilifi Region, under the 10% RMLF contracts for the under listed roadworks projects.

TENDER NUMBER.

PROJECT NAME (Road No. and Name)

Constituency and Eligible  Firms Category

Mandatory pre-Tender Site Visit: Date,Venue& Time

Tender Closing/Opening Date and Time

 Downloads

KeRRA/011/KLF/39/33/2017-2018

C231: Mariakani Vitengeni– Kibaoni (Mrima wa Ndzovu) (5+000 – 8+600)

Kilifi North Constituency (AGPO-YOUTH ONLY)

Monday 12th March, 2018,KeRRA Kilifi Office, at 9:00 am

Tuesday 20th March, 2018 at 10:30 am.  

 Download
Notice
 KeRRA/011/KLF/39/34/2017-2018  C238: Ribe – Ng’omeni (Mwanzai Dispensary – Kidutani) (0+000 – 8+100)

Kilifi South Constituency (Open to Pre-qualified contractors)

Monday 12th March, 2018,KeRRA Kilifi Office, at 9:00 am

Tuesday 20th March, 2018 at 10:30 am.

Download
Notice
 KeRRA/011/KLF/39/35/2017-2018  C202: Mnago Wa Dola – Guruguru (Ndatani–Mnago Wa Dola) (5+000 – 15+000)  Kaloleni Constituency (AGPO-WOMEN ONLY)  Tuesday 13th March, 2018,CDF Office Kaloleni, at 9:00 am

Tuesday 20th March, 2018 at 10:30 am.  

Download
Notice
 KeRRA/011/KLF/39/36/2017-2018  C101: Ribe – Mwakirunge – Kiembeni (Maereni – Kinunguna) (5+000 – 10+000)

Rabai Constituency (AGPO-PERSONS WITH DISABILITY ONLY)

 Tuesday 13th March, 2018,CDF Office Kaloleni, at 9:00 am  Tuesday 20th March, 2018 at 10:30 am. Download
Notice
 KeRRA/011/KLF/39/37/2017-2018

C231: Mariakani – Vitengeni – Kibaoni (Vitengeni – Shagweni) (10+000 – 20+000)

 Ganze Constituency (Open to Pre-qualified contractors)  Wednesday 14th March, 2018, KeRRA Kilifi Office, at 9:00am  Tuesday 20th  March, 2018 at 10:30 am.  Download
Notice

KeRRA/011/KLF/39/38/2017-2018

C232: Sabaki – Baricho - Langombaya (JCT: E951 – Baolala) (73+000 – 77+000)

Malindi Constituency (AGPO-YOUTH ONLY)

Thursday 15th March, 2018,KeRRA Malindi Roads Office, at 9:00am

Tuesday 20th March, 2018 at 10:30 am. 

Download
Notice

KeRRA/011/KLF/39/39/2017-2018

C233: Mambrui – Baricho (Garashi – Gandini) (33+000 – 43+000)

 Magarini Constituency (Open to Pre-qualified contractors)

Thursday 15th March, 2018,KeRRA Malindi Roads Office, at 9:00 am

Tuesday 20th March, 2018 at 10:30 am.

Download
Notice

 

The Following must be submitted together with the tender for bids under Open and Special Groups tender cluster category:-

  • Certified Copy of Certificate of incorporation.
  • Certified Copy of Registration with National Construction Authority in Category ‘’8’’ and above.
  • Copy of valid Tax Compliance Certificate. Copy of VAT and PIN Certificate.
  • Current Six months bank statement.
  • Proof of having undertaken works of similar nature in the past 2 years, completion certificate must be attached.
  • Dully filled and signed anti-fraud and anticorruption form.
  • Dully filled and signed environmental and social commitment form. Current workload.
  • Schedule of the key personnel, minimum of Diploma in Civil Engineering for the persons to be engaged in undertaking the works.
  • Proof of ownership of equipment or a valid and executed lease agreement for the equipments listed in the document.
  • Copy of Certificate of Registration in the special group issued by the National Treasury for those applying for the AGPO tenders.
  • Copy of the recent CR12 form for 12-months(AGPO Group). Dully signed pre-tender site visit certificate.
  • Sequential serialization of the tender document attachments.
  • Certified, signed and properly filled written power of attorney form. Properly filled confidential business questionnaire.
  • Properly filled and signed form of tender.

Eligible pre-qualified Road Contractors and those bidding under the AGPO group for each of the Constituencies in the Region may obtain further information from the Regional Procurement Office, situated at the KeRRA Regional Office, along the Kibaoni – Prison Road in Kilifi during normal working hours of 8:00 am – 5:00 pm, as from Monday 5th March, 2018.

A complete set of tender documents may be obtained/downloadedFree of Charge by visiting the KeRRA website www.kerra.go.ke. Contractors must carry their tender documents during the Mandatory Pre-tender site visit for certification and should arrange for their own transportation during the pre-tender site visits. Evaluation of the Tenders shall be based on the Evaluation Criteria Stated in the Tender Document and the advertisement notice. Completed tender documents are to be enclosed in plain sealed envelopes, clearly marked with the tender number, project name and Constituency, and should be deposited in the Tender Box situated at KeRRA Regional Offices, in Kilifi or be addressed to:

 

The Regional Manager,

KeRRA - Kilifi Region

P.O. Box 27 – 80108,

KILIFI, KENYA.

So as to be received on or before the date and time indicated for each of the tender indicated above. Late submissions will not be accepted. Tenders will be opened immediately thereafter, in the respective date, in the presence of the Tenderers or their representatives who choose to attend at the KeRRA-Kilifi Office, in Kilifi.

Mr.Gilbert Kimaiyo

REGIONAL PROCUREMENT OFFICER

For: REGIONAL MANAGER

KILIFI REGION - 22% & 10% RMLF FY 2021/2022

TENDER ADVERT

INVITATION TO TENDER                           22nd October, 2021

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 interested bidders/eligible Contractors Prequalified in respective Constituencies in Kilifi Region and AGPO eligible firms for the Financial Year 2021/2022.

KILIFI NORTH CONSTITUENCY

S/No.

Tender Number/Download

Funding

Tender Description

Eligibility Group

1

KeRRA/008/KLF/39/001/2021-2022

22% RMLF

U_L5_MLD : Gede Forest-Dabaso -Turtle Bay Rd

Women

2

KeRRA/008/KLF/39/002/2021-2022

22% RMLF

UG31357: Dera - Mdzongoloni - Kona Mbaya Rd

Open

3

KeRRA/008/KLF/39/003/2021-2022

22% RMLF

UG31365: Kwa Kimanje -Kwa Kazuri Road

Youth

4

KeRRA/008/KLF/39/004/2021-2022

22% RMLF

UR KN1: Jimba Gede Stage - Jacranda Road

Open

5

KeRRA/008/KLF/39/005/2021-2022

22% RMLF

C231: Dida – Dzunguni - Kakanjuni Road

PWD

6

KeRRA/008/KLF/39/042/2021-2022

10% RMLF

G31220: Mwangea - Dida Road

Open

7

KeRRA/008/KLF/39/043/2021-2022

10% RMLF

E3103: Majajani - Ngamani Road

Open

KILIFI SOUTH CONSTITUENCY

8

KeRRA/008/KLF/39/006/2021-2022

22% RMLF

G31279: Kijipwa – Mapawa – Gongoni Road

Open

9

KeRRA/008/KLF/39/007/2021-2022

22% RMLF

F3024: Ngombeni – Bundacho Road

PWD

10

KeRRA/008/KLF/39/008/2021-2022

22% RMLF

G31248: Mtepeni Pri- Matandale - Bomani Road

Open

11

KeRRA/008/KLF/39/009/2021-2022

22% RMLF

G31260: Mwanawinji - Tunzanane Road

Open

12

KeRRA/008/KLF/39/010/2021-2022

22% RMLF

UR KS1: Mtomondoni Pri - Kalri Road

Youth

13

KeRRA/008/KLF/39/011/2021-2022

22% RMLF

F3026: Mwarakaya - Kizingo Road

Women

14

KeRRA/008/KLF/39/044/2021-2022

10% RMLF

G31286: Lutsangani Sec- Pingilikano pri. Road

Open

15

KeRRA/008/KLF/39/045/2021-2022

10% RMLF

C238: Kidutani - Ngombeni Road

Open

16

KeRRA/008/KLF/39/046/2021-2022

10% RMLF

C234: Vipingo Ridge –Ngombeni- Matangoni Road

Open

KALOLENI CONSTITUENCY

17

KeRRA/008/KLF/39/012/2021-2022

22% RMLF

E3106: Kaloleni – Nyalani – Tsunguni Road

Open

18

KeRRA/008/KLF/39/013/2021-2022

22% RMLF

E3106: Tsunguni-Tsagwa Road

Youth

19

KeRRA/008/KLF/39/014/2021-2022

22% RMLF

F3026: Kizingo – Madaba Road

Open

20

KeRRA/008/KLF/39/015/2021-2022

22% RMLF

D1049: Chanagande – Mtsengo Road

Women

21

KeRRA/008/KLF/39/016/2021-2022

22% RMLF

UR KL1: Klean Ngala - Makomboani- Msonobarini

Open

22

KeRRA/008/KLF/39/017/2021-2022

22% RMLF

UR KL2: Mwanamwinga – Kabathini Road

PWD

23

KeRRA/008/KLF/39/047/2021-2022

10% RMLF

E3087: Mnyenzeni – Gotani Road

Open

24

KeRRA/008/KLF/39/048/2021-2022

10% RMLF

D1050: Mtulu-Ikanga – Mnyenzeni Road

Open

RABAI  CONSTITUENCY

25

KeRRA/008/KLF/39/018/2021-2022

22% RMLF

G31234: Bengo – Shikaadabu – Ganga Road

Open

26

KeRRA/008/KLF/39/019/2021-2022

22% RMLF

F3028: Kwa Juaje- Bedida – Chiferi Road

Open

27

KeRRA/008/KLF/39/020/2021-2022

22% RMLF

UR RB3: Bondora – Mleji Road

Open

28

KeRRA/008/KLF/39/021/2021-2022

22% RMLF

URF RB 01: Makobeni- Chauringo Road

PWD

29

KeRRA/008/KLF/39/022/2021-2022

22% RMLF

UR RB4: Rabai Power-Peleleza-Uwanja Wa Ndege

Open

30

KeRRA/008/KLF/39/023/2021-2022

22% RMLF

UR RB5: Kwa Hamisi Mtoro - Mgandini- Kibaoni

Youth

31

KeRRA/008/KLF/39/049/2021-2022

10% RMLF

D1043: Kibao Kiche-Jimba Road

Women

32

KeRRA/008/KLF/39/050/2021-2022

10% RMLF

D1043: Jimba-Rabai Power Road

Open

GANZE CONSTITUENCY

33

KeRRA/008/KLF/39/024/2021-2022

22% RMLF

C231: Bamba-Katendewa Road

Open

34

KeRRA/008/KLF/39/025/2021-2022

22% RMLF

C231: Katendewa-Shangweni Road

Youth

35

KeRRA/008/KLF/39/026/2021-2022

22% RMLF

C231: Shangweni-Vitengeni Road

Open

36

KeRRA/008/KLF/39/027/2021-2022

22% RMLF

D1041: Matanomane-Malanga-Yembe Road

Women

37

KeRRA/008/KLF/39/028/2021-2022

22% RMLF

D1041: Matanomane-Bale-Silala Road

Open

38

KeRRA/008/KLF/39/029/2021-2022

22% RMLF

D1041: Magogoni-Silala Road

PWD

39

KeRRA/008/KLF/39/051/2021-2022

10% RMLF

G31220: Ngamani-Mwangea Road

Open

40

KeRRA/008/KLF/39/052/2021-2022

10% RMLF

C231: Vitengeni-Kidungwa-Dida Road

Open

MALINDI CONSTITUENCY

41

KeRRA/008/KLF/39/030/2021-2022

22% RMLF

UR MLD1: Gandini-Marikano Road

Open

42

KeRRA/008/KLF/39/031/2021-2022

22% RMLF

UR MLD1: Marikano-Langombaya Road

Open

43

KeRRA/008/KLF/39/032/2021-2022

22% RMLF

U_L8 MLD: Kakuyuni-Sokoke Pri. Sch-Bagua

Women

44

KeRRA/008/KLF/39/033/2021-2022

22% RMLF

U_L8 MLD : Bagua-Mkao Moto-Kwa Budu Road

PWD

45

KeRRA/008/KLF/39/034/2021-2022

22% RMLF

U_P15 MLD : Takaye-Mayungu Road

Open

46

KeRRA/008/KLF/39/035/2021-2022

22% RMLF

U_P20 MLD : Kasimbiji-Furunzi Mld Airport Rd

Open

47

KeRRA/008/KLF/39/053/2021-2022

10% RMLF

D1041: Baolala-Kabiranduni Road

Youth

48

KeRRA/008/KLF/39/054/2021-2022

10% RMLF

D1045: Girimacha-Forest-Ngamani Road

Open

MAGARINI CONSTITUENCY

49

KeRRA/008/KLF/39/036/2021-2022

22% RMLF

E3118: Findisha-Ramada-Adu Road

Youth

50

KeRRA/008/KLF/39/037/2021-2022

22% RMLF

F3030: Ramada-Kaoyeni Pri. Sch Road

Open

51

KeRRA/008/KLF/39/038/2021-2022

22% RMLF

D1040: Gis-Warera Road

Open

52

KeRRA/008/KLF/39/039/2021-2022

22% RMLF

D1042: Marafa-Makumba Road

Women

53

KeRRA/008/KLF/39/040/2021-2022

22% RMLF

D1040: Baricho-Matorani Road

PWD

54

KeRRA/008/KLF/39/041/2021-2022

22% RMLF

G31631: Kwa Mbani-Kitayo Pri. Sch Road

Open

55

KeRRA/008/KLF/39/055/2021-2022

10% RMLF

C233: Baricho-Bungale Road

Open

56

KeRRA/008/KLF/39/056/2021-2022

10% RMLF

C233: Dhololo-Karimboni-Makumba Road

Open

57

KeRRA/008/KLF/39/057/2021-2022

10% RMLF

C233: Makumba-Pumwani  Road

Open

                                  QUALIFICATIONS FOR TENDERING

 

MANDATORY REQUIREMENTS

The following must be submitted together with the Tender among those in the Instructions to Tenderers in the tender document:

  • Certified Certificate of Incorporation certified
  • Certified Copies of PIN and VAT Registration Certificates
  • Copy of Valid Tax Compliance Certificate (Will be verified on the KRA TCC Checker)
  • Valid National Construction Authority Certificate and the Annual Contractors Practicing License from National Construction Authority (NCA) in category 6, 7 or 8.
  • All pages of Bids Submitted (tender document) must be MACHINE SERIALIZED sequentially as (1,2,3,4….on all pages)
  • Certified valid single business permit issued within the last 12 Months
  • Proof of Bank Account and Bank statement in the name of the firm for at least Three (3) Months from the date of this
  • Authority to seek reference from Contractors’ bankers
  • Letter from the Bank showing signatories to the account
  • Certified Copy of recent CR12 Form-(12Months) from registrar of companies
  • Certified copies of IDs/Passport for all
  • Written Power of Attorney (confirmation of authorization to sign on behalf of the Tenderer)
  • Current sworn-in Affidavit (within the last three months)
  • Brief Work Methodology relevant to the specific work and work program
  • Valid copy of certificate of registration for Youth, Women & Persons with Disability where applicable
  • For PWD Tenders attach certified copy of proof of registration with NCPWD

OTHER REQUIREMENTS

 

  1. At least two (2) major items of construction equipment owned or leased; Attach Certified copies of Log books or provide certified copies of valid and active Lease Agreements supported by certified copies of Lessor’s log books respectively.
  2. Similar previous experience (Provide Letters of Award and Completion Certificates)

 (Not applicable to special group category)

  • Professional and Technical Personnel (provide CVs and academic certificates for the employees)
  1. Turnover and liquid Assets Supported by Audited Accounts for the previous three (3) years

(Not applicable to special group category)

  1. Prices quoted must remain valid for 140 days from the date of opening
  2. Errors in the pricing of the Bills of Quantities will not be corrected. Bidders with such errors will be disqualified.

NOTE:

  1. All certification of documents shall be original and executed by Commissioner for Oaths or Notaries
  2. Certificates / Licenses shall be verified from or with the Issuing Authorities or Agencies
  3. To enhance EQUITY each bidder is eligible for award of only ONE (1) contract.
  4. Contractors with on-going works will not be eligible for award of these contracts
  5. Tenderer either individually or as a JV member shall not participate in more than one Tender.
  6. Prices quoted must remain valid for 140 days from the date of opening
  7. Errors in the pricing of the Bills of Quantities will not be corrected. Bidders with such errors will be disqualified.
  8. In Line with MOH Protocols on COVID-19 the pretender site visit shall not be mandatory however the bidders who wish to visit to respective site can organize with the office during normal working days at their own cost.

 

All interested bidders are advised to download tender documents from the Authority’s website; www.kerra.go.ke  free of charge with effect from Monday 25th October, 2021 and to continually check for any tender addendums or clarifications that may arise before the submission date.

Duly completed tender documents in plain sealed envelopes marked with Tender Number, Road Name and Constituency should be deposited in the respective Tender Box and be addressed to;

The Regional Director,

Kenya Rural Roads Authority

Kilifi Region

P.O. Box 27 - 80108

KILIFI

 So as to be received on or before Tuesday 9th November 2021 at 10:00 am. Bids submitted after this prescribed time shall be rejected.

 

  Eng. T. K. Kendagor

 REGIONAL DIRECTOR- KILIFI  REGION


KILIFI REGION - 22% RMLF SAVINGS FY 2020-2021

Tender Notice

INVITATION TO TENDER                                  24th November, 2021

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 interested Road works Contractors registered in Kilifi Region and those in the special group category (Youth, Women and PWD) to bid for Roadworks funded under 22%  RMLF Savings of Savings-

2020-2021 FY.

 

Tender Number

Constituency

Link

Road Name

Category

1

KeRRA/011/KLF/39/061/2020-2021

Ganze

C231

Kidungwa-Dida

Youth

2

KeRRA/011/KLF/39/062/2020-2021

Kilifi South

G31265

Dida- Dzunguni

PWD

3

KeRRA/011/KLF/39/063/2020-2021

Kilifi North

UR KS1

Mtomondoni Primary-Kalri

Youth

4

KeRRA/011/KLF/39/064/2020-2021

Rabai

C101

Chauringo- Mtsanjeni

PWD

5

KeRRA/011/KLF/39/065/2020-2021

Rabai

C238

Bondora- Maereni

Women

6

KeRRA/011/KLF/39/066/2020-2021

Kaloleni

C236

Kwademu-Solace Education Center

Women

7

KeRRA/011/KLF/39/067/2020-2021

Magarini

C233

Gandinii- Baricho

Youth

8

KeRRA/011/KLF/39/068/2020-2021

Malindi

D1041

Viriko- Kibaranduni

Women

QUALIFICATIONS FOR TENDERING

 MANDATORY REQUIREMENTS

The following must be submitted together with the Tender among those in the Instructions to Tenderers in the tender document:

  • Certified Certificate of Incorporation certified
  • Certified Copies of PIN and VAT Registration Certificates
  • Copy of Valid Tax Compliance Certificate (Will be verified on the KRA TCC Checker)
  • Valid National Construction Authority Certificate and the Annual Contractors Practicing License from National Construction Authority (NCA) in category 7 and 8.
  • All pages of Bids Submitted (tender document) must be MACHINE SERIALIZED sequentially as (1,2,3,4….on all pages)
  • Certified valid single business permit issued within the last 12 Months
  • Proof of Contractors Bank Account
  • Certified Copy of recent CR12 Form-(12Months) from registrar of companies
  • Certified copies of IDs/Passport for all
  • Written Power of Attorney (confirmation of authorization to sign on behalf of the Tenderer)
  • Current sworn-in Affidavit (within the last three months)
  • Brief Work Methodology relevant to the specific work and work program
  • Valid copy of certificate of registration for Youth, Women & Persons with Disability where applicable
  • For PWD Tenders attach certified copy of proof of registration with NCPWD

OTHER REQUIREMENTS

 

  1. At least two (2) major items of construction equipment owned or leased; Attach Certified copies of Log books or provide certified copies of valid and active Lease Agreements supported by certified copies of Lessor’s log books respectively.
  2. Professional and Technical Personnel (provide CVs and academic certificates for the employees)
  3. Prices quoted must remain valid for 140 days from the date of opening
  4. Errors in the pricing of the Bills of Quantities will not be corrected. Bidders with such errors will be disqualified.

NOTE:

  1. All certification of documents shall be original and executed by Commissioner for Oaths or Notaries
  2. Certificates / Licenses shall be verified from or with the Issuing Authorities or Agencies
  3. To enhance EQUITY each bidder is eligible for award of only ONE (1) contract.
  4. Contractors with on-going works will not be eligible for award of these contracts
  5. Tenderer either individually or as a JV member shall not participate in the same tender.
  6. In Line with MOH Protocols on COVID-19 the pretender site visit shall not be mandatory however the bidders who wish to visit to respective site can organize with the office during normal working days at their own cost.

All interested bidders are advised to download tender documents from the Authority’s website; www.kerra.go.ke  free of charge from 1st December 2021 and to continually check for any tender addendums or clarifications that may arise before the submission date.

Duly completed tender documents in plain sealed envelopes marked with Tender Number,Road Name and Constituency should be deposited in the respective Tender Box and be addressed to;

The Regional Director,

Kenya Rural Roads Authority

 Kilifi Region

P.O. Box 27 - 80108

KILIFI

 So as to be received on or before Tuesday 7th December 2021 at 10:00 am. Bids submitted after this prescribed time shall be rejected.

       Eng. T. K. Kendagor

       REGIONAL DIRECTOR  - KILIFI REGION


KILIFI REGION - GOK FUNDS FY 2020/2021

Advert

INVITATION TO TENDER                                  9th March, 2022

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 interested bidders/eligible Contractors in the special group women category to bid for Roadworks.

 

Tender Number

Constituency

Link

Road Name

Category

1

KeRRA/08/KLF/39/GOK/097/2020-2021

Ganze

D1043

Access Roads to Bamba Sub-County Hospital

Women

 QUALIFICATIONS FOR TENDERING

 MANDATORY REQUIREMENTS

The following must be submitted together with the Tender among those in the Instructions to Tenderers in the tender document:

  • Certified Certificate of Incorporation
  • Certified Copies of PIN and VAT Registration Certificates
  • Copy of Valid Tax Compliance Certificate (Will be verified on the KRA TCC Checker)
  • All pages of Bids Submitted (tender document) must be MACHINE SERIALIZED sequentially as (1,2,3,4….on all pages)
  • Certified valid single business permit issued within the last 12 Months
  • Proof of Contractors Bank Account
  • Certified Copy of recent CR12 Form-(12Months) from registrar of companies
  • Certified copies of IDs/Passport for all
  • Written Power of Attorney (confirmation of authorization to sign on behalf of the Tenderer)
  • Current sworn-in Affidavit (within the last three months)
  • Brief Work Methodology relevant to the specific work and work program
  • Valid copy of special group Women registration certificate

OTHER REQUIREMENTS

  1. Professional and Technical Personnel (provide CVs and academic certificates for the employees)
  2. Prices quoted must remain valid for 140 days from the date of opening
  • Errors in the pricing of the Bills of Quantities will not be corrected. Bidders with such errors will be disqualified.

NOTE:

  1. All certification of documents shall be original and executed by Commissioner for Oaths or Notaries
  2. Certificates / Licenses shall be verified from or with the Issuing Authorities or Agencies
  3. To enhance EQUITY each bidder is eligible for award of only ONE (1) contract.
  4. In Line with MOH Protocols on COVID-19 the pretender site visit shall not be mandatory however the bidders who wish to visit to respective site can organize with the office during normal working days at their own cost.

All interested bidders are advised to download tender documents from the Authority’s website; www.kerra.go.ke  free of charge from 16th March 2022 and to continually check for any tender addendums or clarifications that may arise before the submission date.

Duly completed tender documents in plain sealed envelopes marked with Tender Number, Road Name and Constituency should be deposited in the respective Tender Box and be addressed to;

The Regional Director

Kenya Rural Roads Authority

 Kilifi Region

P.O. Box 27 - 80108

 KILIFI

 So as to be received on or before Wednesday 23rd March 2022 at 11:00 am. Bids submitted after this prescribed time shall be rejected.

    Eng. T. K. Kendagor

   REGIONAL DIRECTOR  - KILIFI REGION


KILIFI REGION - JANUARY 2019

TENDER NOTICE- DOWNLOAD HERE

 

Kilifi Region, under the 10% RMLF contracts for the under listed roadworks projects.

TENDER

NUMBER.

PROJECT NAME

(Road No. and Name)

Constituency and

Eligible  Firms

Category

Mandatory pre-Tender

Site Visit: Date,Venue& Time

Tender

Closing/Opening Date and Time

Document

KeRRA/011/KLF/39

/32/2018-2019

C235: Dzitsoni-Jaribuni

Ganze Constituency

(AGPO-YOUTH ONLY)

Monday 28th January,

2019,KeRRA Kilifi

Office, at 9:00 am

Thursday7thFebruary,20

19 at 10:30 am.Venue:KeRRAKilifi Region

Download

KeRRA/011/KLF/39

/33/2018-2019

C235: Kasava – Tezo

Kilifi North

Constituency

(AGPO-PERSONS WITH DISABILITY ONLY)

Monday 28th January,

2019,KeRRA Kilifi

Office, at 9:00 am

Thursday 7th

February,2019 at 10:30 am.Venue:KeRRAKilifi Region

Download

KeRRA/011/KLF/39

/34/2018-2019

C235: Magogoni –

Kasava

Kilifi North

Constituency

(Open to Pre-qualified contractors)

Monday 28th January,

2019,KeRRA Kilifi

Office, at 9:00 am

Thursday 7th

February,2019 at 10:30 am.Venue:KeRRAKilifi Region

Download

KeRRA/011/KLF/39

/35/2018-2019

C238:Jibana-Kidutani

Kilifi South

Constituency

(Open to Pre-qualified contractors)

Monday 28th January,

2019,KeRRA Kilifi

Office, at 9:00 am

Thursday 7th

February,2019 at 10:30 am.Venue:KeRRAKilifi Region

Download

KeRRA/011/KLF/39

/36/2018-2019

C238: Kidutani –

Ngombeni

Kilifi South

Constituency

(WOMEN ONLY)

Monday 28th January,

2019,KeRRA Kilifi

Office, at 9:00 am

Thursday 7th

February,2019 at 10:30 am.Venue:KeRRAKilifi Region

Download

KeRRA/011/KLF/39

/37/2018-2019

C202:Guruguru-Mnago

WaDola

Kaloleni Constituency

(Open to Pre-qualified contractors)

Tuesday 29th January,

2019,Kaloleni CDF Office, at 9:00 am

Thursday 7th

February,2019 at 10:30 am.Venue:KeRRAKilifi Region

Download

KeRRA/011/KLF/39

/38/2018-2019

C202:Guruguru- Ndatani

Kaloleni Constituency

(AGPO-YOUTH ONLY)

Tuesday 29th January,

2019,Kaloleni CDF Office, at 9:00 am

Thursday 7th

February,2019 at 10:30 am.Venue:KeRRAKilifi Region

Download

KeRRA/011/KLF/39

/39/2018-2019

C101: Kinunguna- Mitsajeni

Rabai Constituency

(AGPO-PERSONS WITH DISABILITY ONLY)

Tuesday 29th January,

2019,Kaloleni CDF Office, at 9:00 am

Thursday 7th February,2019 at 10:30 am.Venue:KeRRAKilifi Region

Download

KeRRA/011/KLF/39

/40/2018-2019

C101:Pangani Primary

School-Jibana

Rabai Constituency

(Open to Pre-qualified contractors)

Tuesday 29th January,

2019,Kaloleni CDF Office, at 9:00 am

Thursday 7th

February,2019 at 10:30 am.Venue:KeRRAKilifi Region

Download

KeRRA/011/KLF/39

/41/2018-2019

D1041: Baolala- Kibaranduni-Malanga

Malindi Constituency

(Open to Pre-qualified contractors)

Wednesday 30thJanuary,

2019, Venue: KeRRAMalindi Roads Office, at 9:00 am

Thursday 7th

February,2019 at 10:30 am.Venue:KeRRAKilifi Region

Download

KeRRA/011/KLF/39

/42/2018-2019

E3113: Langobaya-LB Maitha School- Pishimwenga JCT B54

Malindi Constituency

(Open to Pre-qualified contractors)

Wednesday 30thJanuary,

2019, Venue: KeRRAMalindi Roads Office, at 9:00 am

Thursday 7th

February,2019 at

10:30 am.Venue:KeRRAKilif i Region

Download

KeRRA/011/KLF/39

/43/2018-2019

C233:Baricho-Garashi

Magarini Constituency

(AGPO YOUTH ONLY)

Wednesday 30thJanuary,

2019, Venue: KeRRAMalindi Roads Office, at 9:00 am

Thursday 7th

February,2019 at 10:30 am.Venue:KeRRAKilifi Region

Download

KeRRA/011/KLF/39

/44/2018-2019

C233: Garashi-Bate

Kaya

Magarini Constituency

(AGPO WOMEN ONLY)

Wednesday 30thJanuary,

2019, Venue: KeRRAMalindi Roads Office, at 9:00 am

Thursday 7th

February,2019 at 10:30 am.Venue:KeRRAKilifi Region

Download

KILIFI REGION - JULY 2018

Addendum No.1: Download here!

INVITATION TO TENDER NOTICE - Download here!

TENDER NUMBER.

PROJECT NAME (Road No. and Name)

Constituency and Eligible   Firms Category

Mandatory pre-Tender Site Visit:

Date,Venue& Time

Tender Closing/Opening Date and Time

Document

KeRRA/011/KLF/39/51/2017-2018

Kibaoni-Kakanjuni-Sokoke (C231:   A7: Kibaoni-Kakanjuni)

Kilifi North Constituency

 

(AGPO-PWD ONLY)

Tuesday 10th July, 2018,KeRRA Kilifi Office, at 9:30 am

Tuesday 24th July, 2018 at 10:30 am.

Download

KeRRA/011/KLF/39/52/2017-2018

Mitangoni-Mtwapa (C234: Mtwapa-Bomani)

Kilifi South Constituency

 

(Open to Pre-qualified contractors)

Tuesday 10th July, 2018,KeRRA Kilifi Office, at 9:30 am

Tuesday 24th July, 2018 at 10:30 am

Download

KeRRA/011/KLF/39/53/2017-2018

C236: Nzovuni-Kizurini (Nguluweni-Mihingoni)

Kaloleni Constituency

 

(AGPO-YOUTH ONLY)

Wednesday 11th July, 2018,KeRRA Kaloleni CDF Office, Kaloleni, at 9:30 am

Tuesday 24th July, 2018 at 10:30 am

Download

KeRRA/011/KLF/39/54/2017-2018

C238: Bondora-Tsagwa (Maereni-Pangani)

Rabai Constituency

 

(Open to Pre-qualified contractors)

Wednesday 11th July, 2018,KeRRA Kaloleni CDF Office, Kaloleni, at 9:30 am

Tuesday 24th July, 2018 at 10:30 am

Download

KeRRA/011/KLF/39/55/2017-2018

Bamba-Ganze-Magogoni (C237:Bamba-Petanguo)

Ganze Constituency

 

(Open to Pre-qualified contractors)

Friday 13th July, 2018,KeRRA, Kilifi Office, at 9:30 am

Tuesday 24th July, 2018 at 10:30 am

Download

KeRRA/011/KLF/39/56/2017-2018

Baricho-Marafa-Kagombani (C232: Baolala-Malanga)

Malindi Constituency

 

(Open to Pre-qualified contractors)

Monday 16th July, 2018,KeRRA, Roads Malindi  Office, Malindi, at 9:30 am

Tuesday 24th July, 2018 at 10:30 am

Download

KeRRA/011/KLF/39/57/2017-2018

Baricho-Garashi-Majengo (C233: Mambrui-Marekebuni)

Magarini Constituency

 

(AGPO-WOMEN ONLY)

Monday 16th July, 2018,KeRRA, Roads Malindi  Office, Malindi, at 9:30 am

Tuesday 24th July, 2018 at 10:30 am

Download

KILIFI REGION - OCTOBER 2018

KILIFI REGIONAL OFFICE

P.O BOX 27-80108 KILIFI, Email: This email address is being protected from spambots. You need JavaScript enabled to view it., Website:  www.kerra.go.ke

KIBAONI – PRISON ROAD

 

Thursday, 1st November, 2018

 

NOTICE TO ALL PRE-QUALIFIED ROADWORKS CONTRACTORS IN KILIFI REGION AND AGPO ELIGIBLE FIRMS, FOR KILIFI REGION PROJECTS

 

INVITATION TO TENDER NOTICE - Download here!

The Kenya Rural Roads  Authority hereby invites sealed bids from KeRRA – Kilifi Region, Pre-qualified Contractors  and under Special group of Youth,Women& Persons Living with Disability( Under the AGPO Program), in the Financial Year 2018/2019 for maintenance of roadworks in Kilifi Region, under 22% RMLF contracts for the under listed roadworks projects.

TENDER NUMBER.

PROJECT NAME (Road No. and Name)

Constituency and Eligible   Firms Category

Mandatory pre-Tender Site Visit:

Date,Venue& Time

Tender Closing/Opening Date and Time

Documents

KeRRA/011/KLF/39/01/2018-2019

C231: Dzunguni-Kakanjuni

Kilifi North Constituency

 

(AGPO-PERSONS WITH DISABILITY ONLY)

Monday 5th November, 2018,KeRRA Kilifi Office,Kilifi, at 9:00 am

Thursday 15th November, 2018 at 10:30 am.

Download

KeRRA/011/KLF/39/02/2018-2019

C231: Kakanjuni-Kibaoni Kilifi

Kilifi North Constituency

 

(Open to Pre-qualified contractors)

Monday 5th November, 2018,KeRRA Kilifi Office,Kilifi, at 9:00 am

Thursday 15th November, 2018 at 10:30 am.

Download

KeRRA/011/KLF/39/03/2018-2019

C231: Dida-Mrima Wa Dzovu

Kilifi North Constituency

 

(Open to Pre-qualified contractors)

Monday 5th November, 2018,KeRRA Kilifi Office,Kilifi, at 9:00 am

Thursday 15th November, 2018 at 10:30 am.

Download

KeRRA/011/KLF/39/04/2018-2019

C231: Mrima Wa Dzovu-Dzunguni

Kilifi North Constituency

 

(Open to Pre-qualified contractors)

Monday 5th November, 2018,KeRRA Kilifi Office,Kilifi, at 9:00 am

Thursday 15th November, 2018 at 10:30 am.

Download

KeRRA/011/KLF/39/5/2018-2019

C234: Bomani-Vipingo Ridge

Kilifi South Constituency

 

(Open to Pre-qualified contractors)

Monday 5th November, 2018,KeRRA Kilifi Office,Kilifi, at 9:00 am

Thursday 15th November, 2018 at 10:30 am.

Download

KeRRA/011/KLF/39/6/2018-2019

C234: Mtwapa-Bomani (A)

Kilifi South Constituency

 

(Open to Pre-qualified contractors)

Monday 5th November, 2018,KeRRA Kilifi Office,Kilifi, at 9:00 am

Thursday 15th November, 2018 at 10:30 am.

Download

KeRRA/011/KLF/39/7/2018-2019

C234: Mtwapa-Bomani (B)

Kilifi South Constituency

(AGPO-YOUTH ONLY)

Monday 5th November, 2018,KeRRA Kilifi Office,Kilifi, at 9:00 am

Thursday 15th November, 2018 at 10:30 am.

Download

KeRRA/011/KLF/39/8/2018-2019

C234: Ngombeni-Mitangoni

Kilifi South Constituency

 

(Open to Pre-qualified contractors)

Monday 5th November, 2018,KeRRA Kilifi Office,Kilifi, at 9:00 am

Thursday 15th November, 2018 at 10:30 am.

Download

KeRRA/011/KLF/39/9/2018-2019

C234: Vipingo Ridge-Ngombeni

Kilifi South Constituency

(Open to Pre-qualified contractors)

Monday 5th November, 2018,KeRRA Kilifi Office,Kilifi, at 9:00 am

Thursday 15th November, 2018 at 10:30 am.

Download

KeRRA/011/KLF/39/10/2018-2019

C236: Kizurini-Mihingoni

Kaloleni  Constituency

 

(AGPO-WOMEN ONLY)

Tuesday 6th November, 2018,Kaloleni CDF Office,Kaloleni, at 9:00 am

Thursday 15th November, 2018 at 10:30 am.

Download

KeRRA/011/KLF/39/11/2018-2019

C236:  Kwademu – Nzovuni River

Kaloleni Constituency

 

(Open to Pre-qualified contractors)

Tuesday 6th November, 2018,Kaloleni CDF Office,Kaloleni, at 9:00 am

Thursday 15th November, 2018 at 10:30 am.

Download

KeRRA/011/KLF/39/12/2018-2019

C236:Mihingoni – Nguluweni

Kaloleni Constituency

 

(Open to Pre-qualified contractors)

Tuesday 6th November, 2018,Kaloleni CDF Office,Kaloleni, at 9:00 am

Thursday 15th November, 2018 at 10:30 am.

Download

KeRRA/011/KLF/39/13/2018-2019

C236: Nguluweni – Kwademu

Kaloleni Constituency

 

(Open to Pre-qualified contractors)

Tuesday 6th November, 2018,Kaloleni CDF Office,Kaloleni, at 9:00 am

Thursday 15th November, 2018 at 10:30 am.

Download

KeRRA/011/KLF/39/14/2018-2019

C101: Kinunguna-Mitsajeni

Rabai  Constituency

 

(Open to Pre-qualified contractors)

Tuesday 6th November, 2018,Kaloleni CDF Office,Kaloleni, at 9:00 am

Thursday 15th November, 2018 at 10:30 am.

Download

KeRRA/011/KLF/39/15/2018-2019

C101:Mleji-Kinunguna

Rabai Constituency

 

(Open to Pre-qualified contractors)

Tuesday 6th November, 2018,Kaloleni CDF Office,Kaloleni, at 9:00 am

Thursday 15th November, 2018 at 10:30 am.

Download

KeRRA/011/KLF/39/16/2018-2019

C238: Bondora - Maereni

Rabai Constituency

 

(AGPO-PERSONS LIVING WITH DISABILITY ONLY)

Tuesday 6th November, 2018,Kaloleni CDF Office,Kaloleni, at 9:00 am

Thursday 15th November, 2018 at 10:30 am.

Download

KeRRA/011/KLF/39/17/2018-2019

C238: Maereni-Pangani Primary School

Rabai Constituency

 

(Open to Pre-qualified contractors)

Tuesday 6th November, 2018,Kaloleni CDF Office,Kaloleni, at 9:00 am

Thursday 15th November, 2018 at 10:30 am.

Download

KeRRA/011/KLF/39/18/2018-2019

C236: Nzovuni River-Mtsangamali

Ganze Constituency

 

(Open to Pre-qualified contractors)

Wednesday 7th November, 2018,KeRRA Kilifi Office, at 9:00 am

Thursday 15th November, 2018 at 10:30 am.

Download

KeRRA/011/KLF/39/19/2018-2019

C237:  Bamba-Kibaoni

Ganze Constituency

 

(Open to Pre-qualified contractors)

Wednesday 7th November, 2018,KeRRA Kilifi Office, at 9:00 am

Thursday 15th November, 2018 at 10:30 am.

Download

KeRRA/011/KLF/39/20/2018-2019

C237: Ganze-Magogoni

Ganze Constituency

 

(AGPO-PERSONS WITH DISABILITY ONLY)

Wednesday 7th November, 2018,KeRRA Kilifi Office, at 9:00 am

Thursday 15th November, 2018 at 10:30 am.

Download

KeRRA/011/KLF/39/21/2018-2019

C237: Kibaoni-Ganze

Ganze Constituency

 

(Open to Pre-qualified contractors)

Wednesday 7th November, 2018,KeRRA Kilifi Office, at 9:00 am

Thursday 15th November, 2018 at 10:30 am.

Download

KeRRA/011/KLF/39/22/2018-2019

D1045: Pishimwenga JCT:Sosobora-Girimacha Primary School

Malindi Constituency

 

(Open to Pre-qualified contractors)

Thursday 8th November, 2018,KeRRA Malindi Roads Offices in Malindi, at 9.00 am.

Thursday 15th November, 2018 at 10:30 am.

Download

KeRRA/011/KLF/39/23/2018-2019

D1051: Pishimwenga- Kibaoni

Malindi Constituency

 

(Open to Pre-qualified contractors)

Thursday 8th November, 2018,KeRRA Malindi Roads Offices in Malindi, at 9.00 am

Thursday 15th November, 2018 at 10:30 am.

Download

KeRRA/011/KLF/39/24/2018-2019

G31601: Gandini-Baolala

Malindi Constituency

 

(AGPO-YOUTH ONLY)

Thursday 8th November, 2018,KeRRA Malindi Roads Offices in Malindi, at 9.00 am

Thursday 15th November, 2018 at 10:30 am.

Download

KeRRA/011/KLF/39/25/2018-2019

L9_Malindi- Kakuyuni-Madunguni-Viragoni Chief Camp

Malindi Constituency

 

(Open to Pre-qualified contractors)

Thursday 8th November, 2018,KeRRA Malindi Roads Offices in Malindi, at 9.00 am

Thursday 15th November, 2018 at 10:30 am.

Download

KeRRA/011/KLF/39/26/2018-2019

C233: Bate Kaya-Mugumoni

Magarini Constituency

 

(Open to Pre-qualified contractors)

Friday 9th November, 2018,KeRRA Malindi Roads Offices in Malindi, at 9.00 am.

Thursday 15th November, 2018 at 10:30 am.

Download

KeRRA/011/KLF/39/27/2018-2019

C233:Garashi-Bate Kaya

Magarini Constituency

 

(Open to Pre-qualified contractors)

Friday 9th November, 2018,KeRRA Malindi Roads Offices in Malindi, at 9.00 am.

Thursday 15th November, 2018 at 10:30 am.

Download

KeRRA/011/KLF/39/28/2018-2019

C233:Karimboni-Marekebuni

Magarini Constituency

 

(AGPO-WOMEN ONLY)

Friday 9th November, 2018,KeRRA Malindi Roads Offices in Malindi, at 9.00 am.

Thursday 15th November, 2018 at 10:30 am.

Download

KeRRA/011/KLF/39/29/2018-2019

C233: Mugumoni-Karimboni

Magarini Constituency

 

(Open to Pre-qualified contractors)

Friday 9th November, 2018,KeRRA Malindi Roads Offices in Malindi, at 9.00 am.

Thursday 15th November, 2018 at 10:30 am.

Download

The Following must be submitted together with the tender for bids under Open and Special Groups tender cluster category:-

  • Certified Copy of Certificate of incorporation.
  • Certified Copy of Registration with National Construction Authority in Category ‘’8’’ and above.
  • Copy of valid Tax Compliance Certificate.
  • Copy of VAT and PIN Certificate.
  • Current Six months bank statement.
  • Proof of having undertaken works of similar nature in the past 2 years, completion certificate must be attached.
  • Dully filled and signed anti-fraud and anticorruption form.
  • Dully filled and signed environmental and social commitment form.
  • Current workload.
  • Schedule of the key personnel, minimum of Diploma in Civil Engineering for the persons to be engaged in undertaking the works.
  • Proof of ownership of equipment or a valid and executed lease agreement for the equipments listed in the document.
  • Copy of Certificate of Registration in the special group issued by the National Treasury for those applying for the AGPO tenders.
  • Copy of the recent CR12 form.
  • Dully signed pre-tender site visit certificate.
  • Sequential serialization of the tender document attachments.
  • Certified, signed and properly filled written power of attorney form.
  • Properly filled confidential business questionnaire.
  • Properly filled and signed form of tender.

Eligible pre-qualified Road Contractors and those bidding under the AGPO group for each of the Constituencies in the Region may obtain further information from the Regional Procurement Office, situated at the KeRRA Regional Office, along the Kibaoni – Prison Road in Kilifi during normal working hours of 8:00 am – 5:00 pm, as from Thursday 1st November, 2018.

A complete set of tender documents may be obtained/downloadedFree of Charge by visiting the KeRRA website www.kerra.go.ke.

Contractors must carry their tender documents during the Mandatory Pre-tender site visit for certification and should arrange for their own transportation during the pre-tender site visits.

Evaluation of the Tenders shall be based on the Evaluation Criteria Stated in the Tender Document and the advertisement notice.

                                                          

Completed tender documents are to be enclosed in plain sealed envelopes, clearly marked with the tender number,  project name and Constituency, and should be deposited in the Tender Box situated at KeRRA Regional Offices, in Kilifi or be addressed to:

The Regional Manager,

KeRRA - Kilifi Region

P.O. Box 27 – 80108,

KILIFI, KENYA.

So as to be received on or before the date and time indicated for each of the tender indicated above. Late submissions will not be accepted. Tenders will be opened immediately thereafter, in the respective date, in the presence of the Tenderers or their representatives who choose to attend at the KeRRA-Kilifi Office, in Kilifi.

Mr.Gilbert Kimaiyo

REGIONAL PROCUREMENT OFFICER

For: REGIONAL MANAGER

Kilifi Region (Click to view)

 Item TENDER NUMBERPROJECT NAME
(Road No. and Name) 
Constituency and
Eligible Firms
Category 
Mandatory PreTender
Site Visit:
Date, Venue & Time 
Click to Download Tender Closing/
Submission Dates
And Time 
 1 KeRRA/011/KLF/
39/01/2017-2018
 C233: Mambrui - Baricho .(Karimboni – Garashi Section)
(18+000 – 33+000)
Magarini Constituency
(Open to Prequalified contractors)
Tuesday 23rd January, 2018,KeRRA Malindi
Roads Offices in Malindi, at 9.00 am.
 01 -Magarini Thursday 1st
February, 2018 at 10:30 am.
 2 KeRRA/011/KLF/
39/02/2017-2018
 C233: Mambrui –Baricho.(Marekebuni-Karimboni)
(0+000–18+000)
Magarini Constituency
(Open to Prequalified contractors)
Tuesday 23rd January, 2018, KeRRA Malindi Roads Offices in Malindi, at 9.00 am.  02 -Magarini Thursday 1st
February, 2018 at 10:30 am.
 3 KeRRA/011/KLF/
39/03/2017-2018
 C232:Sabaki – Marafa -Baricho (Shakadulo – Ulaya)
(43+000 – 50+000)
Magarini Constituency
(AGPO-PERSONS WITH
DISABILITY ONLY)
Tuesday 23rd January, 2018,KeRRA Malindi
Roads Offices in Malindi, at 9.00 am.
 03 -Magarini Thursday 1st
February, 2018 at
10:30 am.
 4 KeRRA/011/KLF/
39/04/2017-2018
 C232: Sabaki – Marafa – Baricho (Sosoni – Shakadulo)
(36+000 – 43+000)
 Magarini Constituency
(Open to Prequalified contractors)
Tuesday 23rd January, 2018,KeRRA Malindi
Roads Offices in Malindi, at 9.00 am.
 04 -Magarini Thursday 1st
February, 2018 at
10:30 am.
 5 KeRRA/011/KLF/
39/05/2017-2018
 C232: Sabaki – Marafa - Baricho (Kibaranduni – Malanga)
(13+000 – 18+000)
 Malindi Constituency
(Open to Prequalified contractors)
Tuesday 23rd January, 2018,KeRRA Malindi
Roads Offices in Malindi, at 9.00 am.
 05-Malindi  Thursday 1st
February, 2018 at
10:30 am.
 7 KeRRA/011/KLF/
39/06/2017-2018
 C232: Sabaki – Marafa – Baricho (Baolala – Kibaranduni)
(8+000 – 13+000)
 Malindi Constituency
(Open to Prequalified contractors)
Tuesday 23rd January, 2018, KeRRA Malindi
Roads Offices in Malindi, at 9.00 am.
 06-Malindi Thursday 1st
February, 2018 at 10:30 am.
 8 KeRRA/011/KLF/
39/07/2017-2018
 D554: Pishimwenga Kibaoni – Viriko (Pishimwenga Kibaoni)
(5+000 – 10+000)
 Malindi Constituency
(AGPO-YOUTH ONLY)
Tuesday 23rd January, 2018,KeRRAMalindi
Roads Offices in Malindi, at 9.00 am.
 07-Malindi Thursday 1st
February, 2018 at 10:30 am.
 9 KeRRA/011/KLF/
39/08/2017-2018
 D554: Pishimwenga Kibaoni – Viriko (Makobeni – Kibaranduni)
(0+000 – 5+000)
 Malindi Constituency
(Open to Prequalified contractors)
Tuesday 23rd January, 2018,KeRRA Malindi
Roads Offices in Malindi, at 9.00 am.
 08-Malindi Thursday 1st
February, 2018 at 10:30 am.
 10 KeRRA/011/KLF/
39/09/2017-2018
 D551: Kasava – Bamba - Ganze (Silala – Ganze)
(8+500 – 17+000)
 Ganze Constituency
(Open to Prequalified contractors)
Thursday 25th January, 2018,KeRRA Kilifi
Office, at 9:00 am
 09-Ganze Thursday 1st
February, 2018 at 10:30 am.
 11 KeRRA/011/KLF/
39/10/2017-2018
 D551: Kasava – Bamba – Ganze (Kasava – Silala)
(0+000 – 8+500)
 Ganze Constituency
(Open to Prequalified contractors)
Thursday 25th January, 2018,KeRRA Kilifi
Office, at 9:00 am
 10-Ganze Thursday 1st
February, 2018 at
10:30 am.
 12 KeRRA/011/KLF/
39/11/2017-2018
 C237: Bamba – Ganze - Magogoni (Bamba – Pentanguo)
(0+000 – 10+000)
 Ganze Constituency
(AGPO-WOMEN ONLY)
Thursday 25th January, 2018,KeRRA Kilifi
Office, at 9:00 am
 11-Ganze Thursday 1st
February, 2018 at 10:30 am.
 13  KeRRA/011/KLF/
39/12/2017-2018
 C237: Bamba – Ganze - Magogoni (Pentanguo – Ganze)
(10+000 – 20+000)
 Ganze Constituency
(Open to Prequalified contractors)
Thursday 25th January, 2018,KeRRA Kilifi
Office, at 9:00 am
 12-Ganze Thursday 1st
February, 2018 at 10:30 am.
 14 KeRRA/011/KLF/
39/13/2017-2018
 C237: Bamba – Ganze - Magogoni (Ganze – Magogoni)
(20+000 – 27+500)
 Ganze Constituency
(AGPO-PERSONS WITHDISABILITY
ONLY)
Thursday 25th January, 2018,KeRRA Kilifi
Office, at 9:00 am
 13-Ganze  Thursday 1st
February, 2018 at 10:30 am.
 15 KeRRA/011/KLF/
39/14/2017-2018
 C238: Bondora – Jibana (Tsagwa – Jibana)
(9+000 – 12+000)
 Rabai Constituency
(Open to Prequalified contractors)
 Wednesday 24th January, 2018,Kaloleni
CDF Office,Kaloleni, at 9:00 am
 14-Rabai Thursday 1st
February, 2018 at 10:30 am.
 16  KeRRA/011/KLF/
39/15/2017-2018
 C238: Bondora - Jibana (Bondora - Maereni )
(0+000 – 3+000)
 Rabai Constituency
(Open to Prequalified contractors)
Wednesday 24th January, 2018,Kaloleni
CDF Office,Kaloleni, at 9:00 am
 15-Rabai Thursday 1st
February, 2018 at 10:30 am.
 17  KeRRA/011/KLF/
39/16/2017-2018
 C238: Bondora - Jibana (Pangani – Tsagwa)
(6+000 – 9+000)
 Rabai Constituency
(AGPO-PERSONS LIVING WITH
DISABILITY ONLY)
 Wednesday 24th January, 2018, Kaloleni
CDF Office,Kaloleni, at 9:00 am
 16-Rabai Thursday 1st
February, 2018 at 10:30 am.
 18 KeRRA/011/KLF/
39/17/2017-2018
 C238: Bondora - Jibana (Maereni - Pangani )
(3+000 – 6+000)
Rabai Constituency
(Open to Prequalified contractors)
 Wednesday 24th January, 2018,Kaloleni
CDF Office,Kaloleni, at 9:00 am
 17-Rabai  
 19  KeRRA/011/KLF/
39/18/2017-2018
 C236: Kwademu - Kizurini (Kwademu – Nzovuni Bridge)
(0+000 – 5+000)
 Kaloleni Constituency
(Open to Prequalified contractors)
Wednesday 24th January, 2018,Kaloleni
CDF Office,Kaloleni, at 9:00 am
 18-Kaloleni Thursday 1st
February, 2018 at 10:30 am.
 20  KeRRA/011/KLF/
39/19/2017-2018
 C236 : Kwademu - Kizurini (Kizurini – Mihingoni )
(14+000 – 18+500)
 Kaloleni Constituency
(Open to Prequalified contractors)
 Wednesday 24th January, 2018,Kaloleni
CDF Office,Kaloleni, at 9:00 am
 19-Kaloleni Thursday 1st
February, 2018 at 10:30 am.
 21  KeRRA/011/KLF/
39/20/2017-2018
 C236:Kwademu - Kizurini (Mihingoni – Nguluweni)
(9+500 – 14+000)
 Kaloleni Constituency
(AGPO-YOUTH ONLY)
 Wednesday 24th January, 2018,Kaloleni
CDF Office,Kaloleni, at 9:00 am
 20-Kaloleni  Thursday 1st
February, 2018 at 10:30 am.
 23  KeRRA/011/KLF/
39/21/2017-2018
 C236: Kwademu - Kizurini (Nguluweni – Kwademu)
(5+000 – 9+500)
 Kaloleni Constituency
(Open to Prequalified contractors)
 Wednesday 24th January, 2018,Kaloleni
CDF Office,Kaloleni, at 9:00 am
 21-Kaloleni Thursday 1st
February, 2018 at 10:30 am.
 24  KeRRA/011/KLF/
39/22/2017-2018
 C234: Mitangoni - Mtwapa (Vipingo – Ng’ombeni)
(23+000 – 32+800)
 Kilifi South
Constituency
(Open to Prequalified contractors)
 Friday 26th January, 2018,KeRRA Kilifi
Office,Kilifi, at 9:00 am
 22-Kilifi South Thursday 1st
February, 2018 at 10:30 am.
 25  KeRRA/011/KLF/
39/23/2017-2018
 C234: Mitangoni - Mtwapa (Bomani – Vipingo)
(11+200 – 23+000)
 Kilifi South Constituency
(Open to Prequalified contractors)
 Friday 26th January, 2018,KeRRA Kilifi
Office,Kilifi, at 9:00 am
 23-Kilifi South Thursday 1st
February, 2018 at 10:30 am.
 26  KeRRA/011/KLF/
39/24/2017-2018
 C234: Mitangoni - Mtwapa (Mtwapa – Bomani)
(0+000 – 11+200)
 Kilifi South Constituency
(AGPO-YOUTH ONLY)
 Friday 26th January, 2018,KeRRA Kilifi
Office,Kilifi, at 9:00 am
 24-Kilifi South Thursday 1st
February, 2018 at 10:30 am.
 27  KeRRA/011/KLF/
39/25/2017-2018
 C234: Mitangoni - Mtwapa (Ng’ombeni – Mitangoni)
(32+800 – 40+200)
 Kilifi South Constituency
(Open to Prequalified contractors)
 Friday 26th January, 2018,KeRRA Kilifi
Office,Kilifi, at 9:00 am
 25-Kilifi South Thursday 1st
February, 2018 at 10:30 am.
 28  KeRRA/011/KLF/
39/26/2017-2018
 C231: Sokoke Forest – Kakanjuni - Kibaoni (Mrima Wa NdzovuSokoke Forest Station)
(5+000 – 8+600)
 Kilifi North Constituency
(Open to Prequalified contractors)
 Friday 26th January, 2018,KeRRA Kilifi
Office,Kilifi, at 9:00 am
 26-Kilifi North  Thursday 1st
February, 2018 at 10:30 am.
 29 KeRRA/011/KLF/
39/27/2017-2018
 C231: Sokoke Forest – Kakanjuni – Kibaoni (Dida – Mrima Wa Ndzovu)
(0+000 – 5+000)
 Kilifi North Constituency
(Open to Prequalified contractors)
Friday 26th January, 2018,KeRRA Kilifi
Office,Kilifi, at 9:00 am
 27-Kilifi North Thursday 1st
February, 2018 at 10:30 am.
 30 KeRRA/011/KLF/
39/28/2017-2018
C231: Sokoke Forest – Kakanjuni - Kibaoni(Sokoke Forest - Kakanjuni)
(8+600 – 15+800)
 Kilifi North Constituency
(AGPO-WOMEN ONLY)
Friday 26th January, 2018,KeRRA Kilifi
Office,Kilifi, at 9:00 am
 28-Kilifi North Thursday 1st
February, 2018 at 10:30 am.
 31  KeRRA/011/KLF/
39/29/2017-2018
C231: Sokoke Forest – Kakanjuni - Kibaoni(Kakanjuni – Kilifi Kibaoni)
(15+800 – 25+000)
 Kilifi North Constituency
(Open to Prequalified contractors)
Friday 26th January, 2018,KeRRA Kilifi
Office,Kilifi, at 9:00 am
 29-Kilifi North Thursday 1st
February, 2018 at 10:30 am.

KILIFI REGION 10% CS TENDERS

KENYA RURAL ROADS AUTHORITY KILIFI REGION

INVITATION TO TENDER                               1st March, 2023

The Kenya Rural Roads Authority (KeRRA) is a state Corporation within the State Department of Infrastructure under the Ministry of Roads,Transport and Public Works established through the Kenya Roads Act 2007. The Authority’s Primary Mandate is to Develop,Construct and Maintain the Rural roads Network in the country as per the Kenya Roads Act.2007.

The Authority hereby invites interested Road works Contractors Prequalified in Kilifi Region for the financial year 2021/2023 and Those in the Special Group Category (Youth, Women and PWD).The funding Source is from 10% CS Allocation for Spot Improvement works.

S/No.

Tender Number

Link

Road Name

Eligibility Group

KILIFI SOUTH

1

KeRRA/08/KLF/39/10% CS-22/23-109

G31257

Mzambaraoni-Mtepeni

Women

KALOLENI

2

KeRRA/08/KLF/39/10% CS-22/23-110

C238

Pangani-Tsagwa

Youth

3

KeRRA/08/KLF/39/10% CS-22/23-111

E3106

Kaloleni-Tsagwa

Pwd

4

KeRRA/08/KLF/39/10% CS-22/23-112

UR KL2

Mwanamwinga-Kabathini

Open

5

KeRRA/08/KLF/39/10% CS-22/23-113

C202

Ndatani-Mnago wa Dola

Women

RABAI

6

KeRRA/08/KLF/39/10% CS-22/23-114

URF RB 02

Rabai Power-Kajiweni

Women

7

KeRRA/08/KLF/39/10% CS-22/23-115

D1043

Gotani-Kibao Kiche

Youth

8

KeRRA/08/KLF/39/10% CS-22/23-116

E3108

Mkapuni-Kanyumbuni

Open

GANZE

 

9

KeRRA/08/KLF/39/10% CS-22/23-117

D1040

Matanomane-Silala

Women

MALINDI

 

10

KeRRA/08/KLF/39/10% CS-22/23-118

UR MLDI

Langombaya-Marikano

Open

Women category registered with the National Construction Authority certificate were invited to apply for the Works.

 

Women category registered with the National Construction Authority certificate were invited to apply for the Works.

QUALIFICATIONS FOR TENDERING

 

Mandatory Requirements

Eligible bidders MUST meet and submit the following with the bid document:

  1. Certified copy of Certificate of Incorporation/Registration
  2. Valid practicing license as a contractor Registered with National Construction Authority Certificate
  3. Certified copy of VAT & PIN registration certificate
  4. Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
  5. Certified Copy of CR 12 (Issued within the last 12 months before the tender opening date)
  6. National Identity Cards / Passports of Directors
  7. Certified Single Business Permit
  8. Current Bank statement in Company’s name for the last three months
  9. Authority to seek reference from the Contractors bank
  10. Letter from the Bank showing signatories to the account.
  11. Certified copy of certificate registration for Youth, Women & Persons with Disability whereapplicable
  12. For PWD Bidders attach valid and certified copy of proof of registration with NCPWD
  13. Form of tender and priced Bills of Quantities correctly filled, signed & stamped
  14. Declaration form filled, signed and stamped

Confidential Business Questionnaire correctly filled, signed & stamped

  1. Bidders Must Serialize sequentially all pages of their tender documents submitted

using a serialization machine.

  1. Submit a brief valid & relevant Work Methodology and also giving a detailed work program details of activities and timelines
  2. Fully filled and signed Self – Declaration Forms – Form SDI and SD2
  3. Fully filled Signed and Stamped Tender Securing Declaration Form
  4. To enhance EQUITY,bidders shall bid for a maximum of Two (2) Tenders,but can only be Awarded a maximum of ONE (1) Tender,under this tender notice.Bidders who participate in more than Two (2) tenders

shall be disqualified.

b.Director(s) bidding under different companies for the same tender shall be disqualified.

c.Director(s) bidding under different companies should not participate in more than

Two (2) tenders.

Other Requirements

As specified in the respective tender documents covering the following:

  1. Provide similar previous experience as stated in tender
  2. Professional and Technical Personnel (provide CVs for the employees and their certificates)
  3. Turnover and liquid Assets Supported by Audited Accounts for the previous two (2)
  4. Current work load if any
  5. Litigation History (provide Original sworn Affidavit)- executed within 6 months before the tender opening date
  6. Certified copies of Log books for ownership of Machines and Those hiring must

 

provide certified copies of Lease Agreements( From Individual lessors/ MTF)

  1. a)Any form of Canvassing will lead to disqualification
  2. b) Pre-Tender site Visit is Open but mandatory and bidders are free to visit but with prior arrangement with KeRRA Regional Director-Kilifi Region or Representative(CRO).Site Visits Certificates are supposed to be dully signed by the Regional Director or his representative(CRO).This is conducted as per the conditions of tender and instructions to Bidders Clause 2.

NOTE:

  1. All certification of documents shall be original and executed by Commissioner for Oaths or Notaries
  2. Certificates / Licenses shall be verified from or with the Issuing Authorities or Agencies

Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from Wednesday 1st March, 2023.

Procurement and in addition evaluation will be based on the details and post qualification criteria as stated in the Instruction to Tenderers (Refer to Section IV.7 in the Tender Document). Price quoted must be net, inclusive of all Government taxes and remain valid during the whole contract period. Return the serialized document, in a plain sealed envelope marked with the respective tender number, project name addressed to:

The Regional Director,

Kenya Rural Roads Authority (KeRRA)

P.O. Box 27 – 80108, KILIFI

The same should be deposited in the Region tender box at the KeRRA,KILIFI REGIONAL OFFICE on or before Tuesday 14th March, 2023 at 10.00 am.Tenders will be opened immediately thereafter at the same venue in the presence of tenderers or their representatives who choose to attend, however, bidders may request for any information through the official line; 0740803813. Late submissions will not be accepted.

 

 

 

 

 

Eng. T. K. Kendagor.

REGIONAL DIRECTOR –KILIFI REGION

KILIFI REGION 10% RMLF FY 2022/2023

KENYA RURAL ROADS AUTHORITY

KILIFI REGION

INVITATION TO TENDER                                                                                                                                                                                                                       27th January, 2023

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 interested Road works Contractors Prequalified in respective Constituencies in Kilifi Region for the financial year 2021/2023 and Those in the Special Group Category (Youth, Women and PWD).The funding Source is from 10% RMLF Allocation for Spot Improvement  works.

Download Tender Notice Here

 

ADDENDUM NOTICE NO.1

KeRRA/08/KLF/39/10%-22/23-074 - DOWNLOAD

 

Tender Number

Link

Road Name

Eligibility Group

 

                                                                                          KILIFI NORTH

1

KeRRA/08/KLF/39/10%-22/23-073

E3103

Majajani-Ngamani

Women

2

KeRRA/08/KLF/39/10%-22/23-074

G31220

Dida-Mwangea

Youth

3

KeRRA/08/KLF/39/10%-22/23-075

UG31357

Dera-Ndzngoloni-Kona Mbaya

Pwd

4

KeRRA/08/KLF/39/10%-22/23-076

G31219

Dzunguni-Chumani

Open

                                                                                          KILIFI SOUTH

5

KeRRA/08/KLF/39/10%-22/23-077

C238

Jibana-Kidutani

Women

6

KeRRA/08/KLF/39/10%-22/23-078

C238

Kidutani-Ngombeni

Youth

7

KeRRA/08/KLF/39/10%-22/23-079

F3026

Mwarakaya-Kizingo

Pwd

8

KeRRA/08/KLF/39/10%-22/23-080

G31279

Kijipwa-Mapawa-Gongoni

Open

           9

KeRRA/08/KLF/39/10%-22/23-081

F3105

Mwarakaya-Chasimba

Open

                                                                                          KALOLENI

10

KeRRA/08/KLF/39/10%-22/23-082

G31274

West Gate-Chilulu

Pwd

11

KeRRA/08/KLF/39/10%-22/23-083

UR KL2

Mwanamwinga-Kabathini

Youth

12

KeRRA/08/KLF/39/10%-22/23-084

D1050

Mtulu-Ikanga-Mnyenzeni

Women

13

KeRRA/08/KLF/39/10%-22/23-085

C236

Mnyenzeni Ecd-St Georges High Sch.

Open

                                                                                           RABAI

 

14

KeRRA/08/KLF/39/10%-22/23-086

UR RB3

Bondora-Mleji

Pwd

15

KeRRA/08/KLF/39/10%-22/23-087

D1043

Jimba-Rabai Power

Youth

16

KeRRA/08/KLF/39/10%-22/23-088

D1043

Kibao Kiche-Jimba

Women

17

KeRRA/08/KLF/39/10%-22/23-089

URF RB 02

Rabai Power-Kajiwe Primary Road

Open

18

KeRRA/08/KLF/39/10%-22/23-090

C238

Pangani Primary School- Jibana

Open

 

 

GANZE 

   

19

KeRRA/08/KLF/39/10%-22/23-091

C231

Kidungwa-Dida

Women

20

KeRRA/08/KLF/39/10%-22/23-092

C231

Vitengeni-Kidungwa

Youth

21

KeRRA/08/KLF/39/10%-22/23-093

C237

Ganze-Magogoni

Pwd

22

KeRRA/08/KLF/39/10%-22/23-094

G31220

Mwangea-Ngamani

Open

                                                                                          MALINDI

 

23

KeRRA/08/KLF/39/10%-22/23-095

D1045

Pishimwenga Jct:Sosobora Pri.Sch.- .-Girimacha Pri.Sch. Road

Open

24

KeRRA/08/KLF/39/10%-22/23-096

D1051

Pishimwenga-Kibaoni

Pwd

25

KeRRA/08/KLF/39/10%-22/23-097

E3113

Langombaya- Pishimwenga

Women

26

KeRRA/08/KLF/39/10%-22/23-098

U G31609

Jilore-Girimacha Road

Youth

                                                                                          MAGARINI

27

KeRRA/08/KLF/39/10%-22/23-099

C233

Baricho-Bungale

Women

28

KeRRA/08/KLF/39/10%-22/23-100

C233

Bungale-Garashi

Youth

29

KeRRA/08/KLF/39/10%-22/23-101

D1040

Baricho-Mataroni

Pwd

30

KeRRA/08/KLF/39/10%-22/23-102

D1040

GIS-Ramada

Open

           

QUALIFICATIONS FOR TENDERING

 

Mandatory Requirements

Eligible bidders MUST meet and submit the following with the bid document:

  1. Certified copy of Certificate of Incorporation/Registration
  2. Valid practicing license as a contractor (NCA 6,7 and 8)
  3. Certified copy of VAT & PIN registration certificate
  4. Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
  5. Certified Copy of CR 12 (Issued within the last 12 months before the tender opening date)
  6. National Identity Cards / Passports of Directors
  7. Certified Single Business Permit
  8. Current Bank statement in Company’s name for the last three months
  9. Authority to seek reference from the Contractors bank
  10. Letter from the Bank showing signatories to the account.
  11. Certified copy of certificate registration for Youth, Women & Persons with Disability where applicable
  12. For PWD Bidders attach valid and certified copy of proof of registration with NCPWD
  13. Form of tender and priced Bills of Quantities correctly filled, signed & stamped
  14. Declaration form filled, signed and stamped

Confidential Business Questionnaire correctly filled, signed & stamped

  1. Bidders Must Serialize sequentially all pages of their tender documents submitted using a serialization machine.
  2. Submit a brief valid & relevant Work Methodology and also giving a detailed work program details of activities and timelines
  3. Fully filled and signed Self – Declaration Forms – Form SDI and SD2
  4. Fully filled Signed and Stamped Tender Securing Declaration Form
  5. To enhance EQUITY,bidders shall bid for a maximum of Two (2) Tenders,but can only be Awarded a maximum of ONE (1) Tender,under this tender notice.Bidders who participate in more than Two (2) tenders

        shall be disqualified.

b.Director (s) bidding under different companies for the same tender shall be      disqualified.

c.Director (s) bidding under different companies should not participate in more than  Two (2) tenders.

Other Requirements

As specified in the respective tender documents covering the following:

  1. Similar previous experience where applicable (Not applicable to special group category)
  2. Professional and Technical Personnel (provide CVs for the employees and their certificates)
  3. Turnover and liquid Assets Supported by Audited Accounts for the previous two (2) years.
  4. Current work load if any
  5. Litigation History (provide Original sworn Affidavit)- executed within 6 months before the tender opening date
  6. Certified copies of Log books for ownership of Machines and Those hiring must provide certified copies of Lease Agreements (From Individual lessors/ MTF)
  7. a) Any form of Canvassing will lead to disqualification
  8. b) Pre-Tender site Visit is Open but mandatory and bidders are free to visit but with prior arrangement with KeRRA Regional Director-Kilifi Region or Representative(CRO).Site Visits Certificates are supposed to be dully signed by the Regional Director or his representative(CRO).This is conducted as per the conditions of tender and instructions to Bidders Clause 7.2.

NOTE:

  1. All certification of documents shall be original and executed by Commissioner for Oaths or Notaries
  2. Certificates / Licenses shall be verified from or with the Issuing Authorities or Agencies

Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from Friday 27th January, 2023.

Ensure that the document downloaded from the website has been registered at KeRRA Kilifi office (Procurement desk) before submission. Procurement and in addition evaluation will be based on the details and post qualification criteria as stated  in the Instruction to Tenderers (Refer to Section IV.7 in the Tender Document). Price quoted must be net, inclusive of all Government taxes and remain valid during the whole contract period. Return the serialized document, in a plain sealed envelope marked with the respective tender number, project name addressed to:

The Regional Director,

Kenya Rural Roads Authority (KeRRA) P. O. Box 27 – 80108, KILIFI

The same should be deposited in the Region tender box at the KeRRA, KILIFI REGIONAL OFFICE on or before Thursday 9th February, 2023 at 10.00 am. Tenders will be opened immediately thereafter at the same venue in the presence of tenderers or their representatives who choose to attend, however, bidders may request for any information through the official line; 0740803813. Late submissions will not be accepted.

 Eng. T. K. Kendagor.

REGIONAL DIRECTOR – KILIFI  REGION

KILIFI REGION 10% RMLF FY 2022/2023 - ADDENDUM NO. 1

KENYA RURAL ROADS AUTHORITY

                                                                                    KILIFI REGION                                                                                                   

                                                                                                                                                                                                                                                          30th January 2023.

TENDER NOTICE- ADDENDUM NO.1

TENDER FOR 10% RMLF ROAD WORKS FOR FINACIAL YEAR 2022-2023.

The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of Management, Development, Rehabilitation and Maintenance of Rural Roads.

Reference is made to the invitation to tender that is currently in the Authority’s website www.kerra.go.ke dated 27th January 2023.

The Authority wishes to provide clarification to the below road works Tender as follows:

 

Download Tender Notice - ADDENDUM NO.1

S/No

Tender Number

Clarifications

 

1.

KeRRA/08/KLF/39/10%-22/23-074

Road name has been changed from G31220:

Dida-Mwangea to UR KN  4:Watamu Post Office-Watamu Sec.School.

2.

KeRRA/08/KLF/39/10%-22/23-074

The bid Document has been pulled down and replaced with a new one with BoQs. Download the revised one.

All other information remains the same,

Any inconvenience caused is regretted.

Eng. T.K. Kendagor

REGIONAL DIRECTOR – KILIFI REGION.

KILIFI REGION 10% RMLF SAVINGS TENDERS

KENYA RURAL ROADS AUTHORITY

KILIFI REGION

INVITATION TO TENDER                                                            07th September, 2022

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 interested Road works Contractors  those are in the Special group category (Youth,Women and PWD) for the works below whos’ funding Source is from 10%  RMLF Savings Allocation for routine Maintenance and  Spot Improvement works.

Download Tender Advert Here

 

Tender Number

Link

Road Name

Category

KILIFI NORTH

1

KeRRA/08/KLF/10% SAV/39/94/2021-2022

UG 313557

Dera-Mdzongoloni-Kona Mbaya

Women

KILIFI SOUTH

2

KeRRA/08/KLF/10% SAV/39/95/2021-2022

C234

 Mtwapa-Bomani-Vipingo Ridge

Youth

KALOLENI

3

KeRRA/08/KLF/10% SAV/39/96/2021-2022

C236

 Kizurini-Kwa demu

Pwd

RABAI

4

KeRRA/08/KLF/10% SAV/39/97/2021-2022

C101

 Mleji-Chauringo

Women

GANZE

5

KeRRA/08/KLF/10% SAV/39/98/2021-2022

D1041

 Matanomane-Malanga-Yembe

Youth

 

MALINDI

6

KeRRA/08/KLF/10% SAV/39/99/2021-2022

D1045

Pishimwenga jct.-Sosobora Pri.Sch-Girimacha

Pwd

MAGARINI

7

KeRRA/08/KLF/10% SAV/39/100/2021-2022

C233

Bungale-Garashi

Women

QUALIFICATIONS FOR TENDERING

     Mandatory Requirements

Eligible bidders MUST meet and submit the following with the bid document:

  1. Certified copy of Certificate of Incorporation/Registration
  2. Valid practicing license as a contractor (NCA 8)
  3. Certified copy of VAT & PIN registration certificate
  4. Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
  5. Certified Copy of CR 12 (Issued within the last 12 months before the tender opening date)
  6. National Identity Cards / Passports of Directors
  7. Certified Single Business Permit
  8. Current Bank statement in Company’s name for the last three months
  9. Authority to seek reference from the Contractors bank
  10. Certified copy of certificate registration for Youth, Women & Persons with Disability where applicable
  11. For PWD Bidders attach valid and certified copy of proof of registration with NCPWD
  12. Form of tender and priced Bills of Quantities correctly filled, signed & stamped
  13. Declaration form filled, signed and stamped
  14. Confidential Business Questionnaire correctly filled, signed & stamped
  15. Bidders Must Serialize sequentially all pages of their tender documents submitted using a serialization machine.
  16. No contractor will be awarded more than one contract, Bidders with ongoing projects and Awarded contracts for the fy 2021-2022 are not eligible for award of this
  17. Submit a brief valid & relevant Work Methodology and also giving a detailed work program details of activities and timelines
  18. Fully filled and signed Self – Declaration Forms – Form SDI and SD2
  19. Fully filled Signed and Stamped Tender Securing Declaration Form

Other Requirements

As specified in the respective tender documents covering the following:

  1. Similar previous experience where applicable (Not applicable to special group category)
  2. Professional and Technical Personnel (provide CVs for the employees and their certificates)
  3. Turnover and liquid Assets Supported by Audited Accounts for the previous two (2) years (Not applicable to special group category)
  4. Current work load if any
  5. Litigation History (provide Original sworn Affidavit)- executed within 6 months before the tender opening date
  6. Certified copies of Log books for ownership of Machines and Those hiring must provide certified copies of Lease Agreements( From Individual lessors/ MTF)
  7. Any form of Canvassing will lead to disqualification

b.In Line with MOH Protocols on COVID-19 the pretender site visit shall not be mandatory however the bidders who wish to visit to the respective site can organize with the office during normal working days at their own cost.

NOTE:

 

  1. All certification of documents shall be original and executed by Commissioner for Oaths or Notaries
  2. Certificates / Licenses shall be verified from or with the Issuing Authorities or Agencies

Interested contractors are advised to download tender documents from the KeRRA  website at www.kerra.go.ke for free from Wednesday 7th September, 2022.

Ensure that the document downloaded from the website has been registered at KeRRA Kilifi office (Procurement desk) before submission. Procurement and evaluation will be based on the details and post qualification criteria as stated  in the Instruction to Tenderers (refer to section 1.1.2 in the tender document). Price quoted must be net, inclusive of all Government taxes and remain valid during the whole contract period. Return the Tape bound and serialized document, in a plain sealed envelope marked with the respective tender number, project name addressed to:

The Deputy Director,

Kenya Rural Roads Authority (KeRRA)

P. O. Box 27 – 80108, KILIFI

The same should be deposited in the constituency tender box at the KeRRA,KILIFI REGIONAL OFFICE on or before Tuesday 20th September, 2022 at 10.00 am. Tenders will be opened immediately thereafter at the same venue in the presence of tenderers or their representatives who choose to attend, however, bidders may request for any information through the official line; 0740803813. Late submissions will not be accepted.

 

 

 

 

Eng. T. K. Kendagor.

DEPUTY DIRECTOR –KILIFI  REGION

KILIFI REGION 10% SAVINGS Financial Year 2023/2024.

 

KENYA RURAL ROADS AUTHORITY

KILIFI REGION 

INVITATION TO TENDER

23rd November, 2023

The Kenya Rural Roads Authority (KeRRA) is a state corporation under the Ministry of Transport, Infrastructure, Public Works, Housing and Urban Development established under the Kenya Roads Act        2007, with the responsibility to construct, upgrade, rehabilitate and maintain the rural roads network in the country. The Authority hereby invites interested Road works Contractors registered in the region under respective constituency for F/Y 2023-2025 and AGPO eligible firms for the following Spot Improvement works for F/Y 2022/2023 under the 10% RMLF, 10% CS and GOK savings.

S/No.

Tender Number

Road Code

Road Name

Eligibility Group

KILIFI NORTH CONSTITUENCY

1

KeRRA/08/KLF/39/10%SAV-22/23-148

E3103

Majajani – Ngamani Road

PWD

2

KeRRA/08/KLF/39/10%SAV-22/23-149

G31219

Chumani – Dzunguni Road

Open

KILIFI SOUTH CONSTITUENCY

3

KeRRA/08/KLF/39/10%SAV-22/23-150

C238

Kidutani – Ng’ombeni Road

Women

KALOLENI CONSTITUENCY

4

KeRRA/08/KLF/39/10%SAV-22/23-151

C236

Kizurini – Mihingoni Road

Youth

5

KeRRA/08/KLF/39/10%SAV-22/23-152

C236

Nguruweni – Kwademu Road

Open

6

KeRRA/08/KLF/39/10%CS SAV-22/23-159

C236

Guruguru – Ndatani Road

Women

7

KeRRA/08/KLF/39/10%CS SAV-22/23-162

G31274

West Gate–Chilulu Road

Youth

RABAI CONSTITUENCY

8

KeRRA/08/KeRRA/08/KLF/39/10%SAV-22/23-153

UR RB5

Kwa Hamisi Mtoro-Mgandini-Kibaoni Road

Women

GANZE CONSTITUENCY

9

KeRRA/08/KLF/39/10%SAV-22/23-154

C231

Vitengeni-Kidungwa Road

PWD

10

KeRRA/08/KLF/39/10%SAV-22/23-155

D1041

Matanomane - Malanga - Yembe

Open

MALINDI CONSTITUENCY

11

KeRRA/08/KLF/39/10%SAV-22/23-156

E3113

Pishimwenga - Langombaya

Women

MAGARINI CONSTITUENCY

12

KeRRA/08/KLF/39/10%SAV-22/23-157

C233

Baricho – Bungale Road

Women

QUALIFICATIONS FOR TENDERING

 

As specified in the bid documents

  1. To enhance EQUITY, bidders shall bid for a maximum of Two (2) Tenders, but can only be Awarded a maximum of ONE (1) Tender, pursuant to this tender notice. Bidders who participate in more than Two (2) tenders shall be disqualified.
  2. Pre-Tender site Visit shall be Open but MANDATORY. Bidders are required to make their own arrangements to visit the project sites in liaison with the respective SARO/ARO’s and have their site Visits Certificates signed by the Regional Director or his representative.
  3. All certification of documents shall be original and executed by Commissioner for Oaths or Notaries
  4. Certificates / Licenses shall be verified from or with the Issuing Authorities or Agencies
  5. Any form of Canvassing will lead to disqualification

Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free. Completed bid documents in plain sealed envelope marked with the respective tender name and tender number should be addressed to:

 

The Regional Director,

Kenya Rural Roads Authority (KeRRA)

P.O. Box 27 – 80108, KILIFI

The same should be deposited in the respective constituency tender box at the KeRRA, KILIFI REGIONAL OFFICE on or before Thursday 7th December, 2023. at 10.00 am. Tenders will be opened immediately thereafter at the same venue in the presence of tenderers or their representatives who choose to attend, however, bidders may request for any information through the official line; 0740803813. Late submissions will not be accepted.

 

 

 

 

 

Eng. T. K. Kendagor.

REGIONAL DIRECTOR

KILIFI REGION 10%CS TENDERS

KENYA RURAL ROADS AUTHORITY KILIFI REGION INVITATION TO TENDER                          23rd August 2022

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 interested Road works Contractors those in the Special group category (Youth, Women and PWD).The funding Source is from 10% CS for Spot Improvement works.

S/No

Tender Number

Link

Road Name

Category

KALOLENI

1

KeRRA/08/KLF/39/10%CS/104/2021-2022

E3087

Mnyenzeni-Gotani

Women

2

KeRRA/08/KLF/39/10%CS/105/2021-2022

C202

Guruguru-Ndatani

Women

3

KeRRA/08/KLF/39/10%CS/106/2021-2022

C202

Ndatani-Mnago Wa Dola

Youth

RABAI

4

KeRRA/08/KLF/39/10%CS/107/2021-2022

C101

Ribe-Bondora

Pwd

5

KeRRA/08/KLF/39/10%CS/108/2021-2022

URF RB 02

Rabai Power-Kajweni Primary Road

Youth

QUALIFICATIONS FOR TENDERING

 

Mandatory Requirements and others in tender document,

Eligible bidders MUST meet and submit the following with the bid document:

  1. Certified copy of Certificate of Incorporation/Registration
  2. Valid practicing license as a contractor (NCA 6,7 & 8)
  3. Certified copy of VAT & PIN registration certificate
  4. Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
  5. Certified Copy of CR 12 (Issued within the last 12 months before the tender opening date)
  6. National Identity Cards / Passports of Directors
  7. Certified Single Business Permit
  8. Current Bank statement in Company’s name for the last three months
  9. Authority to seek reference from the Contractors bank
  10. Certified copy of certificate registration for Youth, Women & Persons with Disability where
  11. For PWD Bidders attach valid and certified copy of proof of registration with NCPWD
  12. Form of tender and priced Bills of Quantities correctly filled, signed & stamped
  13. Declaration form filled, signed and stamped
  14. Confidential Business Questionnaire correctly filled, signed & stamped
  15. Bidders Must Serialize sequentially all pages of their tender documents submitted

using a serialization machine.

  1. No contractor will be awarded more than one contract, Bidders with ongoing projects and Awarded contracts for the current FY are not eligible for award of this
  2. Submit a brief valid & relevant Work Methodology and also giving a detailed work program details of activities and timelines
  3. Fully filled and signed Self–Declaration Forms – Form SDI and SD2

 

  1. Fully filled Signed and Stamped Tender Securing Declaration Form

Other Requirements

As specified in the respective tender documents covering the following:

  1. Similar previous experience where
  2. Professional and Technical Personnel (provide CVs for the employees and their certificates)
  3. Turnover and liquid Assets Supported by Audited Accounts for the previous two

(2) years.

  1. Current work load if any
  2. Litigation History (provide Original sworn Affidavit)- executed within 6 months before the tender opening date
  3. Certified copies of Log books for ownership of Machines and Those hiring must

provide certified copies of Lease Agreements( From Individual lessors/ MTF)

  1. Any form of Canvassing will lead to disqualification

b.In Line with MOH Protocols on COVID-19 the pretender site visit shall not be mandatory however the bidders who wish to visit to the respective site can organize with the office during normal working days at their own cost.

NOTE:

  1. All certification of documents shall be original and executed by Commissioner for Oaths or Notaries
  2. Certificates / Licenses shall be verified from or with the Issuing Authorities or Agencies

Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from Tuesday 23rd August, 2022.

Procurement and evaluation will be based on the details and post qualification criteria as stated in the Instruction to Tenderers (Refer to Section IV(7)  in the tender document). Price quoted must be net, inclusive of all Government taxes and remain valid during the whole contract period. Return the Tape/spiral bound and serialized document, in a plain sealed envelope marked with the respective tender number, project name addressed to:

The Deputy Director,

Kenya Rural Roads Authority (KeRRA) P. O. Box 27 – 80108,

KILIFI

The same should be deposited in the constituency tender box at the KeRRA,KILIFI REGIONAL OFFICE on or before Monday 5th September, 2022 at 10.00 am. Tenders will be opened immediately thereafter at the same venue in the presence of tenderers or their representatives who choose to attend, however, bidders may request for any information through the official line; 0740803813. Late submissions will not be accepted.

 

 

 

 

Eng. T. K. Kendagor.

DEPUTY DIRECTOR –KILIFI REGION

KILIFI REGION ADDENDUM FY 2020/2021

ADDENDUM NOTICE

To: All Bidders

 

KILIFI REGION 10% RMLF AND 22% SAVINGS FOR FINANCIAL YEAR 2020 – 2021 SUBJECT: ADDENDUM NO. 2_________________________________________________

Reference is made to the tender notice dated 28th June, 2021 published in KeRRA Website (www.kerra.go.ke).

Pursuant to the provisions of Clause 75 of Public Procurement and Asset Disposal Act 2015, we wish to make the following amendments;

  1. The following Bills of Quantities (BOQ’s) of the two (2) tenders mentioned have been amended as follows;

Tender No.

Road Name

Revised BOQ Attached

     

KeRRA/011/KLF/39/092/2020-2021

E3113:Langombaya-Marikano

Revised BOQ 92

 

Pri. Sch. Road

 
     

KeRRA/011/KLF/39/093/2020-2021

U_L7: Majimboni-MKao Moto

Revised BOQ 93

 

Road

 
     

clip_image001.gif

The opening dates for ALL the Tenders has been extended to Monday 19th July, 2021 at 10.00am.

All other requirement of the tenders shall remain the same.

clip_image003.jpg

Eng. T. Kendagor

Regional Director (Coast Region)

Opening Up Rural Kenya

KILIFI REGION AIA TENDERS

 

KENYA RURAL ROADS AUTHORITY

KILIFI REGION

                                                                                                    INVITATION TO TENDER                                      26th July, 2022

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 interested Road works Contractors Prequalified in Kilifi Region for the financial year 2022/2023 and Those in the Special group category (Youth, Women and PWD).The funding Source is from AIA  Allocation for  Spot Improvement works.

Tender Advert Download

 

Tender Number

Link

Road Name

Category

 

                                                                                        MALINDI

1

KeRRA/08/KLF/AIA/39/101/2021-2022

E3113

Pishimwenga -Girimacha

Open

2

KeRRA/08/KLF/AIA/39/103/2021-2022

E3113

Langombaya- Pishimwenga

ywpd

   

MAGARINI

   

3

KeRRA/08/KLF/AIA/39/102/2021-2022

C233

Marekebuni-Pumwani

Open

QUALIFICATIONS FOR TENDERING

     Mandatory Requirements

Eligible bidders MUST meet and submit the following with the bid document:

  1. Certified copy of Certificate of Incorporation/Registration
  2. Valid practicing license as a contractor (NCA 6,7 and 8)
  3. Certified copy of VAT & PIN registration certificate
  4. Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
  5. Certified Copy of CR 12 (Issued within the last 12 months before the tender opening date)
  6. National Identity Cards / Passports of Directors
  7. Certified Single Business Permit
  8. Current Bank statement in Company’s name for the last three months
  9. Authority to seek reference from the Contractors bank
  10. Certified copy of certificate registration for Youth, Women & Persons with Disability where applicable
  11. For PWD Bidders attach valid and certified copy of proof of registration with NCPWD
  12. Form of tender and priced Bills of Quantities correctly filled, signed & stamped
  13. Declaration form filled, signed and stamped
  14. Confidential Business Questionnaire correctly filled, signed & stamped
  15. Bidders Must Serialize sequentially all pages of their tender documents submitted using a serialization machine.
  16. No contractor will be awarded more than one contract, Bidders with ongoing projects and Awarded contracts for the fy 2021-2022 are not eligible for award of this
  17. Submit a brief valid & relevant Work Methodology and also giving a detailed work program details of activities and timelines
  18. Fully filled and signed Self – Declaration Forms – Form SDI and SD2
  19. Fully filled Signed and Stamped Tender Securing Declaration Form

Other Requirements

As specified in the respective tender documents covering the following:

  1. Similar previous experience where applicable (Not applicable to special group category)
  2. Professional and Technical Personnel (provide CVs for the employees and their certificates)
  3. Turnover and liquid Assets Supported by Audited Accounts for the previous two (2) years (Not applicable to special group category)
  4. Current work load if any
  5. Litigation History (provide Original sworn Affidavit)- executed within 6 months before the tender opening date
  6. Certified copies of Log books for ownership of Machines and Those hiring must provide certified copies of Lease Agreements( From Individual lessors/ MTF)
  7. Any form of Canvassing will lead to disqualification

b.In Line with MOH Protocols on COVID-19 the pretender site visit shall not be mandatory however the bidders who wish to visit to the respective site can organize with the office during normal working days at their own cost.

NOTE:

 

  1. All certification of documents shall be original and executed by Commissioner for Oaths or Notaries
  2. Certificates / Licenses shall be verified from or with the Issuing Authorities or Agencies

Interested contractors are advised to download tender documents from the KeRRA  website at www.kerra.go.ke for free from Tuesday 26th July, 2022.

Ensure that the document downloaded from the website has been registered at KeRRA Kilifi office (Procurement desk) before submission. Procurement and in addition evaluation will be based on the details and post qualification criteria as stated  in the Instruction to Tenderers (refer to section iv.7 in the tender document). Price quoted must be net, inclusive of all Government taxes and remain valid during the whole contract period. Return the Tape bound and serialized document, in a plain sealed envelope marked with the respective tender number, project name addressed to:

The Regional Director,

Kenya Rural Roads Authority (KeRRA)

P.O. Box 27 – 80108, KILIFI

The same should be deposited in the constituency tender box at the KeRRA,KILIFI REGIONAL OFFICE on or before Monday 8th August, 2022 at 10.00 am. Tenders will be opened immediately thereafter at the same venue in the presence of tenderers or their representatives who choose to attend, however, bidders may request for any information through the official line; 0740803813. Late submissions will not be accepted.

 

 

 

 

Eng. T. K. Kendagor.

REGIONAL DIRECTOR –KILIFI  REGION

Kilifi Region Feb 2022

KILIFI REGION TENDERS

 

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 hereby invites interested bidders/eligible Contractors registered with Ministry of Treasury in the special group Youth and Women category to bid for Roadworks.

 

Tender Number

Constituency

Link

Road Name

Category

1

KeRRA/08/KLF/39/GOK/064/2021-2022

Download

Malindi

D1041

Kabiranduni-baolala Road

Youth

2

KeRRA/08/KLF/39/GOK/065/2021-2022

Download

Malindi

D1051

Phishimwenga-Kibaoni Road

Women

        

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 hereby invites interested bidders/eligible Contractors in the special group category to bid for Roadworks.

 

Tender Number

Constituency

Link

Road Name

Category

1

KeRRA/08/KLF/39/063/2021-2022

Download

Magarini

C233

Marekebuni-Garashi-Baricho Road

YWPD

            

 


KILIFI REGION GOK TENDERS

KENYA RURAL ROADS AUTHORITY

KILIFI REGION 

INVITATION TO TENDER

17th August, 2023

The Kenya Rural Roads Authority (KeRRA) is a state corporation under the Ministry of Transport, Infrastructure, Public Works, Housing and Urban Development established under the Kenya Roads Act 2007, with the responsibility to construct, upgrade, rehabilitate and maintain the rural roads network in the country. The Authority hereby invites interested Road works Contractors registered in the region under respective constituency for F/Y 2021-2023 and AGPO eligible firms for the following Routine Maintenance works for F/Y 2022/2023 under the GOK Development Fund.

S/No.

Tender Number

Road Code

Road Name

Eligibility Group

MALINDI CONSTITUENCY

1

KeRRA/08/KLF/39/GOK-22|23-121

D1051

Pishimwenga – Kibaoni Road

Women

2

KeRRA/08/KLF/39/GOK-22|23-122

D1041

Kabiranduni – Baolala Road

Youth

3

KeRRA/08/KLF/39/GOK-22|23-123

UR MLD1

Gandini – Marikano Road

Open

4

KeRRA/08/KLF/39/GOK-22|23-124

E3113

Pishimwenga - Girimacha Road

Open

KILIFI NORTH CONSTITUENCY

5

KeRRA/08/KLF/39/GOK-22|23-125

UK_03-913

Kwa Kipipa-Madeteni Primary - Kona Mbaya Road

Open

6

KeRRA/08/KLF/39/GOK-22|23-126

P32_MALINDI

Kwa Kubo - Msabaha Primary -Menyhart Sec. Road

Youth

7

KeRRA/08/KLF/39/GOK-22|23-127

P44_MALINDI

Rodgers Planet –  Baharini Road

PWD

KILIFI SOUTH CONSTITUENCY

8

KeRRA/08/KLF/39/GOK-22|23-128

UK_03_912

Mtepeni-Miembe Kumi-Timbe Kizingitini Road

Women

QUALIFICATIONS FOR TENDERING

 

Mandatory Requirements

Eligible bidders MUST meet and submit the following with the bid document:

  1. Certified copy of Certificate of Incorporation/Registration
  2. Current Certificate of Registration with National Construction Authority in Category “NCA 8 and above” together with a valid NCA practicing license
  3. Copy of VAT & PIN registration certificate
  4. Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
  5. Certified Copy of CR 12 (Issued within the last 12 months before the tender opening date)
  6. Certified “CLEAR COPY”” of National Identity Cards / Passports of Directors
  7. Certified current Single Business Permit
  8. Current Bank statement in Company’s name for the last three months
  9. Authority to seek reference from the Contractors bank
  10. Letter from the Bank showing signatories to the account.
  11. Valid copy of certificate of registration for Youth, Women & Persons with Disability where applicable
  12. For PWD Bidders attach valid and certified copy of proof of registration with NCPWD
  13. Form of tender and priced Bills of Quantities correctly filled, signed & stamped
  14. Declaration form filled, signed and stamped
  15. Confidential Business Questionnaire correctly filled, signed &
  16. Bidders Must Serialize sequentially all pages of their tender documents submitted using a serialization machine.
  17. Submit a brief relevant Work Methodology and a detailed work program capturing details of activities and timelines
  18. Fully filled and signed Self – Declaration Forms – Form SDI and SD2
  19. Fully filled, Signed and Stamped Tender Securing Declaration Form for tenders reserved for special
  20. All open tenders that have a budget of more than Kenya Shillings five (5) million must be accompanied by tender security as specified in the Tender Data Sheet (TDS).
  • To enhance EQUITY, bidders shall bid for a maximum of Two (2) Tenders, but can only be Awarded a maximum of ONE (1) Tender, pursuant to this tender notice. Bidders who participate in more than Two (2) tenders shall be disqualified.
  • Director (s) bidding under different companies for the same tender shall be disqualified.
  • Director (s) bidding under different companies should not participate in more than Two (2)

Other Requirements

As specified in the respective tender documents covering the following:

  1. Similar previous experience where applicable (Not applicable to special group category)
  2. Professional and Technical Personnel (provide CVs for the employees and their certificates)
  3. Turnover and liquid Assets Supported by Audited Accounts for the previous three (3) years (Not applicable to special group category)
  4. Current work load if any
  5. Litigation History (provide Original sworn Affidavit)- executed within 6 months before the tender opening date
  6. Certified copies of Log books for ownership of Machines and Those hiring must provide certified copies of Lease Agreements (From Individual lessors/ MTF)
  7. a) Any form of Canvassing will lead to disqualification
  8. b) Pre-Tender site Visit is Open but mandatory and bidders are free to visit but with prior arrangement with respective SARO/ARO’s. Site Visits Certificates are supposed to be dully signed by the Regional Director or his representative.

NOTE:

  1. All certification of documents shall be original and executed by Commissioner for Oaths or  Notaries
  2. Certificates / Licenses shall be verified from or with the Issuing Authorities or Agencies

Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from Friday 18th August,2023.

Return the serialized document, in a plain sealed envelope marked with the respective tender number, project name addressed to:

 

The Regional Director,

Kenya Rural Roads Authority (KeRRA)

P.O. Box 27 – 80108, KILIFI

The same should be deposited in the respective constituency tender box at the KeRRA, KILIFI REGIONAL OFFICE on or before Thursday 31st August, 2023. at 10.00 am. Tenders will be opened immediately thereafter at the same venue in the presence of tenderers or their representatives who choose to attend, however, bidders may request for any information through the official line; 0740803813. Late submissions will not be accepted.

 

Eng. T. K. Kendagor.

REGIONAL DIRECTOR

KILIFI REGION JANUARY TENDERS

KENYA RURAL ROADS AUTHORITY

KILIFI REGION 

INVITATION TO TENDER

10th January, 2024

Tender notice download

The Kenya Rural Roads Authority (KeRRA) is a state corporation under the Ministry of Transport, Infrastructure, Public Works, Housing and Urban Development established under the Kenya Roads Act        2007, with the responsibility to construct, upgrade, rehabilitate and maintain the rural roads network in the country. The Authority hereby invites interested Road works Contractors registered in the region under respective constituency for F/Y 2023-2025 and AGPO eligible firms for the following Spot Improvement works for F/Y 2023/2024 under the AIA Allocation.

S/No.

Tender Number

Road Code

Road Name

Eligibility Group

KALOLENI CONSTITUENCY

1

KeRRA/08/KLF/39/AIA-23/24-103

E3106

Kaloleni - Nyalani-Tsunguni Road

Women

MAGARINI CONSTITUENCY

2

KeRRA/08/KLF/39/AIA-23/24-104

E3119

Mjanaheri-Mwaeba Road

Women

3

KeRRA/08/KLF/39/AIA-23/24-105

E3119

Mwaeba-Garithe Road

PWD

4

KeRRA/08/KLF/39/AIA-23/24-106

E3119

Garithe-Ngomeni Road

Restricted to registered bidders

QUALIFICATIONS FOR TENDERING

 

As specified in the bid documents

  1. To enhance EQUITY, bidders shall bid for a maximum of Two (2) Tenders, but can only be Awarded a maximum of ONE (1) Tender, pursuant to this tender notice. Bidders who participate in more than Two (2) tenders shall be disqualified.
  2. All open tenders that have a budget of more than Kenya Shillings five (5) million must be accompanied by tender security as specified in the Tender Data Sheet (TDS).
  3. Pre-Tender site Visit shall be Open but MANDATORY. Bidders are required to make their own arrangements to visit the project sites in liaison with the respective SARO/ARO’s and have their site Visits Certificates signed by the Regional Director or his representative.
  4. All certification of documents shall be original and executed by Commissioner for Oaths or Notaries
  5. Certificates / Licenses shall be verified from or with the Issuing Authorities or Agencies
  6. Any form of Canvassing will lead to disqualification

Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free. Completed bid documents in plain sealed envelope marked with the respective tender name and tender number should be addressed to:

 

The Regional Director,

Kenya Rural Roads Authority (KeRRA)

P.O. Box 27 – 80108, KILIFI

The same should be deposited in the respective constituency tender box at the KeRRA, KILIFI REGIONAL OFFICE on or before Wednesday, 24th January 2024. at 10.00 am. Tenders will be opened immediately thereafter at the same venue in the presence of tenderers or their representatives who choose to attend, however, bidders may request for any information through the official line; 0740803813. Late submissions will not be accepted.

 

 

 

 

 

Eng. T. K. Kendagor

REGIONAL DIRECTOR

Kilifi Region March 2022

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

hereby invites interested bidders/eligible Contractors in the special group women category to bid for road works.

S/No.

Tender Number

Funding

Tender Description

Eligibilit

y Group

RABAI  CONSTITUENCY

1

KeRRA/08/KLF/39/067/2021-2022

Download

CS Allocation Savings

Bondora - Maereni Road (C238)

Women

QUALIFICATIONS FOR TENDERING

MANDATORY REQUIREMENTS

The following must be submitted together with the Tender among those in the Instructions to

Tenderers in the tender document:

(a)  Certified Certificate of Incorporation certified

(b)  Certified Copies of PIN and VAT Registration Certificates

(c)  Copy of Valid Tax Compliance Certificate (Will be verified on the KRA TCC Checker) (d)  Valid National Construction Authority Certificate and the Annual Contractors Practicing

License from National Construction Authority (NCA) in category 6, 7 and 8.

(e)  All pages of Bids Submitted (tender document) must be MACHINE SERIALIZED

sequentially as (1,2,3,4….on all pages)

(f)  Certified valid single business permit issued within the last 12 Months

(g)  Proof of Bank Account and Bank statement in the name of the firm for at least Three (3) Months from the date of this tender.

(h)  Authority to seek reference from Contractors’ bankers

(i)   Letter from the Bank showing signatories to the account

(j)   Certified Copy of recent CR12 Form-(12Months) from registrar of companies

(k)  Certified copies of IDs/Passport for all Directors.

(l)   Written Power of Attorney (confirmation of authorization to sign on behalf of the Tenderer) (m) Current sworn-in Affidavit (within the last three months)

(n)  Brief Work Methodology relevant to the specific work and work program

(o)  Valid copy of certificate of registration for special group Women category.

 

OTHER REQUIREMENTS

  1. i) At least two (2) major items of construction equipment owned or leased; Attach Certified copies of Log books or provide certified copies of valid and active Lease Agreements supported by certified copies of Lessor’s log books respective
  2. ii) Professional and Technical Personnel (provide CVs and academic certificates for the employees)

NOTE:

  1. 1. All certification of documents shall be original and executed by Commissioner for

Oaths or Notaries Public.

  1. 2. Certificates / Licenses shall be verified from or with the Issuing Authorities or Agencies
  2. 3. To enhance EQUITY each bidder is eligible for award of only ONE (1) con
  3. 4. Contractors with on-going works will not be eligible for award of these contract
  4. 5. Prices quoted must remain valid for 140 days from the date of opening
  5. 6. Errors in the pricing of the Bills of Quantities will not be correc Bidders with such errors will be disqualified.
  6. 7. In Line with MOH Protocols on COVID-19 the pretender site visit shall not be mandatory however the bidders who wish to visit to respective site can organize with the office during normal working days at their own c

All interested bidders are advised to download tender documents from the Authority’s website; www.kerra.go.ke  free of charge and to continually check for any tender addendums or clarifications that may arise before the submission date.

Duly completed tender documents in plain sealed envelopes marked with Tender Number, Road

Name and Constituency should be deposited in the respective Tender Box and be addressed to;

The Regional Director, Kenya Rural Roads Authority Kilifi Region

P.O. Box 27 - 80108

KILIFI

So as to be received on or before Thursday 24th March 2022 at 11:00 am. Bids submitted after this prescribed time shall be rejected.

Eng. T. K. Kendagor

REGIONAL DIRECTOR  - KILIFI REGION

KILIFI REGION TENDER NOTICE 2023/24

KENYA RURAL ROADS AUTHORITY

                                                                                                                                                                                                                                     23rd July, 2024

TENDER NOTICE

The Kenya Rural Roads Authority (KeRRA) is a state corporate established under the Kenya Roads Act 2007 with a mandate to manage, develop, and maintain the rural road network in the country.

Kilifi Region, wish to hereby invite bids from REGISTERED contractors in the Region and others     within the special category (YWPLD) for Road Maintenance project for FY 2023/24 for the following tenders.

 Download Tender Notice Advert here

Tender Ref.

Road Name

Category & Target group

Eligible bidders/

NCA

KeRRA/KLF/08/39/107/2023-2024

E3103: Mitangoni Primary-Majajani (Mitangoni – Majajani – Nzombere) Road

Youth

6,7 or 8

KeRRA/KLF/08/39/108/2023-2024

UR KN 3: Slaughter House Access Road

Registered

6,7 or 8

KeRRA/KLF/08/39/109/2023-2024

G31260: Mwanawinji – Tunzanane (Mwadenje River Box Culvert)

Registered

6,7 or 8

KeRRA/KLF/08/39/110/2023-2024

G31265: Kwa Msalem - Chinje – Chengoni Road

Registered

6,7 or 8

KeRRA/KLF/08/39/111/2023-2024

D1043: Gotani Drift

Women

6,7 or 8

KeRRA/KLF/08/39/112/2023-2024

C236: Makululu - TVET Nguruweni Road

Registered

6,7 or 8

KeRRA/KLF/08/39/113/2023-2024

E3089: ACK Magogoni - Magogoni Village

Youth

6,7 or 8

KeRRA/KLF/08/39/114/2023-2024

E3086: Mkapuni - Kadzuyuni section I Road

Registered

6,7 or 8

KeRRA/KLF/08/39/115/2023-2024

UR RB5: Kibaoni - Mgandini TVET Road

Women

6,7 or 8

KeRRA/KLF/08/39/116/2023-2024

UK_03-918: Bam Bam - Kwa Mbaji Road

PWD

6,7 or 8

KeRRA/KLF/08/39/117/2023-2024

D1049:  Tsunzani - Mboga (Mboga drift)

Registered

6,7 or 8

KeRRA/KLF/08/39/118/2023-2024

E3092: Rimarapera – Midoina Road

Youth

6,7 or 8

KeRRA/KLF/08/39/119/2023-2024

L10_Malindi: Kelesha – Takaye Road

Women

6,7 or 8

KeRRA/KLF/08/39/120/2023-2024

L9_Malindi: Omar Boga - Chemichemi Access Road

Registered

6,7 or 8

KeRRA/KLF/08/39/121/2023-2024

D1040: Ramada - Adu Road

Registered

6,7 or 8

KeRRA/KLF/08/39/122/2023-2024

C233: Mzungu Wa Lugwe drift

Registered

6,7 or 8

Tender Ref.

Road Name

Category & Target group

Eligible bidders/

NCA

KeRRA/KLF/08/39/123/2023-2024

D1042: Kanyumbuni Drift

Youth

6,7 or 8

KeRRA/KLF/08/39/124/2023-2024

G31219: Dzunguni – Chumani Road

Registered

6,7 or 8

KeRRA/KLF/08/39/125/2023-2024

G31286: Lutsangani – Pingilikani Road

Women

6,7 or 8

KeRRA/KLF/08/39/126/2023-2024

C202: Ndatani - Mnago Wa Dola – Road

Registered

6,7 or 8

KeRRA/KLF/08/39/127/2023-2024

C238: Pangani Primary Sch– Jibana Road

Registered

6,7 or 8

KeRRA/KLF/08/39/128/2023-2024

C231: Katendewa - Shangweni – Vitengeni Road

Registered

6,7 or 8

KeRRA/KLF/08/39/129/2023-2024

E3113: Phishimwenga - Girimacha – Mwangea Road

Registered

6,7 or 8

KeRRA/KLF/08/39/130/2023-2024

D1040: GIS -Ramada Road

Registered

6,7 or 8

KeRRA/KLF/08/39/131/2023-2024

UR MDL1: Gandini – Marikano Road

Registered

6,7 or 8

KeRRA/KLF/08/39/132/2023-2024

E3119: Mwaeba – Ngombeni Road

PWD

6,7 or 8

KeRRA/KLF/08/39/133/2023-2024

D1043: Kibao Kiche - Gotani Road

Registered

6,7 or 8

KeRRA/KLF/08/39/134/2023-2024

D1051: Vitengeni – Mwahera - Kibaoni (Kwa Dadu) Road

Registered

6,7 or 8

KeRRA/KLF/08/39/135/2023-2024

C236: Kibaoni-Palakumi-Nzovuni River Road

Women

6,7 or 8

KeRRA/KLF/08/39/136/2023-2024

D1041: Magogoni-Silala Road

Youth

6,7 or 8

KeRRA/KLF/08/39/137/2023-2024

C237: Ganze-Magogoni Road

PWD

6,7 or 8

Bidders MUST meet the following requirements alongside other requirements contained in tender documents. 

  1. To enhance equity bidders will only be awarded a maximum of two tenders either as a director or a company under this tender notice.
  2. Bidders are requested to familiarise themselves with the site before tendering.
  3. MUST provide original document and a copy.
  4. All Interested bidders are required to continually check the KeRRA website kerra.go.ke/tenders for any tender addendum or clarification that may arise before the submission date.

NOTE

  • All attachments must be certified by a commissioner for oaths.  
  • The cost estimate of the proposed works has been provided in the tender document.

Tender documents detailing requirements shall be obtained from the KeRRA website www.kerra.go.ke. Complete tender document duly serialized; in Wax Sealed Plain Envelopes marked with Tender Reference (KeRRA/KLF/08/39/….) number and Description, should be sent to the address below or deposited in the Tender Box located at Supply Chain Management Office, within the Kenya Rural Roads Authority Kilifi Region Offices situated along Prison Road.  

Regional Director

Kenya Rural Roads Authority,

P.O. Box 27-80108,

KILIFI  

So as to be received on Tuesday 6th August, 2024 at 11:00 am and be opened immediately thereafter in the presence of bidders’ representatives who may wish to attend, however bidders may request for any information through the office.

 

ENG. T.K KENDAGOR

REGIONAL DIRECTOR, 

KILIFI REGION

KILIFI REGION TENDERS FEBRUARY

KENYA RURAL ROADS AUTHORITY

KILIFI REGION

INVITATION TO TENDER                           

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 interested Road works Contractors those are in the Special group category (Youth,Women and PWD) for the works below whos’ funding Source is from 22% SOS/and GOK Savings Allocation for Spot Improvement works.

 

Tender Number

Link

Road Name

Category

KILIFI NORTH

1

KeRRA/08/KLF/39/22% SOS/112/2021-2022

C231

Dida-Kakanjuni

Women

KILIFI SOUTH

2

KeRRA/08/KLF/39/22% SOS/113/2021-2022

C234

 Vipingo Ridge-Mitangoni

Youth

                                                                                        KALOLENI

3

KeRRA/08/KLF/39/22% SOS/114/2021-2022

UR KL1

Klean Ngala-Makomboani- Msonobariniri

Pwd

                                                                                        RABAI

4

KeRRA/08/KLF/39/22% SOS/115/2021-2022

UR RB3

 Bondora-Mleji

Women

                                                                                        GANZE

5

KeRRA/08/KLF/39/22% SOS/116/2021-2022

C231

 Matanomane-Dida

Youth

 

                                                                                        MALINDI

6

KeRRA/08/KLF/39/22% SOS/117/2021-2022

D1045

Sosobora Pri.Sch-Mwanges

Pwd

                                                                                        MAGARINI

7

KeRRA/08/KLF/39/22% SOS/118/2021-2022

C233

Gandini-Bungale

Women

 

 

 

INVITATION TO TENDER                         

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 interested Road works Contractors those are in the Special group category (Women) for the works below whos’ funding Source is from GOK Savings Allocation for Spot Improvement works.

 

Tender Number

Link

Road Name

Category

                                                                                        KALOLENI

   1

KeRRA/08/KLF/39/GoKSAV/119/2021-2022

C202

Mnago Wa Dola - ndatani

Women

QUALIFICATIONS FOR TENDERING

 

Mandatory Requirements

Eligible bidders MUST meet and submit the following with the bid document:

  1. Certified copy of Certificate of Incorporation/Registration
  2. Valid practicing license as a contractor (NCA 6,7 and 8)
  3. Certified copy of VAT & PIN registration certificate
  4. Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
  5. Certified Copy of CR 12 (Issued within the last 12 months before the tender opening date)
  6. National Identity Cards / Passports of Directors
  7. Certified Single Business Permit
  8. Current Bank statement in Company’s name for the last three months
  9. Authority to seek reference from the Contractors bank
  10. Letter from the Bank showing signatories to the account.
  11. Certified copy of certificate registration for Youth, Women & Persons with Disability where applicable
  12. For PWD Bidders attach valid and certified copy of proof of registration with NCPWD
  13. Form of tender and priced Bills of Quantities correctly filled, signed & stamped
  14. Declaration form filled, signed and stamped

Confidential Business Questionnaire correctly filled, signed & stamped

  1. Bidders Must Serialize sequentially all pages of their tender documents submitted using a serialization machine.
  2. Submit a brief valid & relevant Work Methodology and also giving a detailed work program details of activities and timelines
  3. Fully filled and signed Self – Declaration Forms – Form SDI and SD2
  4. Fully filled Signed and Stamped Tender Securing Declaration Form
  5. To enhance EQUITY,bidders shall bid for a maximum of Two (2) Tenders,but can only be Awarded a maximum of ONE (1) Tender,under this tender notice.Bidders who participate in more than Two (2) tenders

        shall be disqualified.

b.Director (s) bidding under different companies for the same tender shall be      disqualified.

c.Director (s) bidding under different companies should not participate in more than  Two (2) tenders.

Other Requirements

As specified in the respective tender documents covering the following:

  1. Similar previous experience where applicable (Not applicable to special group category)
  2. Professional and Technical Personnel (provide CVs for the employees and their certificates)
  3. Turnover and liquid Assets Supported by Audited Accounts for the previous two (2) years.
  4. Current work load if any
  5. Litigation History (provide Original sworn Affidavit)- executed within 6 months before the tender opening date
  6. Certified copies of Log books for ownership of Machines and Those hiring must provide certified copies of Lease Agreements( From Individual lessors/ MTF)
  7. a)Any form of Canvassing will lead to disqualification
  8. b) Pre-Tender site Visit is Open but mandatory and bidders are free to visit but with prior arrangement with KeRRA Regional Director-Kilifi Region or Representative(CRO).Site Visits Certificates are supposed to be dully signed by the Regional Director or his representative(CRO).This is conducted as per the conditions of tender and instructions to Bidders Clause 7.2.

NOTE:

  1. All certification of documents shall be original and executed by Commissioner for Oaths or Notaries
  2. Certificates / Licenses shall be verified from or with the Issuing Authorities or Agencies

Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from Wednesday 1st  February, 2023.

 Procurement and in addition evaluation will be based on the details and post qualification criteria as stated  in the Instruction to Tenderers (Refer to Section IV.7 in the Tender Document). Price quoted must

be net, inclusive of all Government taxes and remain valid during the whole contract period. Return the serialized document, in a plain sealed envelope marked with the respective tender number, project name addressed to:

The Regional Director,

Kenya Rural Roads Authority (KeRRA)

  1. O. Box 27 – 80108, KILIFI

The same should be deposited in the Region tender box at the KeRRA,KILIFI REGIONAL OFFICE on or before Tuesday 14th February,2023 at 10.00 am. Tenders will be opened immediately thereafter at the same venue in the presence of tenderers or their representatives who choose to attend, however, bidders may request for any information through the official line; 0740803813. Late submissions will not be accepted.

 

 

 

 

Eng. T. K. Kendagor.

REGIONAL DIRECTOR –KILIFI  REGION

KILIFI REGION TENDERS FOR 22% RMLF, 10% RMLF & 10% CS FY 2020-2021

TENDER ADVERT

 

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 interested Road works Contractors registered in Kilifi Region and those in the special group category (Youth, Women and PWD) to bid for Roadworks funded under 22% RMLF, 10% RMLF & 10% CS Allocation as indicated in the table below:

QUALIFICATIONS FOR TENDERING

Mandatory Requirements

Eligible bidders MUST meet and submit the following with the bid document:

  1. Certified copy of Certificate of Incorporation/Registration
  2. Valid practicing license as a contractor (NCA 5,6,7 &8)
  3. Certified copy of VAT & PIN registration certificate
  4. Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
  5. Copy of CR 12 (Issued within the last 12 months from the tender opening date)
  6. National Identity Cards / Passports of Directors
  7. Valid Single Business Permit
  8. Current Bank statement in Company’s name
  9. Authority to seek reference from the Contractors bank
  10. Attach Certified copy of certificate registration for Youth, Women & Persons with Disability where applicable
  11. For PWD Bidders attach valid and certified copy of proof of registration with NCPWD
  12. Form of tender and priced Bills of Quantities correctly filled, signed & stamped
  13. Declaration form
  14. Confidential Business Questionnaire correctly filled, signed & stamped
  15. Bidders Must Serialize sequentially all pages of their tender documents submitted using serialization machine ALL Pages (1,2,3,4,5….) from the first to last page.
  16. No contractor will be awarded more than one contract
  17. Submit a brief valid & relevant Work Methodology and also giving a detailed work program details of activities and timelines
  18. Fully filled and signed Self – Declaration Form – Form SDI (The Tender Securing Declaration shall remain valid for a period of 28 days beyond the tender validity period)

Other Requirements

As specified in the respective tender documents covering the following:

  1. Similar previous experience where applicable (Not applicable to special group category)
  2. Professional and Technical Personnel (provide CVs for the employees and their certificates)
  3. Turnover and liquid Assets Supported by Audited Accounts for the previous two (2) years (Not applicable to special group category)
  4. Current work load if any
  5. Litigation History (provide sworn Affidavit)- executed within 3 months before the tender opening date
  6. Certified copies of Log books for ownership of Machines and Equipment. Those hiring must provide certified copies of Lease Agreements
  1. Any form of Canvassing will lead to disqualification
  2. Subsequent to presidential directives issued on the COVID-19 Pandemic there shall be no pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids and ensure their site visit certificates are duly signed by the respective officer.

 NOTE:

  1. All certification of documents shall be original and executed by Commissioner for Oaths or Notaries
  2. Certificates / Licenses shall be verified from or with the Issuing Authorities or Agencies

 

Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 30th November, 2020.

Ensure that the document downloaded from the website has been registered at KeRRA Kilifi office (Procurement desk) before submission. Duly completed tender documents in plain sealed envelopes marked with the respective tender number, project name should be addressed to:

The Deputy Director,

Kenya Rural Roads Authority (KeRRA)

P.O. Box 27 - 80108 KILIFI

 

The same should be deposited in the constituency tender box at the KeRRA, KILIFI REGIONAL OFFICE on or before Tuesday, 15th December, 2020 at 10.00 am. Tenders will be opened immediately thereafter at the same venue in the presence of tenderers or their representatives who choose to attend, however, bidders may request for any information through the official line; 0745589747. Late submissions will not be accepted.

Eng. T. Kendagor.

DEPUTY DIRECTOR (ROADS) COAST REGION

 

 

No.

Pakage Number

Constituency

Road Code

 Section Name

Reserved

Download

1

KeRRA/011/KLF/39/006/2020-2021

Ganze

E3101

Jaribuni Dispensary - Maya Island

Open

Download

2

KeRRA/011/KLF/39/007/2020-2021

Ganze

C231

Kidungwa - Dida

Women

Download

3

KeRRA/011/KLF/39/008/2020-2021

Kilifi South

G31281

Kijipwa Police Station - Gongoni - Mwachibora

Open

Download

4

KeRRA/011/KLF/39/009/2020-2021

Kilifi North

U-P45

Timboni - Dabaso Primary Road

Open

Download

5

KeRRA/011/KLF/39/010/2020-2021

Kilifi South

U-L5 MLD

Dabaso Shopping Centre - Clab Shark Restaurant Road

Women

Download

6

KeRRA/011/KLF/39/011/2020-2021

Kaloleni

E3087

Deri - St Micheals - Mwino - Mwanamunga

Open

Download

7

KeRRA/011/KLF/39/012/2020-2021

Rabai

E3108

Mkapuni - Kanyumbani Road

Open

Download

8

KeRRA/011/KLF/39/013/2020-2021

Rabai

URF RB 01

Makobeni - Mleji Primary School

PWD

Download

9

KeRRA/011/KLF/39/014/2020-2021

Rabai

URF RB 02

Rabai Power - Kajiwe Primary Road

Open

Download

10

KeRRA/011/KLF/39/073/2019-2020

Kaloleni

C236

Kizurini- Mihingoni

Open

Download

11

KeRRA/011/KLF/39/075/2019-2020

Rabai

C101

Mleji- Ribe Boys

Youth

Download

12

KeRRA/011/KLF/39/017/2020-2021

Magarini

URF MGN 01

Dodosa Bungale Road

Youth

Download

13

KeRRA/011/KLF/39/018/2020-2021

Magarini

C233

Karimboni-Marekebuni

Open

Download

14

KeRRA/011/KLF/39/019/2020-2021

Kilifi North

C231

Dida - Mrima Wa Dzovu

PWD

Download

15

KeRRA/011/KLF/39/020/2020-2021

Kilifi North

C231

Mrima Wa Dzovu - Dzunguni

Open

Download

16

KeRRA/011/KLF/39/021/2020-2021

Kilifi North

C231

Ezamoyo - Kakanjuni

Women

Download

17

KeRRA/011/KLF/39/022/2020-2021

Kilifi North

C231

Kakanjuni - Mdzongoloni

Open

Download

18

KeRRA/011/KLF/39/023/2020-2021

Kilifi North

C231

Mdzongoloni -Kibaoni

Open

Download

19

KeRRA/011/KLF/39/024/2020-2021

Kilifi North

C231

Dzunguni - Ezamoyo

Youth

Download

20

KeRRA/011/KLF/39/025/2020-2021

Kilifi South

C234

Mtwapa - Bomani

Open

Download

21

KeRRA/011/KLF/39/026/2020-2021

Kilifi South

C234

Bomani - Vipingo Ridge

Women

Download

22

KeRRA/011/KLF/39/027/2020-2021

Kilifi South

C234

Vipingo Ridge - Ngombeni

Open

Download

23

KeRRA/011/KLF/39/028/2020-2021

Kilifi South

C234

Ngombeni - Mitangoni

Open

Download

24

KeRRA/011/KLF/39/029/2020-2021

Kilifi South

C234

Lutsangani - Pingilikani

PWD

Download

25

KeRRA/011/KLF/39/030/2020-2021

Kaloleni

C236

Kizurini - Mihingoni

Open

Download

26

KeRRA/011/KLF/39/031/2020-2021

Kaloleni

C236

Kwademu - Solace Education Centre

PWD

Download

27

KeRRA/011/KLF/39/032/2020-2021

Kaloleni

C236

Solace Education Centre - Nzovuni River

Women

Download

28

KeRRA/011/KLF/39/033/2020-2021

Kaloleni

C236

Mihingoni - Nguruweni

Open

Download

29

KeRRA/011/KLF/39/034/2020-2021

Kaloleni

C236

Nguruweni - Kwademu

Youth

Download

30

KeRRA/011/KLF/39/035/2020-2021

Rabai

C101

Chauringo - Mtsanjeni

Open

Download

31

KeRRA/011/KLF/39/036/2020-2021

Rabai

C101

Mtsanjeni - Jinyume - Myatsani

Open

Download

32

KeRRA/011/KLF/39/037/2020-2021

Rabai

C238

Bondora-Maereni

Youth

Download

33

KeRRA/011/KLF/39/038/2020-2021

Rabai

C238

Maereni-Pangani Primary School

Women

Download

34

KeRRA/011/KLF/39/039/2020-2021

Rabai

C238

Pangani Primary School-Jibana

PWD

Download

35

KeRRA/011/KLF/39/040/2020-2021

Ganze

C231

Katendewa - Shangweni

Women

Download

36

KeRRA/011/KLF/39/041/2020-2021

Ganze

C231

Shangweni - Vitengeni

Open

Download

37

KeRRA/011/KLF/39/042/2020-2021

Ganze

C236

Mtsangamali - Kibaoni

Open

Download

38

KeRRA/011/KLF/39/043/2020-2021

Ganze

C236

Nzovuni River - Mtsangamali

Open

Download

39

KeRRA/011/KLF/39/044/2020-2021

Ganze

C237

Ganze - Magogoni

PWD

Download

40

KeRRA/011/KLF/39/045/2020-2021

Ganze

C237

Bamba - Ganze

Youth

Download

41

KeRRA/011/KLF/39/046/2020-2021

Malindi

D1045

Pishimwenga - Sosobora Pri. Sch.

Youth

Download

42

KeRRA/011/KLF/39/047/2020-2021

Malindi

D1045

Sosobora Pri. Sch. - Girimacha

Women

Download

43

KeRRA/011/KLF/39/048/2020-2021

Malindi

U_L7

Mkao Moto - Bobi Tuva - Forest

PWD

Download

44

KeRRA/011/KLF/39/049/2020-2021

Malindi

G31601

Gandini - Baolala

Open

Download

45

KeRRA/011/KLF/39/050/2020-2021

Malindi

L9_Malindi

Kakuyuni - Madunguni

Open

Download

46

KeRRA/011/KLF/39/051/2020-2021

Magarini

C233

Batekaya-Mugumoni

PWD

Download

47

KeRRA/011/KLF/39/052/2020-2021

Magarini

C233

Garashi-Batekaya

Open

Download

48

KeRRA/011/KLF/39/053/2020-2021

Magarini

C233

Karimboni - Marekebuni

Open

Download

49

KeRRA/011/KLF/39/054/2020-2021

Magarini

C233

Mugumoni- Dhololo

Women

Download

50

KeRRA/011/KLF/39/055/2020-2021

Magarini

C233

Dhololo - Karimboni

Youth

Download

KILIFI REGION TENDERS FY 2019/2020

INVITATION TO TENDER                                                                  21st November, 2019

 TENDER NOTICE DOWNLOAD

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 or rural roads.

The Authority hereby invites all interested Road works Contractors prequalified in the Region and AGPO eligible firms/ groups to the – Financial Year 2019 / 2020 for routine maintenance and spot improvement works, on the roads indicated below:

No

PACKAGE NO.

CONSTITUENCY

ROAD NO.

ROAD LINK

LENGTH

ESTIMATE

CATEGORY

SITE VISIT

Document Download

1

KeRRA/011/KLF/39/001/2019-2020

Kilifi North

C231

DIDA - MRIMA WA DZOVU

6.00

4,200,000.00

Open

2nd Dec 2019

Download

2

KeRRA/011/KLF/39/002/2019-2020

Kilifi South

C238

JIBANA - KIDUTANI

7.50

4,600,000.00

Women

2nd Dec 2019

Download

3

KeRRA/011/KLF/39/003/2019-2020

Ganze

C231

VITENGENI - KIDUNGWA

9.00

4,200,000.00

Youth

2nd Dec 2019

Download

4

KeRRA/011/KLF/39/004/2019-2020

Kilifi South

G31265

CHINJE-CHENGONI - MTEPENI

9.94

4,600,000.00

Open

2nd Dec 2019

Download

5

KeRRA/011/KLF/39/005/2019-2020

Kilifi North

UG31365

KIMANJE - KWA KAZURI

6.80

4,000,000.00

PWD

2nd Dec 2019

Download

6

KeRRA/011/KLF/39/006/2019-2020

Kilifi North

UG31357

KIBAONI - NDZONGOLONI

4.70

4,000,000.00

Women

2nd Dec 2019

Download

7

KeRRA/011/KLF/39/007/2019-2020

Magarini

E1921

G.I.S JCT - KABIBONI - WARESA PRI. SCH.

6.50

6,000,000.00

Open

4th Dec 2019

Download

8

KeRRA/011/KLF/39/008/2019-2020

Kilifi North

C231

DIDA - MRIMA WA DZOVU

6.00

5,641,304.24

Youth

2nd Dec 2019

Download

9

KeRRA/011/KLF/39/009/2019-2020

Kilifi North

C231

DZUNGUNI - KAKANJUNI

6.00

4,641,123.82

Youth

2nd Dec 2019

Download

10

KeRRa/011/KLF/39/010/2019-2020

Kilifi North

C231

KAKANJUNI - KIBAONI KILIFI

8.52

5,871,463.79

Open

2nd Dec 2019

Download

11

KeRRA/011/KLF/39/011/2019-2020

Kilifi North

C231

MRIMA WA DZOVU - DZUNGUNI

4.00

5,407,854.24

PWD

2nd Dec 2019

Download

12

KeRRA/011/KLF/39/012/2019-2020

Kilifi South

C234

BOMANI - VIPINGO RIDGE

9.20

4,218,793.77

Women

2nd Dec 2019

Download

13

KeRRA/011/KLF/39/013/2019-2020

Kilifi South

C234

MTWAPA - BOMANI

10.80

4,625,645.00

Open

2nd Dec 2019

Download

14

KeRRA/011/KLF/39/014/2019-2020

Kilifi South

C234

MTWAPA - BOMANI

10.80

2,822,715.25

PWD

2nd Dec 2019

Download

15

KeRRA/011/KLF/39/015/2019-2020

Kilifi South

C234

NGOMBENI - MITANGONI

10.25

4,953,224.14

Youth

2nd Dec 2019

Download

16

KeRRA/011/KLF/39/016/2019-2020

Kilifi South

C234

VIPINGO RIDGE - NGOMBENI

9.00

4,964,627.54

Open

2nd Dec 2019

Download

17

KeRRA/011/KLF/39/017/2019-2020

Kaloleni

C236

KIZURINI - MIHINGONI

4.50

5,278,471.60

Youth

3rd Dec 2019

Download

18

KeRRA/011/KLF/39/018/2019-2020

Kaloleni

C236

KWADEMU - NZOVUNI RIVER

5.00

5,475,754.37

Women

3rd Dec 2019

Download

19

KeRRA/011/KLF/39/019/2019-2020

Kaloleni

C236

MIHINGONI - NGURUWENI

4.50

5,357,564.30

Open

3rd Dec 2019

Download

20

KeRRA/011/KLF/39/020/2019-2020

Kaloleni

C236

NGURUWENI - KWADEMU

4.50

5,448,494.37

Open

3rd Dec 2019

Download

 

21

KeRRA/011/KLF/39/021/2019-2020

Rabai

C101

CHAURINGO - MWAKIRUNGE

4.15

5,757,082.33

Open

3rd Dec 2019

Download

22

KeRRA/011/KLF/39/022/2019-2020

Rabai

C101

MAERENI - CHAURINGO

4.20

5,670,729.95

Open

3rd Dec 2019

Download

23

KeRRA/011/KLF/39/023/2019-2020

Rabai

C101

MLEJI - RIBE BOYS

3.00

5,072,288.19

PWD

3rd Dec 2019

Download

24

KeRRA/011/KLF/39/024/2019-2020

Rabai

C238

BONDORA-MAERENI

3.00

5,037,116.69

Women

3rd Dec 2019

Download

25

KeRRA/011/KLF/39/025/2019-2020

Ganze

C236

NZOVUNI RIVER - MTSANGAMALI

6.25

5,430,654.92

Youth

2nd Dec 2019

Download

26

KeRRA/011/KLF/39/026/2019-2020

Ganze

C237

BAMBA - KIBAONI

10.00

5,208,703.73

Open

2nd Dec 2019

Download

27

KeRRA/011/KLF/39/027/2019-2020

Ganze

C237

GANZE - MAGOGONI

7.56

5,312,395.54

women

2nd Dec 2019

Download

28

KeRRA/011/KLF/39/028/2019-2020

Ganze

C237

KIBAONI - GANZE

10.00

5,617,643.88

Youth

2nd Dec 2019

Download

29

KeRRA/011/KLF/39/029/2019-2020

Malindi

D1045

PISHIMWENGA JCT: SOSOBORA PRI. SCH. - GIRIMACHA PRI. SCH.

31.00

5,280,272.75

PWD

4th Dec 2019

Download

30

KeRRA/011/KLF/39/030/2019-2020

Malindi

D1051

PISHIMWENGA - KIBAONI

7.20

5,487,996.13

Open

4th Dec 2019

Download

31

KeRRA/011/KLF/39/031/2019-2020

Malindi

G31601

GANDINI - BAOLALA

3.30

5,222,337.07

Youth

4th Dec 2019

Download

32

KeRRA/011/KLF/39/032/2019-2020

Malindi

L9_Malindi

KAKUYUNI - MADUNGUNI

8.00

5,371,884.77

Open

4th Dec 2019

Download

33

KeRRA/011/KLF/39/033/2019-2020

Magarini

C233

BARICHO-GARASHI

15.00

4,251,106.87

Women

4th Dec 2019

Download

34

KeRRA/011/KLF/39/034/2019-2020

Magarini

C233

GARASHI-KARIMBONI

20.00

5,512,297.24

Youth

4th Dec 2019

Download

35

KeRRA/011/KLF/39/035/2019-2020

Magarini

C233

KARIMBONI-MAREKEBUNI

14.50

5,542,929.64

Women

4th Dec 2019

Download

36

KeRRA/011/KLF/39/036/2019-2020

Magarini

C233

MAREKEBUNI-MAMBRUI

5.20

5,895,194.84

PWD

4th Dec 2019

Download

37

KeRRA/011/KLF/39/037/2019-2020

Kaloleni

C236

MIHINGONI - NGURUWENI

4.50

4,612,111.88

Open

3rd Dec 2019

Download

38

KeRRA/011/KLF/39/038/2019-2020

Rabai

C205

KALOLENI - MKAPUNI

11.50

4,701,319.57

Open

3rd Dec 2019

Download

39

KeRRA/011/KLF/39/039/2019-2020

Magarini

C233

GARASHI-KARIMBONI

20.00

3,856,080.07

PWD

4th Dec 2019

Download

40

KeRRA/011/KLF/39/040/2019-2020

Malindi

D1045

PISHIMWENGA JCT: SOSOBORA PRI. SCH. - GIRIMACHA PRI. SCH.

31.00

4,800,012.23

Youth

4th Dec 2019

Download

41

KeRRA/011/KLF/39/041/2019-2020

Kilifi North

C235

KASAVA - TEZO

8.66

4,834,894.41

Open

2nd Dec 2019

Download

42

KeRRA/011/KLF/39/042/2019-2020

Kilifi North

C235

MAGOGONI - KASAVA

10.70

4,970,381.51

Youth

2nd Dec 2019

Download

43

KeRRA/011/KLF/39/043/2019-2020

Kilifi South

C238

JIBANA - KIDUTANI

7.50

4,623,281.19

Women

2nd Dec 2019

Download

44

KeRRA/011/KLF/39/044/2029-2020

Kilifi South

C238

KIDUTANI - NGOMBENI

7.47

5,177,749.59

PWD

2nd Dec 2019

Download

45

KeRRA/011/KLF/39/045/2019-2020

Kaloleni

C202

GURUGURU - NDATANI

6.00

5,062,613.78

Women

3rd Dec 2019

Download

46

KeRRA/011/KLF/39/046/2019-2020

Kaloleni

C202

MNAGO WA DOLA - SILALONI

6.90

4,738,092.18

Youth

3rd Dec 2019

Download

47

KeRRA/011/KLF/39/047/2019-2020

Rabai

C238

MAERENI-PANGANI PRIMARY SCHOOL

3.00

4,733,181.49

Open

3rd Dec 2019

Download

48

KeRRA/011/KLF/39/048/2019-2020

Rabai

C238

PANGANI PRIMARY SCHOOL-JIBANA

3.00

5,067,469.08

Open

3rd Dec 2019

Download

49

KeRRA/011/KLF/39/049/2019-2020

Ganze

C235

DZITSONI - JARIBUNI

9.70

5,758,253.63

Open

2nd Dec 2019

Download

50

KeRRA/011/KLF/39/050/2019-2020

Ganze

C235

JARIBUNI - MAGOGONI

8.50

4,042,184.31

Women

2nd Dec 2019

Download

51

KeRRA/011/KLF/39/051/2019-2020

Malindi

C232

BAOLALA - LANGOBAYA

5.00

4,831,208.25

Youth

4th Dec 2019

Download

52

KeRRA/011/KLF/39/052/2019-2020

Malindi

D1041

BAOLALA - KIBARANDUNI - MALANGA

9.00

4,751,748.24

PWD

4th Dec 2019

Download

53

KeRRA/011/KLF/39/053/2019-2020

Magarini

C233

BARICHO-GARASHI

15.00

4,952,196.23

Open

4th Dec 2019

Download

54

KeRRA/011/KLF/39/054/2019-2020

Magarini

C233

GARASHI-KARIMBONI

20.00

4,861,764.37

Youth

4th Dec 2019

Download

 

55

KeRRA/011/KLF/39/055/2019-2020

Kilifi South

C234

BOMANI - VIPINGO RIDGE

9.20

4,944,533.25

Open

2nd Dec 2019

Download

56

KeRRA/011/KLF/39/056/2019-2020

Kilifi North

C231

KAKANJUNI - KIBAONI KILIFI

8.52

5,401,120.49

Women

2nd Dec 2019

Download

57

KeRRA/011/KLF/39/057/2019-2020

Ganze

C237

BAMBA - KIBAONI

10.00

4,408,780.49

Open

2nd Dec 2019

Download

58

KeRRA/011/KLF/39/058/2019-2020

Kilifi North

C235

KAKANJUNI - TEZO

18.00

5,300,000.00

Open

2nd Dec 2019

Download

QUALIFICATIONS FOR TENDERING

Mandatory Requirements

Eligible bidders MUST meet and submit the following with the bid:

  1. Certified copy of Certificate of Incorporation
  2. Valid practicing license as a contractor (Roads & Civil Works NCA 6,7&8)
  3. Certified copy of VAT & PIN registration certificate
  4. Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
  5. Copy of CR 12 (Issued within the last 12 months from the tender opening date)
  6. National Identity Cards / Passports of Directors
  7. Valid Single Business Permit
  8. Certified copy of Valid Certificate of Registration for Access to Government Procurement Opportunities (AGPO), from the national treasury (For disadvantage groups, Women, Youth and Persons with Disability), Small Works and Engineering
  9. Those bidding for Persons with Disabilities contracts must attach copies of IDs issued by the NCPWD for the Directors who are disabled

(Certified Copies).

  1. Certified copies of Log books for ownership of Machines and Equipment. Those hiring MUST provide certified copies of Lease Agreements
  2. Current Sworn Affidavit not more than 3 months from the tender opening date
  3. Current Bank statement in contractor’s name -3 months current bank statement
  4. Authority to seek reference from Contractors bankers
  5. Provide letter from the Bank proving that directors in CR12 are signatories to the account
  6. Form of tender correctly filled, signed & stamped
  7. Confidential Business Questionnaire correctly filled, signed & stamped
  8. Bidders Must Serialize sequentially all pages of their tender documents submitted using serialization machine
  9. Submit a brief Work Methodology

 

Other Requirements

As specified in the respective tender documents covering the following:

  1. Similar previous experience where applicable (Not applicable to special group category)
  2. Professional and Technical Personnel (provide CVs for the employees)
  3. Turnover and liquid Assets Supported by Audited Accounts for the previous two (2) years (Not applicable to special group category)
  4. Current work load if any
  5. Litigation History (Provide sworn Affidavit) – executed within 3 months of the tender opening date
  6. Eligibility:

a. To enhance EQUITY, each bidder is eligible for award of only ONE CONTRACT

b.Any form of Canvassing will lead to disqualification

c.Mandatory pre – tender site visit shall take place as indicated in the table above, contractors meet at the Regional office at 9.00am every day.

NOTE:

  1. All certification of documents shall be original and executed by Commissioner for Oaths or Notaries
  2. Certificates / Licenses may be verified from or with the Issuing Authorities or Agencies

Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 27th November, 2019. Duly completed tender documents in plain sealed envelopes marked with the respective tender number, project name should be addressed to:

The Deputy Director,

Kenya Rural Roads Authority (KeRRA)

(Name of Constituency)

P.O. Box 27 - 80108 KILIFI

 

The same should be deposited in the constituency tender box at the KeRRA, KILIFI REGIONAL OFFICE on or before Tuesday, 10th December 2019 at 10.00 am. Tenders will be opened immediately thereafter at the same venue in the presence of tenderers or their representatives who choose to attend. Late submissions will not be accepted.

Eng. Alex M. Machira.

DEPUTY DIRECTOR ROADS (COAST REGION

KILIFI REGION-22% & 10% RMLF SAVINGS FY 2021-2022

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 interested Road works Contractors Prequalified in Kilifi Region for the financial year 2021/2022 and Those in the Special group category (Youth, Women and PWD).The funding Source is from 10% and 22% RMLF Savings Allocation for routine Maintenance and  Spot Improvement works.

 

Tender Number

Link

Road Name

Category

KILIFI NORTH

1

KeRRA/08/KLF/39/98/2020-2021

UG 313557

Dera-Mdzongoloni-Kona

Open

2

KeRRA/011/KLF/39/22%SAV/068/2021-2022

E3103

Majajani - Ngamani

Youth

3

KeRRA/011/KLF/39/22%SAV/069/2021-2022

P54

Maziwa - Mkangagani

Women

KILIFI SOUTH

4

KeRRA/08/KLF/39/99/2020-2021

G31265

Chunje-Mtepeni

Women

5

KeRRA/011/KLF/39/22%SAV/070/2021-2022

F3026/G31267

Mwarakaya – Kizingo and Kwa Kadzengo - Bomani

Pwd

6

KeRRA/011/KLF/39/22%SAV/071/2021-2022

UR KS1

Mtomodoni Pr. Sch - KALRI - Mtepeni

Open

KALOLENI

7

KeRRA/08/KLF/39/100/2020-2021

C236

Kwademu-Nzovuni River

Open

8

KeRRA/011/KLF/39/22%SAV/072/2021-2022

D1049

Chanagande - Mtsengo

Pwd

9

KeRRA/011/KLF/39/22%SAV/073/2021-2022

E3106

Tsunguni - Tsugwa

Women

RABAI

10

KeRRA/08/KLF/39/101/2020-2021

C238

Bondora-Maereni

Open

11

KeRRA/011/KLF/39/22%SAV/074/2021-2022

E3108

Mkapuni – Batani - Kasidi

Women

12

KeRRA/011/KLF/39/22%SAV/075/2021-2022

G31227

Pipeline – Kwabe Kasidi - Ngaferi

Youth

GANZE

13

KeRRA/08/KLF/39/102/2020-2021

C236

Nzovuni River-Mtsangamali

Open

14

KeRRA/011/KLF/39/22%SAV/076/2021-2022

D1041

Silala – Mugumoini - Matanomane

Youth

15

KeRRA/011/KLF/39/22%SAV/077/2021-2022

C236

Kibaoni – Palakumi

Pwd

 

MALINDI

16

KeRRA/08/KLF/39/103/2020-2021

D1045

Pishimwenga-Sosobora Pri.Sch

Open

17

KeRRA/011/KLF/39/22%SAV/078/2021-2022

D1045

Girimacha - Mwangea

Pwd

18

KeRRA/011/KLF/39/22%SAV/079/2021-2022

UR MLD1

Marikano - Gandini

Women

MAGARINI

19

KeRRA/08/KLF/39/104/2020-2021

C233

Bungale-Garashi

Women

20

KeRRA/011/KLF/39/22%SAV/080/2021-2022

C233

Bungale - Baricho

Open

21

KeRRA/011/KLF/39/22%SAV/081/2021-2022

G31631

Kitayo - Kanyumbuni

Youth

QUALIFICATIONS FOR TENDERING

Mandatory Requirements

Eligible bidders MUST meet and submit the following with the bid document:

  1. Certified copy of Certificate of Incorporation/Registration
  2. Valid practicing license as a contractor (NCA 7 & 8)
  3. Certified copy of VAT & PIN registration certificate
  4. Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
  5. Certified Copy of CR 12 (Issued within the last 12 months before the tender opening date)
  6. National Identity Cards / Passports of Directors
  7. Certified Single Business Permit
  8. Current Bank statement in Company’s name
  9. Authority to seek reference from the Contractors bank
  10. Certified copy of certificate registration for Youth, Women & Persons with Disability where applicable
  11. For PWD Bidders attach valid and certified copy of proof of registration with NCPWD
  12. Form of tender and priced Bills of Quantities correctly filled, signed & stamped
  13. Declaration form filled, signed and stamped
  14. Confidential Business Questionnaire correctly filled, signed & stamped
  15. Bidders Must Serialize sequentially all pages of their tender documents submitted using a serialization machine.
  16. No contractor will be awarded more than one contract, Bidders with ongoing projects and Awarded contracts for the current FY are not eligible for award of this
  17. Submit a brief valid & relevant Work Methodology and also giving a detailed work program details of activities and timelines
  18. Fully filled and signed Self – Declaration Forms – Form SDI and SD2
  19. Fully filled Signed and Stamped Tender Securing Declaration Form

Other Requirements

As specified in the respective tender documents covering the following:

  1. Similar previous experience where applicable (Not applicable to special group category)
  2. Professional and Technical Personnel (provide CVs for the employees and their certificates)
  3. Turnover and liquid Assets Supported by Audited Accounts for the previous two (2) years (Not applicable to special group category)
  4. Current work load if any
  5. Litigation History (provide Original sworn Affidavit)- executed within 6 months before the tender opening date
  6. Certified copies of Log books for ownership of Machines and Those hiring must provide certified copies of Lease Agreements( From Individual lessors/ MTF)
  7. Any form of Canvassing will lead to disqualification

b.In Line with MOH Protocols on COVID-19 the pretender site visit shall not be mandatory however the bidders who wish to visit to the respective site can organize with the office during normal working days at their own cost.

NOTE:

 

  1. All certification of documents shall be original and executed by Commissioner for Oaths or Notaries
  2. Certificates / Licenses shall be verified from or with the Issuing Authorities or Agencies

Interested contractors are advised to download tender documents from the KeRRA  website at www.kerra.go.ke for free from Thursday 7th July, 2022.

Ensure that the document downloaded from the website has been registered at KeRRA Kilifi office (Procurement desk) before submission. Procurement and evaluation will be based on the details and post qualification criteria as stated in the Instruction to Tenderers (refer to section 1.1.2 in the tender document). Price quoted must be net, inclusive of all Government taxes and remain valid during the whole contract period. Return the Tape bound and serialized document, in a plain sealed envelope marked with the respective tender number, project name addressed to:

The Deputy Director,

Kenya Rural Roads Authority (KeRRA)

P.O. Box 27 – 80108,

KILIFI

The same should be deposited in the constituency tender box at the KeRRA,KILIFI REGIONAL OFFICE on or before Wednesday 13th July, 2022 at 10.00 am. Tenders will be opened immediately thereafter at the same venue in the presence of tenderers or their representatives who choose to attend, however, bidders may request for any information through the official line; 0740803813. Late submissions will not be accepted.

 

 

 

 

Eng. T. K. Kendagor.

DEPUTY DIRECTOR –KILIFI  REGION

Kirinyaga GOK Development 2018-19

 

 

 

                                     KENYA RURAL ROADS AUTHORITY

               KIRINYAGA REGION               

INVITATION TO TENDER

                                                                                                         Date: 3rd April, 2019

GOK DEVELOPMENT FY 2018-19

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.

 

Tender No

Road NO.

Road name

SITE VISIT

Category

NCA

CATEGORY

Downloads

1

KERRA/011/KIR/39/073/2018-19

K2-KIRINYAGA

DC’S OFFICE - KIANGOTHE

KIRINYGA CENTRAL

C,E

6,7,8

OPEN

Download

2

KERRA/011/KIR/39/074/2018-19

K3-KIRINYAGA

NGARU – KABARE  

KIRINYAGA CENTRAL

C,E

6,7,8

OPEN

Download

3

KERRA/011/KIR/39/075/2018-19

C399(D460

)

MURUBARA - KANDONGU

KIRINYAGA CENTRAL

C,E

6,7,8

WOMEN

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 openes and prevent overquoting and so low quoting to meet employers objective.

There will be Mandatory pretender site visit as from 10th April, 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 23rd April, 2019 at 11.00 am. Opening will take place immediately thereafter. Bidders or their representatives wishing to witness the opening may attend.

                                                                                       

REGIONAL PROCUREMENT OFFICER

FOR; DEPUTY DIRECTOR (RAM)

KIRINYAGA REGION

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

Download tender notice here!

 

Tender No

Road NO.

Road name

SITE VISIT

Category

NCA

CATEGORY

Downloads

NDIA CONSTITUENCY

 

1

KERRA/011/KIR/39/025/2018-19

F2175

B25(Githuguya) - Gacharu(E612A)

31st January 2019

C,E

6,7,8

OPEN

Download

2

KERRA/011/KIR/39/026/2018-19

F2175

Gacharu – a2 Kiangwachi

31st January 2019

C,E

6,7,8

YOUTH

Download

3

KERRA/011/KIR/39/027/2018-19

G26073

D1374KATHAKA – F2175 Gacharu

31st January 2019

C,E

6,7,8

WOMEN

Download

 

                                                          

Kirinyaga Region

INVITATION TO TENDER 

The Kenya Rural Roads Authority (KeRRA) is a state Corporation established under the Kenya Roads Act 2007 and whose mandate is to offer guidance in the construction, maintenance and management of the rural roads network in the country.

The Kenya Rural Roads Authority (Kirinyaga Region) wishes to invite bids for the maintenance of the following roads works in the financial year 2017/18 to be funded through the RMLF Cabinet Minister allocation.

Gichugu Constituency

S/NO

TENDER NO

TENDER  NAME & DESCRIPTION

ESTIMATED

COST (KSHS)

RESERVATION

DOWNLOADS

1.

KeRRA/011/KIR/39/068/2017-18

D458 – Mbiri – PI Embu  

Light Grading/Gravelling

5,400,000.00

Open

Notice

Tender Doc.

 

2.

KeRRA/011/KIR/39/063/2017-18

E1637 - Kiandai – Kavote   

Light Grading/Gravelling

5,300,000.00

Open

Notice

Tender Doc.

Interested firms may examine, download and print free of charge the tender documents with detailed specification from the KeRRA Website: www.kerra.go.ke

Qualification for Tendering (Mandatory)

(a) Certificate of Incorporation
(b) National Construction Authority Certificate (NCA)
(c) PIN/VAT Registration Certificates.
(d) Valid Tax Compliance Certificate.
(e) Experience of the contractor on similar works.
(f) Authority to seek reference from the tenders bankers
(g) Current Litigation information
(h) CR12 and ID copies of the Directors.
(i) Pre site visit certificate.
(j) Proof of bank account (Provide bank statement)
(k) Only pre-qualified contractors for the constituency are eligible to bid.
(l) AGPO tenders should provide with the bid document certificate for small works & engineering

Procurement and evaluation will be based on the above details and post qualification criteria as stated in the Instruction to Tenderers. Bid documents must be submitted in plain sealed envelope marked with tender number and description and/or addressed to the above address. Price quoted must be net, inclusive of all Government taxes and remain valid during the whole contract period and deposited in the tender box at the regional offices.

Mandatory Pre-site tender briefing and visit shall be conducted on the following schedule:
Wednesday 21st March, 2018

Interested Contractors pre-qualified in the region are hereby requested to be at the Regional offices at 9:00AM on schedule dates for pre-briefing meeting and inspection.

Bidders are free to visit the sites with prior arrangement with Constituency Roads Officer (CRO’s) where the projects are located during the normal working days but before the close of the tenders. Bidders must however ensure that the Site Visit Certificate is signed by the respective officer.

So as to be received by 29th March, 2018 at 10:00AM and Opening of the bids will take place at the Regional offices in Kerugoya immediately thereafter in presence of bidders or their representatives who wish to attend.

Tenders submitted after the closing date shall be disqualified and return un-opened.

NB: Tenders who shall not fulfill these conditions shall automatically be disqualified.

REGIONAL PROCUREMENT OFFICER
FOR: REGIONAL MANAGER
KIRINYAGA REGION

 

 

 

INVITATION TO TENDER  

The Kenya Rural Roads Authority (KeRRA) is a state Corporation established under the Kenya Roads Act 2007 and whose mandate is to offer guidance in the construction, maintenance and management of the rural roads network in the country.

The Kenya Rural Roads Authority (Kirinyaga Region) wishes to invite bids for the maintenance of the following roads works in the financial year 2017/18 to be funded through the RMLF.

Gichugu Constituency

S/NO

TENDER NO

TENDER  NAME & DESCRIPTION

ESTIMATED

COST (KSHS)

RESERVATION

Downloads

1.

KeRRA/011/KIR/39/013/2017-18

E1636: Junct E616J1 Kainamoi – Forest Edge

Light Bush /Light Grading/Gravelling

2,369,880.00

Open

Download
Notice

2.

KeRRA/011/KIR/39/038/2017-18

E618: E620J1 Mucagara – D459 Kiamutugu    

Light Grading/ Gravelling 

2,309,270.00

Youth

Download
Notice

 

Kirinyaga Central Constituency

S/NO

TENDER NO

TENDER  DESCRIPTION

ESTIMATED

COST (KSHS)

RESERVATION

Downloads

1.

KeRRA/011/ KIR/39/021/2017-18

D455: C47 Kerugoya – D455 Mutitu        

Light Grading/Gravelling

1,838,611.00

Disability

Download
Notice

2.

KeRRA/011/ KIR/39/051/2017-18

D455: C47 Kerugoya – D455 Mutitu        

Light bush/light Grading/Gravelling/Pothole patching

2,201,697.00

Open

Download
Notice

3.

KeRRA/011/ KIR/39/067/2017-18

D455: C47 Kerugoya – D455 Mutitu        

Light Grading/Gravelling

1,939,623.00

Women

Download
Notice

 

Mwea Constituency

S/N

TENDER NO

TENDER  DESCRIPTION

ESTIMATED

COST (KSHS)

RESERVATION

Downloads

1.

KeRRA/011/ KIR/39/028/2017-18

U_G27137: E659 Kiumbu – DB Embu     

Light Bush/Light Grading/Gravelling

1,866,405.00

Youth

Download
Notice

2.

KeRRA/011/ KIR/39/029/2017-18

U_G27137: E659 Kiumbu – DB Embu    

Light Bush /Light Grading/Gravelling

2,056,784.00

Open

Download
Notice

3.

KeRRA/011/ KIR/39/045/2017-18

U_G27137: E659 Kiumbu – DB Embu    

Light Bush /Light Grading/Gravelling

1,099,912.00

Women

Download
Notice

4.

KeRRA/011/ KIR/39/052/2017-18

D460: D455 Kandongu – B6 Murubara     

Light Bush /Light Grading/Culvert Cleaning/Gravelling

2,200,723.00

Open

Download
Notice

 

Ndia Constituency

S/N

TENDER NO

TENDER  DESCRIPTION

ESTIMATED

COST (KSHS)

RESERVATION

Downloads

1.

KeRRA/011/ KIR/39/032/2017-18

D455: Junct D454 Baricho – C73 Kagio         

Light Bush/Light Grading/Gravelling

2,206,633.00

Youth

Download
Notice

2.

KeRRA/011/ KIR/39/033/2017-18

D454: D455 Baricho – D454 Kiwe (Constituency Boundary)       

Light Bush/Light Grading/Gravelling

3,071,796.00

Open

Download
Notice

Interested firms may examine, download and print free of charge the tender documents with detailed specification from the KeRRA Website: www.kerra.go.ke

Qualification for Tendering (Mandatory)

  • Certificate of Incorporation
  • National Construction Authority Certificate (NCA)
  • PIN/VAT Registration Certificates.
  • Valid Tax Compliance Certificate.
  • Experience of the contractor on similar works.
  • Authority to seek reference from the tenders bankers
  • Current Litigation information
  • CR12 and ID copies of the Directors.
  • Pre site visit certificate.
  • Proof of bank account (Provide bank statement)
  • Only pre-qualified contractors for the constituency are eligible to bid.
  • AGPO tenders should provide with the bid document certificate for small works & engineering

Procurement and evaluation will be based on the above details and post qualification criteria as stated in the Instruction to Tenderers. Bid documents must be submitted in plain sealed envelope marked with tender number and description and/or addressed to the above address. Price quoted must be net, inclusive of all Government taxes and remain valid during the whole contract period and deposited in the tender box at the regional offices.

Mandatory Pre-site tender briefing and visit shall be conducted on the following schedule:

Tuesday 27th  March, 2018            - Gichugu & Mwea Constituencies

Wednesday, 28th March, 2018           - Kirinyaga Central and Ndia Constituencies.

          

Interested Contractors pre-qualified in the region are hereby requested to be at the Regional offices at 9:00AM on schedule dates for pre-briefing meeting and inspection.

Bidders are free to visit the sites with prior arrangement with Constituency Roads Officer (CRO’s) where the projects are located during the normal working days but before the close of the tenders. Bidders must however ensure that the Site Visit Certificate is signed by the respective officer.

So as to be received by Wednesday, 4th April, 2018 at 10:00AM and Opening of the bids will take place at the Regional offices in Kerugoya immediately thereafter in presence of bidders or their representatives who wish to attend.

Tenders submitted after the closing date shall be disqualified and return un-opened.

NB: Tenders who shall not fulfill these conditions shall automatically be disqualified.

REGIONAL PROCUREMENT OFFICER

FOR: REGIONAL MANAGER

KIRINYAGA REGION

KIRINYAGA REGION

INVITATION FOR TENDERS

                                                                                               Date: 20th December, 2018

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.

KIRNYAGA CENTRAL CONSTITUENCY

 

Tender No

Road NO.

Road name

SITE VISIT

Category

NCA

CATEGORY

Download

1

KERRA/011/KIR/39/021/2018-19

C527

KERUGOYA - MUTITU

3rd January 2019

A,C,E

6,7,8

OPEN

Download

NDIA  CONSTITUENCY

2

KERRA/011/KIR/39/022/2018-19

C527

MUTITU-BARICHO-KAGIO

3rd January 2019

A,C,E

6,7,8

PWD

Download

 GICHUGU CONSTITUENCY

3

KERRA/011/KIR/39/023/2018-19

C396

Kangaita - Kimunye(E616)

2nd January 2019

A,C,E

6,7,8

YOUTH

Download

 MWEA CONSTITUENCY

4

KERRA/011/KIR/39/024/2018-19

C399

Kandongu- Murubara(D460)

3rd January 2019

A,C,E

6,7,8

WOMEN

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 conversation 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 Constituency and 10th January, 2019 for Kirinyaga central   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

 

 

Download the Advert here: Download.

 

 

KIRINYAGA REGION

KENYA RURAL ROADS AUTHORITY

-----------------------------KIRINYAGA REGION-----------------------------------

INVITATION TO TENDER

Date: 28th May, 2020

The Kenya Rural Roads Authority (KeRRA) is a State corporation established under the Kenya Roads Act of 2007, with the responsibility for management, development, rehabilitation and maintenance of rural roads.

Kenya Rural Roads Authority (KeRRA) – Kirinyaga Region, hereby invites tenders, from eligible bidders for road maintenance works to be financed under GOK Funds. Please see table below,

Download tender Notice

Sn

Tender No

Road No.

Road name

CLICK LINK TO DOWNLOAD HERE↓↓

 

Constituency

Prequalification

Category

Either

NCA

Either

Reserved Category

1

KERRA/08/39/KIR/109/2020-21

C527

KERUGOYA - MUTITU

KIRINYAGA CENTRAL

A,C,D,E

4,5,6

OPEN

2

KERRA/08/39/KIR/110/2020-21

G26440

KANGARU - KANDONGU

MWEA

C,D,E

5,6,7,8

WOMEN

3

KERRA/08/39/KIR/111/2020-21

F2182

GATUTO - KIAMUTHAMBI

KIRINYAGA CENTRAL

C,D,E

5,6,7,8

OPEN

4

KERRA/08/39/KIR/112/2020-21

F2186/D1373

KIANYAGA - KAVOTE

GICHUGU

C,D,E

5,6,7,8

YOUTH

5

KERRA/08/39/KIR/113/2020-21

C396

KIMUNYE - KAVOTE

GICHUGU

C,D,E

5,6,7,8

OPEN

6

KERRA/08/39/KIR/114/2020-21

D1374

THIGUKU - KANGARU

NDIA

C,D,E

5,6,7,8

OPEN

7

KERRA/08/39/KIR/115/2020-21

D1374

ACCESS TO GACHARU PRY SCH

NDIA

C,D,E

5,6,7,8

PWD

8

KERRA/08/39/KIR/116/2020-21

D1377

ACCESS TO KIANGAI

NDIA

C,D,E

5,6,7,8

YOUTH

9

KERRA/08/39/KIR/117/2020-21

G26056

ACCESS TO KIANGOMA

NDIA

C,D,E

5,6,7,8

WOMEN

10

KERRA/08/39/KIR/118/2020-21

D1384

KUTUS – KIMBIMBI - KIORUGARI

MWEA

C,D,E

5,6,7,8

YOUTH

11

KERRA/08/39/KIR/119/2020-21

D1381

KIABAITHIKIRI - KIANDERI

KIRINYAGA CENTRAL

C,D,E

5,6,7,8

OPEN

12

KERRA/08/39/KIR/120/2020-21

D1381

KIANDERI – OLD KANGAITA

KIRINYAGA CENTRAL

C,D,E

5,6,7,8

OPEN

13

KERRA/08/39/KIR/121/2020-21

E2139

KUTUS - KIMBIMBI

MWEA

C,D,E

5,6,7,8

OPEN

14

KERRA/08/39/KIR/122/2020-21

D1385

KIORUGARI - NYAGATI

MWEA

C,D,E

5,6,7,8

OPEN

15

KERRA/08/39/KIR/123/2020-21

C399

KIUMBU - NDINDIRUKU

MWEA

C,D,E

5,6,7,8

OPEN

16

KERRA/08/39/KIR/124/2020-21

D1374

THIGUKU - KANGARU

NDIA

C,D,E

5,6,7,8

OPEN

17

KERRA/08/39/KIR/125/2020-21

C399

ITANGI - MORGAN

MWEA

C,D,E

5,6,7,8

WOMEN

18

KERRA/08/39/KIR/126/2020-21

F2186

KIANYAGA – KIANDAI - KAVOTE

GICHUGU

C,D,E

5,6,7,8

PWD

19

KERRA/08/39/KIR/127/2020-21

D1371

RUKENYA – KABARE - KIMUNYE

GICHUGU

A,C,D,E

5,6,7,8

YOUTH

20

KERRA/08/39/KIR/128/2020-21

G26756

MURURI - NGIRIAMBU

GICHUGU

C,D,E

5,6,7,8

OPEN

21

KERRA/08/39/KIR/129/2020-21

G26766

DIFATHAS - MBIRI

GICHUGU

C,D,E

5,6,7,8

OPEN

Interested eligible candidates may obtain further information and inspect tender documents from the Regional Supply Chain Office during normal working hours (8.30am-12.00 noon and 2.00pm-4.30pm)

A complete set of tender documents may be obtained by interested candidates by downloading from KeRRA website: www.kerra.go.ke with effect from 8th June, 2021.

KIRINYAGA REGION - Batch 3 10%by Min 2019

 

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

KIRINYAGA REGION - JUNE 2018

TENDER NOTICE Download here

Gichugu Constituency

S/N

TENDER NO

TENDER DESCRIPTION

ESTIMATED COST (KSHS)

CLOSING DATE

DOCUMENT

1.

KeRRA/011/KIR/39/014/2017-18

E618: E620J1 Mucagara-D459 Kiamutugu

Light Bush Clearing /Light Grading/Gravelling

1,814,240.00

09/07/2018 (10:00 AM)

Download

2.

KeRRA/011/KIR/39/039/2017-18

D459 Kiamutugu-D459 Kanteen

Light Grading/ Gravelling

1,549,876.00

09/07/2018 (10:00 AM)

Download

Mwea Constituency

S/N

TENDER NO

TENDER DESCRIPTION

ESTIMATED COST (KSHS)

CLOSING DATE

 

1.

KeRRA/011/ KIR/39/081/2017-18

D455 Kandongu-B6 Murubara

Light Grading/ Gravelling

1,549,876.00

09/07/2018 (10:00 AM)

Download

Kirinyaga Central Constituency

S/N

TENDER NO

TENDER DESCRIPTION

ESTIMATED COST (KSHS)

CLOSING DATE

 

1.

KeRRA/011/ KIR/39/084/2017-18

E1650:E1632J1 Gatuto-D456 Kiamuthambi

Light Grading/Gravelling

3,008,947.00

09/07/2018 (10:00 AM)

Download

2.

KeRRA/011/ KIR/39/086/2017-18

E1650J1:D456 Kiamuthambi-E1632J1 Gatuto

Light Grading/Gravelling

1,023,120.00

09/07/2018 (10:00 AM)

Download

3.

KeRRA/011/ KIR/39/080/2017-18

D455:C74 Kerugoya-D455 Mutitu

Light Grading/Gravelling

1,544,830.00

09/07/2018 (10:00 AM)

Download

Ndia Constituency

S/N

TENDER NO

TENDER DESCRIPTION

ESTIMATED COST (KSHS)

CLOSING DATE

 

1.

KeRRA/011/ KIR/39/037/2017-18

E617J1: E609 Gathaithi-E617J1 Gathuthuma

Light Grading/Gravelling:Light Bush Clearing

3,011,034.00

09/07/2018 (10:00 AM)

Download

2.

KeRRA/011/ KIR/39/047/2017-18

E617J1: E609 Gathaithi-E617J1 Gathuthuma

Light Grading/Gravelling: Light Bush Clearing

1,337,393.00

09/07/2018 (10:00 AM)

Download

3.

KeRRA/011/ KIR/39/082/2017-18

D455:Junct. D454 Baricho-C73 Kagio

Light Grading/Gravelling

1,519,472.00

09/07/2018 (10:00 AM)

Download

KIRINYAGA REGION - PP GOK DEVPT FY 2020-2021

KENYA RURAL ROADS AUTHORITY

________KIRINYAGA REGION_______

INVITATION FOR TENDERS

 Date: 22nd October 2020

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 Public Participation GoK Development Funds as listed in the table below.

Sn

Tender No

Road No.

Road name

Constituency

Prequalification

Category

Either

NCA

Either

Reserved Category

Downloads

1

KeRRA/011/KIR/39/GoK/037/2020-21

G26752

KAMAGAMBO – KATHUGU - MUCHAGARA

GICHUGU

C,D,E

5,6,7,8

OPEN

Download

2

KeRRA/011/KIR/39/GoK/038/2020-21

G26674

KAMWETI- GASAMI – RWATHIA - KARUMANDI

GICHUGU

C,D,E

5,6,7,8

OPEN

Download

3

KeRRA/011/KIR/39/GoK/039/2020-21

G27061

KEGWA – LAINI – MUTHIGAINI

GICHUGU

C,D,E

5,6,7,8

OPEN

Download

4

KeRRA/011/KIR/39/GoK/040/2020-21

G26695

KIANJIRU – RWAMBITI – MBURI

GICHUGU

C,D,E

5,6,7,8

OPEN

 Download

5

KERRA/011/KIR/39/GOK/091/2019-20

G26786

RUKANGA - NJAKAKA

MWEA

C,D,E

6,7,8

OPEN

Download

6

KERRA/011/KIR/39/GOK/116/2019-20

G26786

NJAKAKA - NGOTHI

MWEA

C,D,E

6,7,8

WOMEN

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  with effect from 26th October 2020

Contract estimate is provided in tender document.to promote openness and prevent overquoting/underquoting to meet employers objective. 

Due to Covid-19 Pandemic and the Government protocols there will be no organized pre tender site visits, however bidders are encouraged to acquaint themselves with the project roads as directed by Constituency Roads Officer (CRO) before submitting their bids. The site visit certificate must be signed to ensure that the bidder knows the site well


MANDATORY REQUIREMENTS

  1. All documents must be bound, and machine 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 acquittance to the road project – Site visit certificate
  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 company- proof of bank account)
  11. Properly and dully filled form of bid; stamped or sealed and signed by authorized person.
  12. Filled and signed Appendix to form of Bid by authorized person.
  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 or sealed and signed by authorized person.
  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 or sealed and signed by someone authorized to do so.

SPECIAL INSTRUCTIONS 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.
  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 4th November 2020 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 (ROADS)

KIRINYAGA REGION

KIRINYAGA REGION -10% - CS AND GOK FY 2020-2021

-----------------------------KIRINYAGA REGION-----------------------------------

INVITATION TO TENDER

Date: 2nd December, 2020

The Kenya Rural Roads Authority (KeRRA) is a State corporation established under the Kenya Roads Act of 2007, with the responsibility for management, development, rehabilitation and maintenance of rural roads.

Kenya Rural Roads Authority (KeRRA) – Kirinyaga Region, hereby invites tenders, from eligible bidders for road maintenance works to be financed under 10% by CS and GOK Development Funds. Please see the annex for the list of works.

Sn

Tender No

Road No.

Road name

Constituency

Prequalification

Category

Either

NCA

Either

Reserved Category

Download

1

KERRA/011/KIR/39/10%CS/041/2019-20

G27025

ICANGI - KARIBA

MWEA

C,D,E

6,7,8

OPEN

Download

2

KERRA/011/KIR/39/10%CS/042/2019-20

F2189

KIUMBU – DB EMBU

MWEA

C,D,E

6,7,8

OPEN

Download

3

KERRA/011/KIR/39/10%CS/043/2019-20

G27119

NDINDIRUKU - GATEGI

MWEA

C,D,E

6,7,8

OPEN

Download

4

KERRA/011/KIR/39/10%CS/046/2019-20

G27151

MARURUMO - GITOBOTO

MWEA

C,D,E

6,7,8

OPEN

Download

5

KERRA/011/KIR/39/10%CS/047/2019-20

G26868

HA IRIA – RIAMAHIANYU – NDOGINO - KAMUKUNJI

MWEA

C,D,E

6,7,8

OPEN

Download

6

KERRA/011/KIR/39/10%CS/048/2019-20

G26756

MURURI - NGIRIAMBU

GICHUGU

C,D,E

6,7,8

OPEN

Download

7

KERRA/011/KIR/39/10%CS/049/2019-20

D1385

KIORUGARI - NYAGATI

MWEA

C,D,E

6,7,8

OPEN

Download

8

KERRA/011/KIR/39/10%CS/050/2019-20

F2186

KAVOTE - KIANDAI

GICHUGU

C,D,E

6,7,8

OPEN

Download

9

KERRA/011/KIR/39/GOK/051/2019-20

D1374

ACCESS TO GACHARU PRY SCH

NDIA

C,D,E

6,7,8

PWD

Download

10

KERRA/011/KIR/39/GOK/052/2019-20

D1377

ACCESS TO KIANGAI

NDIA

C,D,E

6,7,8

PWD

Download

11

KERRA/011/KIR/39/GOK/053/2019-20

C527

KAGIO – BARICHO – KERUGOYA  

KIRINYAGA CENTRAL

C,D,E

6,7,8

OPEN

Download

12

KERRA/011/KIR/39/GOK/054/2019-20

F2186

KIANYAGA – KIANDAI - KAVOTE

GICHUGU

C,D,E

6,7,8

PWD

Download

13

KERRA/011/KIR/39/GOK/055/2019-20

G26056

ACCESS TO KIANGOMA

NDIA

C,D,E

6,7,8

YOUTH

Download

14

KERRA/011/KIR/39/GOK/056/2019-20

D1371

RUKENYA – KABARE - KIMUNYE

GICHUGU

C,D,E

6,7,8

PWD

Download

15

KERRA/011/KIR/39/GOK/057/2019-20

D1384

KUTUS – KIMBIMBI - KIORUGARI

MWEA

C,D,E

6,7,8

YOUTH

Download

16

KERRA/011/KIR/39/GOK/058/2019-20

D1381

KIABAITHIKIRI - KIANDERI

KIRINYAGA CENTRAL

C,D,E

6,7,8

OPEN

Download

17

KERRA/011/KIR/39/GOK/059/2019-20

D1381

KIANDERI – OLD KANGAITA

KIRINYAGA CENTRAL

C,D,E

6,7,8

WOMEN

Download

18

KERRA/011/KIR/39/GOK/060/2019-20

E2139

KUTUS - KIMBIMBI

MWEA

C,D,E

6,7,8

OPEN

Download

19

KERRA/011/KIR/39/GOK/061/2019-20

D1385

KIORUGARI - NYAGATI

MWEA

C,D,E

6,7,8

WOMEN

Download

20

KERRA/011/KIR/39/GOK/062/2019-20

G26906

DIFATHAS - MBIRI

MWEA

C,D,E

6,7,8

WOMEN

Download

21

KERRA/011/KIR/39/GOK/063/2019-20

G26756

MURURI - NGIRIAMBU

GICHUGU

C,D,E

6,7,8

OPEN

Download

22

KERRA/011/KIR/39/GOK/064/2019-20

C399

KIUMBU - NDINDIRUKU

MWEA

C,D,E

6,7,8

YOUTH

Download

23

KERRA/011/KIR/39/GOK/065/2019-20

C399

ITANGI - MORGAN

MWEA

C,D,E

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-4.30pm)

A complete set of tender documents may be obtained by interested candidates by downloading from KeRRA website: www.kerra.go.ke with effect from 7th December, 2020.

Contract estimate is provided in the tender document to help bidders to quote within the market prices (too low/high prices will be rejected).

Due to Covid-19 Pandemic and Government protocols, organized pre-tender site visits are discouraged, however bidders are encouraged to acquaint themselves with the project roads with the help of respective Constituency Roads Officer (CRO) before submitting of their bids.

MANDATORY REQUIREMENTS

  1. Tender document must be spiral bound, all pages sequentially machine serialized for each bid submitted
  2. Bidders must be prequalified in the constituency and category (as per respective tender)
  3. Certified copy of certificate of incorporation
  4. Valid copy of Tax Compliance
  5. Certified copy of VAT/PIN Registration certificate
  6. Certified copy ID(s) and CR12 for the Director(s) of the Company
  7. Certified copy of certificate of principal place of business by County Government
  8. Certified Registration and License with National Construction Authority (NCA) as per respective bids
  9. Properly and duly filled form of bid, stamped/sealed and signed by an authorized person
  10. Schedules of Supplementary Information, all forms MUST be filled appropriately
  11. Stamped and signed Power of Attorney
  12. Stamped and signed affidavit by the deponent
  13. Properly and duly filled BoQs; stamped/sealed and signed by the authorized person
  14. Authority to seek reference from the Tenderer’s Bankers
  15. Financial Soundness: Audited accounts for the last three (3) years; newly incorporated companies should show proof of a Bank Account.
  16. Equipment Holding: Attach log books of the company/Director(s) or Equipment Lease Agreements by equipment providers
  17. Professional & Technical personnel; attach CVs and certificates as required
  18. Five-page methodology for contracts above 3 million

SPECIAL GROUP ADDITIONAL DOCUMENTS

  1. Certified copy of certificate of registration in Target Group issued by National Treasury
  2. Stamped/sealed, signed and properly/ duly filled Tender Securing Declaration Form by an authorized person

SPECIAL INSTRUCTION TO BIDDERS

  1. Serialization must be done by machine (hand written serialization will be disqualified)
  2. Any alteration or whiteout must be countersigned.
  3. Pursuant to clause 86(1) (a) of the Public Procurement and Disposal Act 2015. The lowest evaluated bid will be awarded the tender
  4. Bids will be subjected to market rates sensitivity analysis to ascertain quality and capacity
  5. Tender Securing Form for special group (Youth, Women and PWD) must be filled, stamped and signed
  6. Any canvassing will lead to outright disqualification

Completed tender documents are to be enclosed in plain sealed envelopes, marked with tender number and name should be deposited in the tender box at Kenya rural roads authority- Kirinyaga regional office, Kerugoya town or addressed and sent to the address below:

The Deputy Director (RAM)

Kenya Rural Roads Authority (KeRRA),

Kirinyaga Regional Office,

P.O. Box 390-10300, Kerugoya

To be received on before 15th December,2020 at 10.00am, opening will take place immediately thereafter in the presence of Tenderers/Representatives who choose to attend.

Senior Supply Chain Officer

For: Deputy Director (RAM)

KIRINYAGA REGION

KIRINYAGA REGION 22% AND 10% F/Y 23-24 OCTOBER 2023

 

 

 

                                                                                                         KENYA RURAL ROADS AUTHORITY

                                                                                                                   KIRINYAGA REGION

                                                                                                                 INVITATION TO TENDER

                                                                                                                                                                                                                                 Date: 5th October, 2023

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 in Kirinyaga Region under categories A, C, D and E in Financial Year 2023/2024 for Routine Maintenance of selected roads to be funded under 22% & 10% RMLF allocation for the financial year 2023/2024. Interested eligible contractors may obtain further information and inspect tender documents from the Procurement Office in Kerugoya during the normal working hours Monday – Friday.

Tender documents can also be downloaded free of charge from the KeRRA website www.kerra.go.ke from Tuesday 10th October 2023

NO

ROAD NAME

TENDER NUMBER

CONSTITUENCY

RESERVATION

BUDGET

FUNDING

1

 KARUMANDI - MUCHAGARA

KeRRA/KIR/08/39/22%/G/006/2023-24

GICHUGU

WOMEN

6,711,760.00

22% RMLF

2

ITHAREINI - KIAMICIRI

KeRRA/KIR/08/39/22%/G/007/2023-24

GICHUGU

OPEN

7,308,000.00

22% RMLF

3

KIANGOMBE - ITHAREINI

KeRRA/KIR/08/39/22%/G/008/2023-24

GICHUGU

OPEN

6,751,200.00

22% RMLF

4

THIBA DAM- KIAMICIRI

KeRRA/KIR/08/39/22%/G/009/2023-24

GICHUGU

YOUTH

4,744,400.00

22% RMLF

5

MUCAGARA - KIAMUTUGU

KeRRA/KIR/08/39/22%/G/010/2023-24

GICHUGU

OPEN

6,704,800.00

22% RMLF

6

GATUNGURU – KIMANDI - MUGUMO

KeRRA/KIR/08/39/22%/G/011/2023-24

GICHUGU

YOUTH

5,559,880.00

22% RMLF

7

DIFATHAS - GATUTO-KENDA

KeRRA/KIR/08/39/22%/G/012/2023-24

GICHUGU

OPEN

6,658,400.00

22% RMLF

8

KIMUNYE – KAVOTE – THUMAITA - NGARIAMA

KeRRA/KIR/08/39/10%/G/013/2023-24

GICHUGU

WOMEN

8,642,000.00

10% RMLF

9

KIMUNYE – KAVOTE – THUMAITA - NGARIAMA

KeRRA/KIR/08/39/10%/G/014/2023-24

GICHUGU

OPEN

8,642,000.00

10% RMLF

10

KIMUNYE – KAVOTE – THUMAITA - NGARIAMA

KeRRA/KIR/08/39/10%/G/015/2023-24

GICHUGU

PWD

2,952,142.00

10% RMLF

11

KERUGOYA - MUTITU

KeRRA/KIR/08/39/10%/KC/016/2023-24

KIRINYAGA CENTRAL

OPEN

6,721,852.00

10% RMLF

12

KERUGOYA - MUTITU

KeRRA/KIR/08/39/10%/KC/018/2023-24

KIRINYAGA CENTRAL

PWD

6,721,852.00

10% RMLF

13

KERUGOYA - MUTITU

KeRRA/KIR/08/39/10%/KC/019/2023-24

KIRINYAGA CENTRAL

OPEN

7,257,598.00

10% RMLF

14

KARANDI - KANGAITA

KeRRA/KIR/08/39/22%/KC/020/2023-24

KIRINYAGA CENTRAL

OPEN

7,441,516.00

22% RMLF

15

KARANDI - KANGAITA

KeRRA/KIR/08/39/22%/KC/021/2023-24

KIRINYAGA CENTRAL

OPEN

7,441,516.00

22% RMLF

16

KERUGOYA - MUTITU

KeRRA/KIR/08/39/22%/KC/022/2023-24

KIRINYAGA CENTRAL

YOUTH

9,871,600.00

22% RMLF

17

KERUGOYA - MUTITU

KeRRA/KIR/08/39/22%/KC/023/2023-24

KIRINYAGA CENTRAL

OPEN

9,871,600.00

22% RMLF

18

KERUGOYA - MUTITU

KeRRA/KIR/08/39/22%/KC/024/2023-24

KIRINYAGA CENTRAL

WOMEN

9,871,600.00

22% RMLF

19

B6 WANGURU – NDINDIRUKU – MARURUMO

KeRRA/KIR/08/39/10%/M/017/2023-24

MWEA

PWD

2,793,280.00

10% RMLF

20

B6 WANGURU – NDINDIRUKU – MARURUMO

KeRRA/KIR/08/39/10%/M/025/2023-24

MWEA

OPEN

7,7687,52.00

10% RMLF

21

B6 WANGURU – NDINDIRUKU – MARURUMO

KeRRA/KIR/08/39/10%/M/026/2023-24

MWEA

WOMEN

9,673,356.00

10% RMLF

22

KIUMBU - KANGETA

KeRRA/KIR/08/39/22%/M/027/2023-24

MWEA

OPEN

9,171,853.20

22% RMLF

23

B6 WANGURU – NDINDIRUKU – MARURUMO

KeRRA/KIR/08/39/22%/M/028/2023-24

MWEA

OPEN

8,772,384.00

22% RMLF

24

B6 WANGURU – NDINDIRUKU – MARURUMO

KeRRA/KIR/08/39/22%/M/029/2023-24

MWEA

YOUTH

8,772,384.00

22% RMLF

25

B6 WANGURU – NDINDIRUKU – MARURUMO

KeRRA/KIR/08/39/22%/M/030/2023-24

MWEA

OPEN

8,946,384.00

22% RMLF

26

B6 WANGURU – NDINDIRUKU – MARURUMO

KeRRA/KIR/08/39/22%/M/031/2023-24

MWEA

OPEN

8,859,036.00

22% RMLF

27

KIBURU – KIANGAI

KeRRA/KIR/08/39/22%/N/032/2023-24

NDIA

OPEN

44,000,000.00

22% RMLF

28

KIBURU – KIANGAI

KeRRA/KIR/08/39/22%/N/033/2023-24

NDIA

OPEN

20,000,000.00

10% RMLF

 

QUALIFICATIONS FOR TENDERING

Mandatory Requirements

The following MUST be submitted together with the Bid:

  1. Certified copy of Certificate of Incorporation.
  2. Certified Copy of Valid Certificate of Registration &Annual Practicing License with the National Construction Authority (NCA 4,5,6,7,8)
  3. PIN/VAT Registration certificate
  4. Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
  5. Certified Copy of recent CR12 (Will be verified on the register of the company)
  6. Certified copy of National Identity Cards / Passports of all the Directors
  7. Certified copy of Valid Single Business Permit  
  8. Certified copy of Valid Certificate of Registration for Access to Government Procurement Opportunities (AGPO), from the national treasury, for those bidding for PWD contracts, must attach copies of IDs issued by the NCPWD (Certified Copies).
  9. Certified copies of Log books for ownership of Machines and Equipment. Those hiring must provide certified copies of valid Lease Agreements supported by certified copies of Lessor’s log books.
  10. Power of attorney/ affidavit.
  11. Authority to seek reference from tenderers’ bankers
  12. Form of tender correctly filled, signed & stamped and with a letter head.
  13. Confidential Business Questionnaire correctly filled, signed & stamped
  14. Bidders Must Serialize sequentially ALL pages of the tender documents

 

Other Requirements

As specified in the respective tender documents covering the following:

  1. Similar previous experience is required (Not applicable to special group category)
  2. Professional and Technical Personnel (provide certificates and CVs for the employees)
  3. Turnover and liquid Assets Supported by Audited Accounts for the previous three (3) years (Not applicable to special group category)
  4. To enhance equity, bidders shall bid for a maximum of Two (2) Tenders, but can only be Awarded a Maximum of One (1) Tender, under this Tender Notice. Bidders who participate in more than Two (2) tenders shall be disqualified.
  1. Director (s) bidding under different companies for the same tender shall be disqualified
  1. Any form of Canvassing will lead to disqualification
  2. Tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids and ensure their site visit certificates are duly signed by the respective Officer.

NOTE:

  1. All certification of documents shall be original and executed by Commissioner for Oaths or Notaries Public. They shall be clearly marked ‘Certified True copy of the Original’
  1. Certificates / Licenses may be verified from or with the Issuing Authorities or Agencies

Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 10th October, 2023.

 

Completed bid documents in plain sealed envelope clearly marked Tender No. and description, “DO NOT OPEN BEFORE TUESDAY, 24TH OCTOBER, 2023 at 11.00AM, should be addressed to:

The Regional Director

Kenya Rural Roads Authority

P.O. Box 390-10300

KIRINYAGA

And deposited in the tender box market in respective Constituency situated at the KeRRA Regional Office at Kerugoya so as to be received on/or before Tuesday, 24TH OCTOBER, 2023 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.

SSCMO

for

REGIONAL DIRECTOR

KIRINYAGA REGION

KIRINYAGA REGION 22% AND 10% F/Y 23-24 OCTOBER 2023 ADDENDUM 2

                                                                                                          KIRINYAGA REGION

                                                                                                                ADDENDUM 2

       DOWNLOAD ADDENDUM HERE                                                                                                                                                                                                                                                                                                                                                                                                                                                                          Date: 16th October, 2023

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 in Kirinyaga Region under categories A, C, D and E in Financial Year 2023/2024 for Routine Maintenance of selected roads to be funded under 22% & 10% RMLF allocation for the financial year 2023/2024. Interested eligible contractors may obtain further information and inspect tender documents from the Procurement Office in Kerugoya during the normal working hours Monday – Friday.

Tender documents can also be downloaded free of charge from the KeRRA website www.kerra.go.ke from Tuesday 10th October 2023

NO

ROAD NAME

TENDER NUMBER

CONSTITUENCY

RESERVATION

BUDGET

FUNDING

1

 KARUMANDI - MUCHAGARA

KeRRA/KIR/08/39/22%/G/006/2023-24

GICHUGU

WOMEN

6,711,760.00

22% RMLF

2

ITHAREINI - KIAMICIRI

KeRRA/KIR/08/39/22%/G/007/2023-24

GICHUGU

OPEN

7,308,000.00

22% RMLF

3

KIANGOMBE - ITHAREINI

KeRRA/KIR/08/39/22%/G/008/2023-24

GICHUGU

OPEN

6,751,200.00

22% RMLF

4

THIBA DAM- KIAMICIRI

KeRRA/KIR/08/39/22%/G/009/2023-24

GICHUGU

YOUTH

4,744,400.00

22% RMLF

5

MUCAGARA - KIAMUTUGU

KeRRA/KIR/08/39/22%/G/010/2023-24

GICHUGU

OPEN

6,704,800.00

22% RMLF

6

GATUNGURU – KIMANDI - MUGUMO

KeRRA/KIR/08/39/22%/G/011/2023-24

GICHUGU

YOUTH

5,559,880.00

22% RMLF

7

DIFATHAS – GATUTO - KENDA

KeRRA/KIR/08/39/22%/G/012/2023-24

GICHUGU

OPEN

6,658,400.00

22% RMLF

8

KIMUNYE – KAVOTE – THUMAITA - NGARIAMA

KeRRA/KIR/08/39/10%/G/013/2023-24

GICHUGU

WOMEN

8,642,000.00

10% RMLF

9

KIMUNYE – KAVOTE – THUMAITA - NGARIAMA

KeRRA/KIR/08/39/10%/G/014/2023-24

GICHUGU

OPEN

8,642,000.00

10% RMLF

10

KIMUNYE – KAVOTE – THUMAITA - NGARIAMA

KeRRA/KIR/08/39/10%/G/015/2023-24

GICHUGU

PWD

2,952,142.00

10% RMLF

11

KERUGOYA - MUTITU

KeRRA/KIR/08/39/10%/KC/016/2023-24

KIRINYAGA CENTRAL

OPEN

6,721,852.00

10% RMLF

12

KERUGOYA - MUTITU

KeRRA/KIR/08/39/10%/KC/018/2023-24

KIRINYAGA CENTRAL

PWD

6,721,852.00

10% RMLF

13

KERUGOYA - MUTITU

KeRRA/KIR/08/39/10%/KC/019/2023-24

KIRINYAGA CENTRAL

OPEN

7,257,598.00

10% RMLF

14

KARANDI - KANGAITA

KeRRA/KIR/08/39/22%/KC/020/2023-24

KIRINYAGA CENTRAL

OPEN

7,441,516.00

22% RMLF

15

KARANDI - KANGAITA

KeRRA/KIR/08/39/22%/KC/021/2023-24

KIRINYAGA CENTRAL

OPEN

7,441,516.00

22% RMLF

16

KERUGOYA - MUTITU

KeRRA/KIR/08/39/22%/KC/022/2023-24

KIRINYAGA CENTRAL

YOUTH

9,871,600.00

22% RMLF

17

KERUGOYA - MUTITU

KeRRA/KIR/08/39/22%/KC/023/2023-24

KIRINYAGA CENTRAL

OPEN

9,871,600.00

22% RMLF

18

KERUGOYA - MUTITU

KeRRA/KIR/08/39/22%/KC/024/2023-24

KIRINYAGA CENTRAL

WOMEN

9,871,600.00

22% RMLF

19

B6 WANGURU – NDINDIRUKU – MARURUMO

KeRRA/KIR/08/39/10%/M/017/2023-24

MWEA

PWD

2,793,280.00

10% RMLF

20

B6 WANGURU – NDINDIRUKU – MARURUMO

KeRRA/KIR/08/39/10%/M/025/2023-24

MWEA

OPEN

7,7687,52.00

10% RMLF

21

B6 WANGURU – NDINDIRUKU – MARURUMO

KeRRA/KIR/08/39/10%/M/026/2023-24

MWEA

WOMEN

9,673,356.00

10% RMLF

22

KIUMBU - KANGETA

KeRRA/KIR/08/39/22%/M/027/2023-24

MWEA

OPEN

9,171,853.20

22% RMLF

23

B6 WANGURU – NDINDIRUKU – MARURUMO

KeRRA/KIR/08/39/22%/M/028/2023-24

MWEA

OPEN

8,772,384.00

22% RMLF

24

B6 WANGURU – NDINDIRUKU – MARURUMO

KeRRA/KIR/08/39/22%/M/029/2023-24

MWEA

YOUTH

8,772,384.00

22% RMLF

25

B6 WANGURU – NDINDIRUKU – MARURUMO

KeRRA/KIR/08/39/22%/M/030/2023-24

MWEA

OPEN

8,946,384.00

22% RMLF

26

B6 WANGURU – NDINDIRUKU – MARURUMO

KeRRA/KIR/08/39/22%/M/031/2023-24

MWEA

OPEN

8,859,036.00

22% RMLF

The following tenders have been withdrawn until a later date.

NO

ROAD NAME

TENDER NUMBER

CONSTITUENCY

RESERVATION

BUDGET

FUNDING

1

KIBURU – KIANGAI

KeRRA/KIR/08/39/22%/N/032/2023-24

NDIA

OPEN

44,000,000.00

22% RMLF

2

KIBURU – KIANGAI

KeRRA/KIR/08/39/22%/N/033/2023-24

NDIA

OPEN

20,000,000.00

10% RMLF

 

The following tenders have been withdrawn until a later date.

NO

ROAD NAME

TENDER NUMBER

CONSTITUENCY

RESERVATION

BUDGET

FUNDING

1

KARANDI - KANGAITA

KeRRA/KIR/08/39/22%/KC/020/2023-24

KIRINYAGA CENTRAL

OPEN

7,441,516.00

22% RMLF

2

KARANDI - KANGAITA

KeRRA/KIR/08/39/22%/KC/021/2023-24

KIRINYAGA CENTRAL

OPEN

7,441,516.00

22% RMLF

3

KERUGOYA - MUTITU

KeRRA/KIR/08/39/22%/KC/022/2023-24

KIRINYAGA CENTRAL

YOUTH

9,871,600.00

22% RMLF

4

KERUGOYA - MUTITU

KeRRA/KIR/08/39/22%/KC/023/2023-24

KIRINYAGA CENTRAL

OPEN

9,871,600.00

22% RMLF

5

KERUGOYA - MUTITU

KeRRA/KIR/08/39/22%/KC/024/2023-24

KIRINYAGA CENTRAL

WOMEN

9,871,600.00

22% RMLF

 

QUALIFICATIONS FOR TENDERING

Mandatory Requirements

The following MUST be submitted together with the Bid:

  1. Certified copy of Certificate of Incorporation.
  2. Certified Copy of Valid Certificate of Registration &Annual Practicing License with the National Construction Authority (NCA 4,5,6,7,8)
  3. PIN/VAT Registration certificate
  4. Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
  5. Certified Copy of recent CR12 (Will be verified on the register of the company)
  6. Certified copy of National Identity Cards / Passports of all the Directors
  7. Certified copy of Valid Single Business Permit  
  8. Certified copy of Valid Certificate of Registration for Access to Government Procurement Opportunities (AGPO), from the national treasury, for those bidding for PWD contracts, must attach copies of IDs issued by the NCPWD (Certified Copies).
  9. Certified copies of Log books for ownership of Machines and Equipment. Those hiring must provide certified copies of valid Lease Agreements supported by certified copies of Lessor’s log books.
  10. Power of attorney/ affidavit.
  11. Authority to seek reference from tenderers’ bankers
  12. Form of tender correctly filled, signed & stamped and with a letter head.
  13. Confidential Business Questionnaire correctly filled, signed & stamped
  14. Bidders Must Serialize sequentially ALL pages of the tender documents

 

Other Requirements

As specified in the respective tender documents covering the following:

  1. Similar previous experience is required (Not applicable to special group category)
  2. Professional and Technical Personnel (provide certificates and CVs for the employees)
  3. Turnover and liquid Assets Supported by Audited Accounts for the previous three (3) years (Not applicable to special group category)
  4. To enhance equity, bidders shall bid for a maximum of Two (2) Tenders, but can only be Awarded a Maximum of One (1) Tender, under this Tender Notice. Bidders who participate in more than Two (2) tenders shall be disqualified.
  1. Director (s) bidding under different companies for the same tender shall be disqualified
  1. Any form of Canvassing will lead to disqualification
  2. Tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids and ensure their site visit certificates are duly signed by the respective Officer.

NOTE:

  1. All certification of documents shall be original and executed by Commissioner for Oaths or Notaries Public. They shall be clearly marked ‘Certified True copy of the Original’
  1. Certificates / Licenses may be verified from or with the Issuing Authorities or Agencies

Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 10th October, 2023.

 

Completed bid documents in plain sealed envelope clearly marked Tender No. and description, “DO NOT OPEN BEFORE TUESDAY, 24TH OCTOBER, 2023 at 11.00AM, should be addressed to:

The Regional Director

Kenya Rural Roads Authority

  1. O. Box 390-10300

KIRINYAGA

And deposited in the tender box market in respective Constituency situated at the KeRRA Regional Office at Kerugoya so as to be received on/or before Tuesday, 24TH OCTOBER, 2023 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.

SSCMO

for

REGIONAL DIRECTOR

KIRINYAGA REGION

KIRINYAGA REGION 22% AND 10% F/Y 23/24 ADDENDUM 1

 

 

 

                                                                                                              KENYA RURAL ROADS AUTHORITY

                                                                                                                           KIRINYAGA REGION

              ADDENDUM 1

                                                                                                                                                                                                                        Date: 9th October, 2023

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 in Kirinyaga Region under categories A, C, D and E in Financial Year 2023/2024 for Routine Maintenance of selected roads to be funded under 22% & 10% RMLF allocation for the financial year 2023/2024. Interested eligible contractors may obtain further information and inspect tender documents from the Procurement Office in Kerugoya during the normal working hours Monday – Friday.

Tender documents can also be downloaded free of charge from the KeRRA website www.kerra.go.ke from Tuesday 10th October 2023

NO

ROAD NAME

TENDER NUMBER

CONSTITUENCY

RESERVATION

BUDGET

FUNDING

1

 KARUMANDI - MUCHAGARA

KeRRA/KIR/08/39/22%/G/006/2023-24

GICHUGU

WOMEN

6,711,760.00

22% RMLF

2

ITHAREINI - KIAMICIRI

KeRRA/KIR/08/39/22%/G/007/2023-24

GICHUGU

OPEN

7,308,000.00

22% RMLF

3

KIANGOMBE - ITHAREINI

KeRRA/KIR/08/39/22%/G/008/2023-24

GICHUGU

OPEN

6,751,200.00

22% RMLF

4

THIBA DAM- KIAMICIRI

KeRRA/KIR/08/39/22%/G/009/2023-24

GICHUGU

YOUTH

4,744,400.00

22% RMLF

5

MUCAGARA - KIAMUTUGU

KeRRA/KIR/08/39/22%/G/010/2023-24

GICHUGU

OPEN

6,704,800.00

22% RMLF

6

GATUNGURU – KIMANDI - MUGUMO

KeRRA/KIR/08/39/22%/G/011/2023-24

GICHUGU

YOUTH

5,5598,80.00

22% RMLF

7

DIFATHAS - MBIRI

KeRRA/KIR/08/39/22%/G/012/2023-24

GICHUGU

OPEN

6,658,400.00

22% RMLF

8

KIMUNYE – KAVOTE – THUMAITA - NGARIAMA

KeRRA/KIR/08/39/10%/G/013/2023-24

GICHUGU

WOMEN

8,642,000.00

10% RMLF

9

KIMUNYE – KAVOTE – THUMAITA - NGARIAMA

KeRRA/KIR/08/39/10%/G/014/2023-24

GICHUGU

OPEN

8,642,000.00

10% RMLF

10

KIMUNYE – KAVOTE – THUMAITA - NGARIAMA

KeRRA/KIR/08/39/10%/G/015/2023-24

GICHUGU

PWD

2,952,142.00

10% RMLF

11

KERUGOYA - MUTITU

KeRRA/KIR/08/39/10%/KC/016/2023-24

KIRINYAGA CENTRAL

OPEN

6,721,852.00

10% RMLF

12

KERUGOYA - MUTITU

KeRRA/KIR/08/39/10%/KC/018/2023-24

KIRINYAGA CENTRAL

PWD

6,721,852.00

10% RMLF

13

KERUGOYA - MUTITU

KeRRA/KIR/08/39/10%/KC/019/2023-24

KIRINYAGA CENTRAL

OPEN

7,257,598.00

10% RMLF

14

KARANDI - KANGAITA

KeRRA/KIR/08/39/22%/KC/020/2023-24

KIRINYAGA CENTRAL

OPEN

7,441,516.00

22% RMLF

15

KARANDI - KANGAITA

KeRRA/KIR/08/39/22%/KC/021/2023-24

KIRINYAGA CENTRAL

OPEN

7,441,516.00

22% RMLF

16

KERUGOYA - MUTITU

KeRRA/KIR/08/39/22%/KC/022/2023-24

KIRINYAGA CENTRAL

YOUTH

9,871,600.00

22% RMLF

17

KERUGOYA - MUTITU

KeRRA/KIR/08/39/22%/KC/023/2023-24

KIRINYAGA CENTRAL

OPEN

9,871,600.00

22% RMLF

18

KERUGOYA - MUTITU

KeRRA/KIR/08/39/22%/KC/024/2023-24

KIRINYAGA CENTRAL

WOMEN

9,871,600.00

22% RMLF

19

B6 WANGURU – NDINDIRUKU – MARURUMO

KeRRA/KIR/08/39/10%/M/017/2023-24

MWEA

PWD

2,793,280.00

10% RMLF

20

B6 WANGURU – NDINDIRUKU – MARURUMO

KeRRA/KIR/08/39/10%/M/025/2023-24

MWEA

OPEN

7,7687,52.00

10% RMLF

21

B6 WANGURU – NDINDIRUKU – MARURUMO

KeRRA/KIR/08/39/10%/M/026/2023-24

MWEA

WOMEN

9,673,356.00

10% RMLF

22

KIUMBU - KANGETA

KeRRA/KIR/08/39/22%/M/027/2023-24

MWEA

OPEN

9,171,853.20

22% RMLF

23

B6 WANGURU – NDINDIRUKU – MARURUMO

KeRRA/KIR/08/39/22%/M/028/2023-24

MWEA

OPEN

8,772,384.00

22% RMLF

24

B6 WANGURU – NDINDIRUKU – MARURUMO

KeRRA/KIR/08/39/22%/M/029/2023-24

MWEA

YOUTH

8,772,384.00

22% RMLF

25

B6 WANGURU – NDINDIRUKU – MARURUMO

KeRRA/KIR/08/39/22%/M/030/2023-24

MWEA

OPEN

8,946,384.00

22% RMLF

26

B6 WANGURU – NDINDIRUKU – MARURUMO

KeRRA/KIR/08/39/22%/M/031/2023-24

MWEA

OPEN

8,859,036.00

22% RMLF

The following tenders have been withdrawn until a later date.

NO

ROAD NAME

TENDER NUMBER

CONSTITUENCY

RESERVATION

BUDGET

FUNDING

1

KIBURU – KIANGAI

KeRRA/KIR/08/39/22%/N/032/2023-24

NDIA

OPEN

44,000,000.00

22% RMLF

2

KIBURU – KIANGAI

KeRRA/KIR/08/39/22%/N/033/2023-24

NDIA

OPEN

20,000,000.00

10% RMLF

 

 

QUALIFICATIONS FOR TENDERING

Mandatory Requirements

The following MUST be submitted together with the Bid:

  1. Certified copy of Certificate of Incorporation.
  2. Certified Copy of Valid Certificate of Registration &Annual Practicing License with the National Construction Authority (NCA 4,5,6,7,8)
  3. PIN/VAT Registration certificate
  4. Valid Tax compliance certificate (Will be verified on the KRA TCC Checker)
  5. Certified Copy of recent CR12 (Will be verified on the register of the company)
  6. Certified copy of National Identity Cards / Passports of all the Directors
  7. Certified copy of Valid Single Business Permit  
  8. Certified copy of Valid Certificate of Registration for Access to Government Procurement Opportunities (AGPO), from the national treasury, for those bidding for PWD contracts, must attach copies of IDs issued by the NCPWD (Certified Copies).
  9. Certified copies of Log books for ownership of Machines and Equipment. Those hiring must provide certified copies of valid Lease Agreements supported by certified copies of Lessor’s log books.
  10. Power of attorney/ affidavit.
  11. Authority to seek reference from tenderers’ bankers
  12. Form of tender correctly filled, signed & stamped and with a letter head.
  13. Confidential Business Questionnaire correctly filled, signed & stamped
  14. Bidders Must Serialize sequentially ALL pages of the tender documents

 

Other Requirements

As specified in the respective tender documents covering the following:

  1. Similar previous experience is required (Not applicable to special group category)
  2. Professional and Technical Personnel (provide certificates and CVs for the employees)
  3. Turnover and liquid Assets Supported by Audited Accounts for the previous three (3) years (Not applicable to special group category)
  4. To enhance equity, bidders shall bid for a maximum of Two (2) Tenders, but can only be Awarded a Maximum of One (1) Tender, under this Tender Notice. Bidders who participate in more than Two (2) tenders shall be disqualified.
  1. Director (s) bidding under different companies for the same tender shall be disqualified
  1. Any form of Canvassing will lead to disqualification
  2. Tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids and ensure their site visit certificates are duly signed by the respective Officer.

NOTE:

  1. All certification of documents shall be original and executed by Commissioner for Oaths or Notaries Public. They shall be clearly marked ‘Certified True copy of the Original’
  1. Certificates / Licenses may be verified from or with the Issuing Authorities or Agencies

Interested contractors are advised to download tender documents from the KeRRA website at www.kerra.go.ke for free from 10th October, 2023.

 

Completed bid documents in plain sealed envelope clearly marked Tender No. and description, “DO NOT OPEN BEFORE TUESDAY, 24TH OCTOBER, 2023 at 11.00AM, should be addressed to:

The Regional Director

Kenya Rural Roads Authority

  1. O. Box 390-10300

KIRINYAGA

And deposited in the tender box market in respective Constituency situated at the KeRRA Regional Office at Kerugoya so as to be received on/or before Tuesday, 24TH OCTOBER, 2023 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.

SSCMO

for

REGIONAL DIRECTOR

KIRINYAGA REGION

KISII 10% RMLF FUNDS SAVINGS FY 2021-2022.

                                                                                                                                                                           WI/24

 

KENYA RURAL ROADS AUTHORITY

Tel: :0790094945                                                                                   Regional Director

Fax:                                                                                                        Kisii Region

E-mail: This email address is being protected from spambots. You need JavaScript enabled to view it.                                                                  P.O. Box 1084-40200

Website: www.Kerra.go.ke                                                                    KISII

REF NO: KeRRA/15/KSI/11/ITT/VOL.1/027                                       Date: 6th July, 2022

INVITATION TO TENDER.

 10% RMLF SAVINGS

 

DOWNLOAD ADVERT HERE

Kenya Rural Roads Authority (KeRRA) – Kisii Region invites bids from contractors in the stated Category for financial year 2021/2022 in the Region for the Procurement of below stated Roads funded by 10% RMLF Savings Allocation Financial Year 2021-2022

 

S/NO

 

PACKAGE

NO.

 

TENDER No.

 

TENDER NAME

 

CATEGORY

 

1

180

KeRRA/008/KSI/039/180/ 2021-2022

Riana-Kasarani-Eclub-Kiendege

Women

DOWNLOAD

2

193

KeRRA/008/KSI/039/193/ 2021-2022

Gesusu-Kiemenyinga

Prequalified

DOWNLOAD

3

194

KeRRA/008/KSI/039/194/ 2021-2022

Iranya-Nyamache

Prequalified

DOWNLOAD

4

195

KeRRA/008/KSI/039/195/ 2021-2022

Kioge-Matongo (Bigogo-Nyakoe)

Youth

DOWNLOAD

5

196

KeRRA/008/KSI/039/196/ 2021-2022

Ngenyi-Charachani

Prequalified

DOWNLOAD

6

197

KeRRA/008/KSI/039/197/ 2021-2022

Nyangusu-Riankuru

Women

DOWNLOAD

7

198

KeRRA/008/KSI/039/198/ 2021-2022

Sofaset-Egetuki

PWD

DOWNLOAD

8

200

KeRRA/008/KSI/039/200/ 2021-2022

Etago-Mogenda-Geteni-Nyamondo

Prequalified

DOWNLOAD

9

203

KeRRA/008/KSI/039/203/ 2021-2022

Keumbu-Riobara

Prequalified

DOWNLOAD
 

The Tender Documents can be bought at the Kisii Regional Headquarters, Regional Accounts Office with Bankers Deposit Slips Payable to KCB Bank Account Name KeRRA A.I.A A/C No. 11143433196 and documents collected at the Regional Procurement Office, each bid is Kshs.1,000.00 (One Thousand Shillings Only) which is non-refundable. The documents can also be downloaded for free from KeRRA website www.kerra.go.ke.

 

 

 

 

 

 

 

 

 

 

 

QUALIFICATION FOR TENDERING

 

Mandatory requirements for tendering are;

 

  1. Certified copy of Certificate of Incorporation
  2. Certified copy of Registration with NCA (Categories 8 and above)
  3. Certified contractors Annual Practicing License.
  4. Certified copy of a Valid Tax Compliance Certificate
  5. Certified copy of a VAT and PIN Certificate
  6. Certified copy of recent CR12 (Issued within the last twelve months before opening date)
  7. Certified copies of National Identity Cards for the Directors listed
  8. Subsequent to presidential directive issued on the COVID-19 Pandemic there shall be no pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids
  9. Thresholds specified in the Tender Document covering the following;
  10. Similar previous experience.
  11. Equipment holding supported by relevant documentation.
  12. Audited accounts for the last three years initialized by both the Director and the Practicing auditor
  13. Certified current trading license.
  14. Proof of having a bank account for the last one year.
  15. Duly filled Confidential Business Questionnaire.
  16. Duly filled form of tender.
  17. Duly filled Bill of quantities.
  18. Well sequentially serialized pages by the bidder.

 

YOUTH WOMEN AND PEOPLE LIVING WITH DISABILITIES

 

  1. From the above mandatory requirements (a, b, c, d, e, f and g )
  2. Valid Certified copy of Youth Women and people living with disabilities Certificate for (YAGPO) from The National Treasury.
  3. Tenderers bidding for Persons with Disabilities Bids Must attach certified copies of IDS by NCPWD for the directors who are disabled.
  4. Thresholds specified in the tender Document covering the following.
  5. Equipment holding supported by relevant documentation.
  6. Certified current trading license.
  7. Proof of having a bank account for the last one year
  8. Duly filled Confidential Business Questionnaire.
  9. Duly Filled Form of Tender.
  10. Duly Filled Bills of Quantities.
  11. Well sequentially serialized pages by the bidder.

NOTE:

         

  1. All certifications of documents shall be original and executed by a commissioner of oaths or Notaries Public

 

  1. Bidders shall ensure that attachments provided are legible and information provided is correct and consistence to the best of their knowledge, Provision of incorrect and inconsistent information with an intention to win a tender will lead to automatic disqualification of the bid.
  1. To enhance equity, Bidders may bid for more than one tender pursuant to this Tender Notice but can only be considered for award of one bid under this Tender Notice. Bidders who have been awarded 10%, RMLF, 22% RMLF or GOK bids for FY 2021/2022 may apply but will not be considered

 

Duly filled Tender Document shall be submitted in sealed envelope (One Document per envelope) marked with Tender Number and Road Name and dropped in the right tender box for each constituency Address to:

REGIONAL DIRECTOR

KENYA RURAL ROADS AUTHORITY

KISII REGION

P.O.BOX 1084 - 40200

KISII

And be deposited in the Tender Box on or before 18th July, 2022 at 10.00 A.m. Tenders will be opened immediately thereafter in the presence of those Tender’s representatives who choose to attend.

Eng. W. O. Nyariki

REGIONAL DIRECTOR

Kisii ADDENDUM NO.1

 

download Addendum No 1 here 

KENYA RURAL ROADS AUTHORITY

KISII REGION

P O BOX 1084 KISII.

 

ADDENDUM NO.1

DATE: 25th June 2019

 

.

We wish to bring to your attention that the errors on the documents for the roads below have been corrected. Kindly ensure that you download and submit the correct documents. Sorry for any inconveniences caused.

S/No

CONSTITUENCY

ROAD CODE &NAME

RESERVATIONS

TENDER No.

 

1

Bonchari

G64994  Itierio-Oroche-Iruma-Sewage

Prequalified

KeRRA/011/KSI/39/72-2-46-18/19

Download

2.

Kitutu Chache South

C863  Mosasa-Oroboti-Geturi

Prequalified

KeRRA/011/KSI/39/81-2-46-18/19

Download

 

NB The closing and opening dates remain the same.

 

 

 

Deputy Director (Kisii),

Kenya Rural Roads Authority,

P O Box 1084-00100,

KISII.

Deputy Director,

KISII REGION

 

KENYA RURAL ROADS AUTHORITY

Kisii Region

TENDER NOTICE No. 1

DATE: 10th April, 2018

ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF VARIOUS ROADS UNDER 22% AND 10% RMLF FOR THE FINANCIAL YEAR 2017/18.

 

The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of Rural Roads.

KeRRA (Kisii Region) invites bids from eligible Construction Companies on behalf of Ministry of Transport, Infrastructure, Housing and Urban Development, State Department of Infrastructure to bid for Routine Maintenance and Spot Improvement Works on roads to be funded by the Government of Kenya through the 22%and 10% Fuel Levy (RMLF) allocation.

download the tender notice here

S/No

CONSTITUENCY

ROAD CODE & NAME

RESERVATIONS

TENDER No.

DOWNLOAD

1

Bomachoge Chache

URA23-Gucha Buyonge-Nyagenke

10% Disability

KeRRA/011/KSI/39/44/2017-18

DOCUMENT

NOTICE

2

D204 Kenyenya-Mesabakwa

22% Open

KeRRA/011/KSI/39/38/2017-18

DOCUMENT

NOTICE

3

URP18-Gucha Misesi-Genga-Gakero

10% YW

KeRRA/011/KSI/39/43/2017-18

DOCUMENT

NOTICE

4

URA25-Gucha Sameta-Egetuki-Maroba

22% Open

KeRRA/011/KSI/39/39/2017-18

DOCUMENT

NOTICE

5

U_G65537 Sani-Tunta-Itabago

22% Open

KeRRA/011/KSI/39/41/2017-18

DOCUMENT

NOTICE

6

URA17-Gucha Tendere-Eburi-Nyamasege

22% Open

KeRRA/011/KSI/39/40/2017-18

DOCUMENT

NOTICE

7

Bomachoge Borabu

R339-Gucha Bendera-Transmara Border

22% Open

KeRRA/011/KSI/39/09/2017-18

DOCUMENT

NOTICE

8

U_G65431 Etono-Randani-Kiango

22% Open

KeRRA/011/KSI/39/10/2017-18

DOCUMENT

NOTICE

9

R40-Gucha Getumo-Omobera

22% Open

KeRRA/011/KSI/39/05/2017-18

DOCUMENT

NOTICE

10

E1041Mariwa-Nyamaiya-Geteni-Ekona ya Ngare (A)

22% Open

KeRRA/011/KSI/39/07/2017-18

DOCUMENT

NOTICE

11

E1041Mariwa-Nyamaiya-Geteni-Ekona ya Ngare (B)

22% YW

KeRRA/011/KSI/39/08/2017-18

DOCUMENT

NOTICE

12

URP3-Transmara Rianyanchabera-Riyabu-Tongeri

10% Open

KeRRA/011/KSI/39/13/2017-18

DOCUMENT

NOTICE

13

U_G65423 Riokindo-Maroba

22% Open

KeRRA/011/KSI/39/11/2017-18

DOCUMENT

NOTICE

14

E203 Nyamaiya-Kenyenya

22% Disability

KeRRA/011/KSI/39/06/2017-18

DOCUMENT

NOTICE

15

Bonchari

U_G64991 Bogiakumu-Nyauno-Ekerore

22% Open

KeRRA/011/KSI/39/28/2017-18

DOCUMENT

NOTICE

16

U_G65571 Itibo-Nyangiti

22% YW

KeRRA/011/KSI/39/26/2017-18

DOCUMENT

NOTICE

17

E207J1 Itibo-Riamasagara

22% Open

KeRRA/011/KSI/39/24/2017-18

DOCUMENT

NOTICE

18

URP7-Kisii Kerina-Nyamaiya

22% Open

KeRRA/011/KSI/39/25/2017-18

DOCUMENT

NOTICE

19

E1068A Matongo-Igonga-Raganga

10% Open

KeRRA/011/KSI/39/30/2017-18

DOCUMENT

NOTICE

20

U_G65003 Nyangoge-Botoro-Itibo

22%   Disability

KeRRA/011/KSI/39/27/2017-18

DOCUMENT

NOTICE

21

Kitutu Chache North

URA20-Kisii Gesieka Kiomoncha

22%   Disability

KeRRA/011/KSI/39/04/2017-18

DOCUMENT

NOTICE

22

E208 Kegogi-Marani

22% YW

KeRRA/011/KSI/39/01/2017-18

DOCUMENT

NOTICE

23

U_G64923 Nyakeyo-Sawosawo Bridge-Owalo

22% Open

KeRRA/011/KSI/39/03/2017-18

DOCUMENT

NOTICE

24

E1066 Tinga- Bobaracho

22% Open

KeRRA/011/KSI/39/02/2017-18

DOCUMENT

NOTICE

25

Kitutu Chache South

R42-Kisii Mosocho-Matieko

22% Disability

KeRRA/011/KSI/39/57/2017-18

DOCUMENT

NOTICE

26

R54-Kisii Nyakoe-Matongo

22% Open

KeRRA/011/KSI/39/59/2017-18

DOCUMENT

NOTICE

27

E208A Nyakoe-Nyagisai

22% Open

KeRRA/011/KSI/39/58/2017-18

DOCUMENT

NOTICE

28

E218J4 Nyatieko-Geturi

10% YW

KeRRA/011/KSI/39/62/2017-18

DOCUMENT

NOTICE

29

R69-Kisii Nyatieko-Nyakoe

22% Open

KeRRA/011/KSI/39/60/2017-18

DOCUMENT

NOTICE

30

Nyaribari Masaba

D223J1 Chironge-Kiamokama-Birongo

10% Open

KeRRA/011/KSI/39/22/2017-18

DOCUMENT

NOTICE

31

U-G65175 Ekona-Njipship

22% Disability

KeRRA/011/KSI/39/15/2017-18

DOCUMENT

NOTICE

32

T1101 Friends-Borangi

10% Open

KeRRA/011/KSI/39/23/2017-18

DOCUMENT

NOTICE

33

T1106 Keroka-Ibacho

22% Open

KeRRA/011/KSI/39/18/2017-18

DOCUMENT

NOTICE

34

D208 Kiemenyinga-Gesusu

22% Open

KeRRA/011/KSI/39/20/2017-18

DOCUMENT

NOTICE

35

E1042 Kilgoris-Kiomiti

22% YW

KeRRA/011/KSI/39/16/2017-18

DOCUMENT

NOTICE

36

E191 Motonyoni-Shartuka

22% Open

KeRRA/011/KSI/39/17/2017-18

DOCUMENT

NOTICE

37

E192 Nyanturago-Ekona

22% YW

KeRRA/011/KSI/39/14/2017-18

DOCUMENT

NOTICE

38

South Mugirango

R25-Gucha Maroo-Suguta

22% Disability

KeRRA/011/KSI/39/34/2017-18

DOCUMENT

NOTICE

39

D204 Nyabera-Nyansembe

10% Open

KeRRA/011/KSI/39/37/2017-18

DOCUMENT

NOTICE

40

E207 Nyakeyo-Nyamasege

22% Open

KeRRA/011/KSI/39/33/2017-18

DOCUMENT

NOTICE

41

E1041 Nyamaiya-Geteni

22% Open

KeRRA/011/KSI/39/32/2017-18

DOCUMENT

NOTICE

42

D204 Nyansembe-Mesabakwa

22% Open

KeRRA/011/KSI/39/31/2017-18

DOCUMENT

NOTICE

43

R25-Gucha Suguta-Nyamaiya

22% YW

KeRRA/011/KSI/39/35/2017-18

DOCUMENT

NOTICE

44

Bobasi

R31-Gucha Motonto-Nyakegogi

         22% Open

KeRRA/011/KSI/39/63/2017-18

DOCUMENT

NOTICE

45

R32-Gucha Sameta-Igare

         22% Open

KeRRA/011/KSI/39/64/2017-18

DOCUMENT

NOTICE

46

URA27-Gucha Ogembo-Rusinga-Igare

         22% Open

KeRRA/011/KSI/39/65/2017-18

DOCUMENT

NOTICE

47

R36-Gucha Igare-Borangi

         22% YW

KeRRA/011/KSI/39/66/2017-18

DOCUMENT

NOTICE

48

E1137 Nyansongo-Gitenyi

         22% Open

KeRRA/011/KSI/39/67/2017-18

DOCUMENT

NOTICE

49

R13-Gucha Mogonga-Nyamache

         10% Disability

KeRRA/011/KSI/39/68/2017-18

DOCUMENT

NOTICE

50

T1101 Nyamache-Friends

         10% Y/W

KeRRA/011/KSI/39/69/2017-18

DOCUMENT

NOTICE

51

D206 Igembe-Riobara

         10% Open

KeRRA/011/KSI/39/70/2017-18

DOCUMENT

NOTICE

 

 

Addendum 1

DATE: 09th February, 2018

ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF VARIOUS ROADS TO BE FUNDED UNDER THE FUEL LEVY FUND FOR FINANCIAL YEAR 2016/17.

 

The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of Rural Roads. 

KeRRA (Kisii Region) invites bids from eligible Construction Companies on behalf of Ministry of Transport, Infrastructure, Housing and Urban Development, State Department of Infrastructure and the Constituency Roads Committees to bid for Routine Maintenance and Spot Improvement Works on roads to be funded by the Government of Kenya through the Fuel Levy Fund:

S/No

CONSTITUENCY

ROAD CODE & NAME 

RESERVATIONS

TENDER No.

Dowload

 

1

South Mugirango

E207 Nyakeyo - Ekona Yonduko (A)

Open

KeRRA/011/KSI/39/9990/2016-17

Dowload

 Notice

2

E207 Nyakeyo - Ekona Yonduko  - Nyamasege (B)

Open

KeRRA/011/KSI/39/9991/2016-17

Dowload

 Notice

3

Bonchari

R63 –Kisii Nyamira – Nyangoso - Nyaramba

Open

KeRRA/011/KSI/39/9993/2016-17

Dowload

 Notice

4

U_G65016 Ekiendege – Airstrip - Nyamisaro

Open

KeRRA/011/KSI/39/9992/2016-17

Dowload

 Notice

5

Nyaribari Chache

D223J1 Birongo - Chirichiro

Open

KeRRA/011/KSI/39/993/2016-17

Dowload

 Notice

6

D223J1 Mobamba - Nyabisabo

YWPD

KeRRA/011/KSI/39/994/2016-17

Dowload

 Notice

MANDATORY Pre-bid site shall be held as indicated in the schedule above starting at 10:00am. Bidders are advised to make their own transport arrangements for pre-tender site visits. No transport will be provided.

KeRRA is ISO 9001:2008 CERTIFIED

Opening Up Rural Kenya Page 1 of 2 PRE-TENDER SITE VISIT SCHEDULE

No. 

CONSTITUENCY

PRE-TENDER 

ASSEMBLE

TIME

Download

1.

South Mugirango

20/02/2018

Nyamarambe CDF Office

10.00am

Dowload

 Notice

2.

Bonchari

19/02/2018

Suneka KeNHA Office

10.00am

Dowload

 Notice

3

Nyaribari Chache

21/02/2018

Regional Office

10.00am

Dowload

 Notice

Bidders are requested to download full details of the advertisement and tender documents from the Authority’s Website www.kerra.go.ke with effect from 13th February, 2018. Interested pre-qualified (FY2016/17) and eligible tenderers may obtain complete tender Documents from the regional office at KeRRA Kisii as from 13th February, 2018 during normal working hours upon payment of a non-refundable fee of Ksh.1, 000 (One Thousand only) deposited directly to Kenya Commercial Bank (KCB) as indicated below;

Branch Name

: - Moi Avenue, Nairobi

Account No.  

: - 1114343196

Account Name

:- KeRRA A-1-A

Transacted by

:  R24..... (Firm name)

The Tenderer shall prepare one original and one copy of the Tender Documents as described in the Instructions to Tenderers.

The Completed sealed bids in separate envelopes clearly labelled for each Tender No. MUST be submitted to the address below or deposited in the tender box on or before Tuesday 27th February, 2018 at 11.00am. Thereafter, opening of the bids will take place at the same venue starting from 11:15am. Regional Manager (Kisii),

Kenya Rural Roads Authority, P O Box 1084-00100, KISII.

 

Regional Manager,

KISII REGION

KENYA RURAL ROADS AUTHORITY

 

KeRRA is ISO 9001:2008 CERTIFIED

 

 

DATE: 09th February, 2018

ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF VARIOUS ROADS TO BE FUNDED UNDER THE GoK DEVELOPMENT VOTE FOR FINANCIAL YEAR 2016/17.

 

The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of Rural Roads. 

KeRRA (Kisii Region) invites bids from eligible Construction Companies on behalf of Ministry of Transport, Infrastructure, Housing and Urban Development, State Department of Infrastructure to bid for Routine Maintenance and Spot Improvement Works on roads to be funded by the Government of Kenya through the Development Vote:

S/No

CONSTITUENCY

ROAD CODE & NAME 

RESERVATIONS

TENDER No.

Download

1

South Mugirango

U_G65630 Riosiri-Mosache

YWPD

KeRRA/011/KSI/39/9995/2016-17

Dowload

 Notice

2

U_G65603 Nyandiwa - Omogwa - Nyamarambe

YWPD - Disability

KeRRA/011/KSI/39/9996/2016-17

Dowload

 Notice

3

U_G65626 Gotichaki Pri – Tambatito - Mosache

YWPD

KeRRA/011/KSI/39/9997/2016-17

Dowload

 Notice

4

U_G65629 Nyasore - Riosiri Market

YWPD

KeRRA/011/KSI/39/9998/2016-17

Dowload

 Notice

5

E203 Etago – Ekona - Nyamaiya

YWPD

KeRRA/011/KSI/39/9999/2016-17

Dowload

 Notice

6

R25-Gucha Ekona – Maroo - Suguta

Open

KeRRA/011/KSI/39/99990/2016-17

Dowload

 Notice

7

Cameroon – Kiorina Capital

Open

KeRRA/011/KSI/39/99991/2016-17

Dowload

 Notice

8

Bobasi

D223J1 Nyacheki - Kiamokama

Open

KeRRA/011/KSI/39/9994/2016-17

Dowload

 Notice

KeRRA is ISO 9001:2008 CERTIFIED

Opening Up Rural Kenya Page 1 of 2 MANDATORY Pre-bid site shall be held as indicated in the schedule above starting at 10:00am. Bidders are advised to make their own transport arrangements for pre-tender site visits. No transport will be provided.

 

PRE-TENDER SITE VISIT SCHEDULE

No. 

CONSTITUENCY

PRE-TENDER 

ASSEMBLE

TIME

Download

1.

South Mugirango

20/02/2018

Nyamarambe CDF Office

10.00AM

Dowload

 Notice

2.

Bobasi

21/02/2018

Ogembo KeRRA Office

10.00AM

Dowload

 Notice

Bidders are requested to download full details of the advertisement and tender documents from the Authority’s Website www.kerra.go.ke with effect from 13th February, 2018. Interested pre-qualified and eligible tenderers may obtain complete tender Documents from the regional office at KeRRA Kisii as from 13th February, 2018 during normal working hours upon payment of a non-refundable fee of Ksh.1, 000 (One Thousand only) deposited directly to Kenya Commercial Bank (KCB) as indicated below;

Branch Name

: - Moi Avenue, Nairobi

Account No.  

: - 1114343196

Account Name

:- KeRRA A-1-A

Transacted by

:  R24..... (Firm name)

The Tenderer shall prepare one original and one copy of the Tender Documents as described in the Instructions to Tenderers.

The Completed sealed bids in separate envelopes clearly labelled for each Tender No. MUST be submitted to the address below or deposited in the tender box on or before Tuesday 27th February, 2018 at 11.00am. Thereafter, opening of the bids will take place at the same venue starting from 11:15am. Regional Manager (Kisii),

Kenya Rural Roads Authority, P O Box 1084-00100, KISII.

 

Regional Manager,

KISII REGION

KENYA RURAL ROADS AUTHORITY 

KeRRA is ISO 9001:2008 CERTIFIED

KISII REGION - FEB 2019

KENYA RURAL ROADS AUTHORITY

KISII REGION

P O BOX 1084 KISII.

 

TENDER NOTICE

DATE:21st February,2019

ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF VARIOUS ROADS UNDER THE 10% RMLF FOR THE FINANCIAL YEAR 2018/19.

 

The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of Rural Roads.

KeRRA(Kisii Region) invites bids from eligible Construction Companies on behalf of Ministry of Transport, Infrastructure, Housing and Urban Development,State Department of Infrastructure to bid for Routine Maintenance and Spot Improvement Works on roads to be funded by the Government of Kenya through the 10% RMLF.

DOWNLOAD TENDER NOTICE HERE

S/No

CONSTITUENCY

ROAD CODE &NAME

RESERVATIONS

TENDER No.

1

Nyaribari chache

U_G65083 Keumbu-Riondonga-Nyanturago

10% Open

KeRRA/011/KSI/39/54/2017-18

ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF VARIOUS ROADS UNDER THE GOK DEVELOPMENT FUND FOR THE FINANCIAL YEAR 2017/18.

 

The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of Rural Roads.

KeRRA(Kisii Region) invites bids from eligible Construction Companies on behalf of Ministry of Transport, Infrastructure, Housing and Urban Development,State Department of Infrastructure to bid for Routine Maintenance and Spot Improvement Works on roads to be funded by the Government of Kenya through the GoK Development Fund

S/No

CONSTITUENCY

ROAD CODE &NAME

RESERVATIONS

TENDER No.

1

Bomachoge Borabu

G65438   Kerongo SDA – Metembe-Samba

Youth

KeRRA/011/KSI/39/118/2017-18

2

G65493   Eberege-Mokubo-Nyabiosi-Botaranda

            Open

KeRRA/011/KSI/39/119/2017-18

3

G65420   Nyamecheo   Boarding-Maiga-Nyangeti-Tongeri

Open

KeRRA/011/KSI/39/120/2017-18

4

G65422 Riokindo-Kenyenya-Riaasa Tea Buying

Open

KeRRA/011/KSI/39/121/2017-18

5

G65490   Nyagancha-Omogumo

Women

KeRRA/011/KSI/39/122/2017-18

 

ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF VARIOUS ROADS UNDER THE 22% AND 10% RMLF FOR THE FINANCIAL YEAR 2018/19.

 

The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of Rural Roads.

KeRRA(Kisii Region) invites bids from eligible Construction Companies on behalf of Ministry of Transport, Infrastructure, Housing and Urban Development,State Department of Infrastructure to bid for Routine Maintenance and Spot Improvement Works on roads to be funded by the Government of Kenya through the 22% & 10% RMLF.

S/No

CONSTITUENCY

ROAD CODE &NAME

RESERVATIONS

TENDER No.

1

Bomachoge Borabu

F6172   Getumo-Omobera

22% Open

KeRRA/011/KSI/39/43/2018-19

2

C884     Geteni-Magenche

22% Open

KeRRA/011/KSI/39/44/2018-19

3

E1041   Magenche-Kiango

22% Youth

KeRRA/011/KSI/39/45/2018-19

4

G65410 Nyabiore-Transmara Border

22% PWD

KeRRA/011/KSI/39/46/2018-19

5

E6270     Etono-Randani-Kiango

22% Open

KeRRA/011/KSI/39/47/2018-19

6

G65423 Riokindo-Maroba

22% Open

KeRRA/011/KSI/39/48/2018-19

7

E6265     Rianyanchabera-Riyabu-Tongeri

10% Open

KeRRA/011/KSI/39/50/2018-19

8

Bonchari

URA12     Nyabieyo-Airstrip Plaza

22% Open

KeRRA/011/KSI/39/66/2018-19

9

D1914   Nyakeogiro-Ekerorano-Kiambiri-Sugunana

22% Open

KeRRA/011/KSI/39/64/2018-19

10

E6211     Nyamaonde-Metaburo-Motonto-Bonyaoro-Motonto

22% Open

KeRRA/011/KSI/39/63/2018-19

11

G61384   Nyamaiya-Kerina

22% Open

KeRRA/011/KSI/39/65/2018-19

12

G65018   Mwata-Mugoiri-Nyatoima

22% Women

KeRRA/011/KSI/39/67/2018-19

13

F6150     Gesero-Nyamerako-Gesonso

22% Open

KeRRA/011/KSI/39/68/2018-19

14

G65572   Bogiakumu- Nyauno-Ekerore

22% PWD

KeRRA/011/KSI/39/69/2018-19

15

E873     Mwata-Nyameuru-Nyasagati-Kerina

10% Open

KeRRA/011/KSI/39/70/2018-19

16

Kitutu Chache South

R65       Mogusii-Ititi

22% Open

KeRRA/011/KSI/39/73/2018-19

17

E6218   Riverside-Gesieka

22% Open

KeRRA/011/KSI/39/78/2018-19

18

E6219   Ruga-Gesieka

22% Open

KeRRA/011/KSI/39/80/2018-19

19

E6226   Nyamataro-Iranda

22% Youth

KeRRA/011/KSI/39/74/2018-19

20

G64986   Matieko-Ruga

22% PWD

KeRRA/011/KSI/39/77/2018-19

21

G64987   Mosocho-Matieko

22% Open

KeRRA/011/KSI/39/79/2018-19

22

G64968   Nyabururu-Rianyamari TBC

22% Open

KeRRA/011/KSI/39/75/2018-19

23

G64978   Gombe-Keore-Nyabururu

22% Open

KeRRA/011/KSI/39/76/2018-19

24

E6231   Motemomwamu-Moneke-Mutiple Culvert

10% Women

KeRRA/011/KSI/39/82/2018-19

25

Kitutu Chache North

C897 Kegogi-Marani

22% Open

KeRRA/011/KSI/39/01/2018-19

26

E1066   Tinga-Bobaracho

22% Open

KeRRA/011/KSI/39/03/2018-19

27

E6219 Nyakome-Gesieka

22% PWD

KeRRA/011/KSI/39/02/2018-19

28

G64923 Nyakeyo-Sawosawo Bridge-Owalo

22% Open

KeRRA/011/KSI/39/59/2018-19

29

E6183   Gesieka-Kiomoncha

22% Youth

KeRRA/011/KSI/39/60/2018-19

30

C892   Ngenyi-Charachani

10% Women

KeRRA/011/KSI/39/62/2018-19

31

Nyaribari Chache

C894     Birongo-Chirochiro

22% Open

KeRRA/011/KSI/39/04/2018-19

32

C891     Kegati-Nyabisabo

22% Open

KeRRA/011/KSI/39/05/2018-19

33

C893     Riobara-Keumbu

22% Youth

KeRRA/011/KSI/39/09/2018-19

34

C891     Kegati-Kayati

22% Open

KeRRA/011/KSI/39/06/2018-19

35

E6232     Keumbu-Chindwani

22% Open

KeRRA/011/KSI/39/07/2018-19

36

G65060 Keumbu-Riariga

22% Open

KeRRA/011/KSI/39/08/2018-19

37

C891       Kiemenyinga-Nyabisabo

22% PWD

KeRRA/011/KSI/39/10/2018-19

38

E6207     Amariba-Nyambunde

10% Open

KeRRA/011/KSI/39/12/2018-19

39

F6147     Kiogoro-Nyaguta

22% Open

KeRRA/011/KSI/39/91/2018-19

40

Nyaribari Masaba

C740       Nyanturago-Njipship

22% Youth

KeRRA/011/KSI/39/21/2018-19

41

C741       Kilgoris-Kiomiti

22% Open

KeRRA/011/KSI/39/22/2018-19

42

C891       Gesusu-Kiemenyinga

22% PWD

KeRRA/011/KSI/39/26/2018-19

43

E6234     Keroka-Ibacho

22% Open

KeRRA/011/KSI/39/24/2018-19

44

E6237     Masimba-Ibacho

22% Open

KeRRA/011/KSI/39/23/2018-19

45

F6144   Masimba-Metembe

22% Open

KeRRA/011/KSI/39/27/2018-19

46

G65131   Taracha-Ibacho

22% Women

KeRRA/011/KSI/39/25/2018-19

47

C896     Borangi-Friends

10% Open

KeRRA/011/KSI/39/30/2018-19

48

Bomachoge Chache

D1950   Mogambi-Sengera

22% Open

KeRRA/011/KSI/39/51/2018-19

49

F6173     Sofaset- Egetuki-Matongo

22% Open

KeRRA/011/KSI/39/52/2018-19

50

G65449   Omosasa-Getuki-Riakimai

22% Open

KeRRA/011/KSI/39/53/2018-19

51

G65508 Tendere-Eburi-Nyamasege

22% Open

KeRRA/011/KSI/39/55/2018-19

52

G65531   Sameta Junction-Egetuki

22% Youth

KeRRA/011/KSI/39/54/2018-19

53

URP18  Buyonge-Nyagenke

10% Youth

KeRRA/011/KSI/39/56/2018-19

54

Bobasi

C893     Igembe-Riobara

22% Women

KeRRA/011/KSI/39/31/2018-19

55

R36     Igare-Borangi

22% Open

KeRRA/011/KSI/39/34/2018-19

56

D1953 Mogonga-Emenwa

22% Open

KeRRA/011/KSI/39/37/2018-19

57

D1957 Nyansongo-Gitenyi

22% PWD

KeRRA/011/KSI/39/32/2018-19

58

D1959 Ogembo-Igare

22% Open

KeRRA/011/KSI/39/33/2018-19

59

E6263   Mogonga-Nyamache

22% Women

KeRRA/011/KSI/39/35/2018-19

60

R32   Sameta-Igare

22% Open

KeRRA/011/KSI/39/36/2018-19

61

G65556   Motonto-Nyakegogi

22% Open

KeRRA/011/KSI/39/38/2018-19

62

G65371  Borangi-Mochengo

10% Open

KeRRA/011/KSI/39/42/2018-19

63

South Mugirango

C861   Nyakeyo-Nyamasege

22% Youth

KeRRA/011/KSI/39/14/2018-19

64

R20     Nduru-Matangamano-Ikoba

22% Open

KeRRA/011/KSI/39/17/2018-19

65

C884   Maroo-Nyamaiya

22% Open

KeRRA/011/KSI/39/15/2018-19

66

D1955 Ekona-Mogenda

22% Open

KeRRA/011/KSI/39/18/2018-19

67

E866   Nyabera-Nyansembe

22% PWD

KeRRA/011/KSI/39/16/2018-19

68

C884 Nyamaiya-Geteni

         10% Open

KeRRA/011/KSI/39/20/2018-19

ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF VARIOUS ROADS UNDER THE 10% CS ALLOCATION FOR THE FINANCIAL YEAR 2018/19.

 

The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of Rural Roads.

KeRRA(Kisii Region) invites bids from eligible Construction Companies on behalf of Ministry of Transport, Infrastructure, Housing and Urban Development,State Department of Infrastructure to bid for Routine Maintenance and Spot Improvement Works on roads to be funded by the Government of Kenya through the 10% CS

S/No

CONSTITUENCY

ROAD CODE &NAME

RESERVATIONS

TENDER No.

1

Bomachoge Borabu

F6172     Getumo-Omobera

10% CS

KeRRA/011/KSI/39/83/2018-19

2

Nyaribari Chache

E6207     Nyanderema-Nyankwana

10% CS

KeRRA/011/KSI/39/86/2018-19

3

G65022 Nyataro-Nyanguru

10% CS

KeRRA/011/KSI/39/84/2018-19

4

G65023 Otamba-Kiogoro-Bokebo

10% CS Women

KeRRA/011/KSI/39/90/2018-19

5

Nyaribari Masaba

C740     Nyanturago-Ikorongo

10% CS

KeRRA/011/KSI/39/86/2018-19

6

G65090   Rianyoka-Giesembe

10% CS

KeRRA/011/KSI/39/85/2018-19

7

Kitutu Chache North

C892     Kegogi-Marani

10% CS

KeRRA/011/KSI/39/87/2018-19

8

G64903   Nyamokenye-Nyansakia-Marani-Ititi

10% CS

KeRRA/011/KSI/39/88/2018-19

 

KISII REGION - JULY 2018

TENDER NOTICE - Download here!                                                                                               

S/No

CONSTITUENCY

ROAD CODE & NAME

RESERVATIONS

TENDER No.

DOCUMENT

1

South Mugirango

E207 Nyakeyo-Ekona Yonduka (A)  

Open

KeRRA/011/KSI/39/9990/2017-18

Download

2

E207 Nyakeyo-Ekona Yonduka-Nyamasege  (B)

Open

KeRRA/011/KSI/39/9991/2017-18

Download

3.


Bonchari

R63-Kisii   Nyamira-Nyangoso-Nyaramba

Open

KeRRA/011/KSI/39/9993/2017-18

Download

4.

U_G65016  Ekiendege-Airstrip -Nyamisaro

Open

KeRRA/011/KSI/39/9992/2017-18

Download

 

KISII REGION - JUNE 2018

TENDER NOTICE - Downlod here

S/No

CONSTITUENCY

ROAD CODE & NAME

RESERVATIONS

TENDER No.

DOCUMENT

1

Nyaribari Chache

T1105-Gucha Amariba-Nyambunde

22% Open

KeRRA/011/KSI/39/49/2017-18

Download

2

URA8-Kisii Birongo-Nyankororo

10% Open

KeRRA/011/KSI/39/53/2017-18

Download

3

U_G65049 Boruma-Birongo

22% Y/W

KeRRA/011/KSI/39/52/2017-18

Download

4

D223J1 Birongo-Chirichiro

22% Open

KeRRA/011/KSI/39/51/2017-18

Download

5

E1142X  Ekenyoru-Nyamemiso

22% Y/W

KeRRA/011/KSI/39/50/2017-18

Download

6

E1056  Kegati-Kayati

        22%  Disability

KeRRA/011/KSI/39/47/2017-18

Download

7

R82-Kisii  Kegati-Nyabisabo

22% Open

KeRRA/011/KSI/39/45/2017-18

Download

8

R80-Gucha  Otamba-Kiogoro

10% Open

KeRRA/011/KSI/39/55/2017-18

Download

9

D207  Riobara-Keumbu

       10% Disability

KeRRA/011/KSI/39/56/2017-18

Download

MANDAT

KISII REGION 10% RMLF FUNDING FY 2022/2023.

                                                                                                                                                                     WI/24

KENYA RURAL ROADS AUTHORITY

Tel:  : 0790094945                                                                                 Regional Director

Fax:                                                                                                        Kisii Region

E-mail: This email address is being protected from spambots. You need JavaScript enabled to view it.                                                                  P.O. Box 1084-40200

Website: www.Kerra.go.ke                                                                    KISII

REF NO: KeRRA/15/KSI/11/ITT/VOL.3/010                                       Date: 1st February, 2023

 

INVITATION TO TENDER 10% RMLF FUNDING   

 

Kenya Rural Roads Authority (KeRRA) – Kisii Region invites bids from contractors in the stated Category for financial year 2022/2023 in the Region for the Procurement of below stated Roads funded by 10% RMLF Allocation Financial Year 2022-2023

download advert here

 

S/NO

 

PACKAGE

NO.

 

TENDER No.

 

TENDER NAME & CODE

 

CATEGORY

 

1

109

KeRRA/08/24/KSI/39/BB/2-46-2022/2023-109 

Rianyanchabera-Riyabu- Tongeri (E6265)

PWD

download

2

110

KeRRA/08/24/KSI/39/BB/2-46-2022/2023-110

Getumo-Omobera- (F6172)

Prequalified

download

3

111

KeRRA/08/24/KSI/39/BB/2-46-2022/2023-111

Riamuma-Maiga-Nyamecheo Bording (E6266)

Prequalified

download

4

112

KeRRA/08/24/KSI/39/BB/2-46-2022/2023-112

Eberege-Botaranda- (G65492)

Prequalified

download

5

113

KeRRA/08/24/KSI/39/BON/2-46-2022/2023-113

Rural –Kirwanda-Nyabieyo-Ombek (G65538)

Prequalified

download

6

114

KeRRA/08/24/KSI/39/BON/2-46-2022/2023-114

Kiamori-Ekerore- (G64992)

Prequalified

download

7

115

KeRRA/08/24/KSI/39/BON/2-46-2022/2023-115

Nyagwekoa-Ekebuse -(G64998)

PWD

download

8

116

KeRRA/08/24/KSI/39/BON/2-46-2022/2023-116

Luthe Dongo-Nyamatuta- (G61003)

Women

download

9

117

KeRRA/08/24/KSI/39/BON/2-46-2022/2023-117

Nyamira Junction-Genga- St. Franciscan-Suku-Nyamira (G65019)

Prequalified

download

10

118

KeRRA/08/24/KSI/39/KCS/2-46-2022/2023-118

Riabineri-Oroboti-Nyakeogiro- (D1914)

Prequalified

download

11

119

KeRRA/08/24/KSI/39/KCS/2-46-2022/2023-119

Nyambera-Nyankongo – (E1929)

Youth

download

12

120

KeRRA/08/24/KSI/39/KCS/2-46-2022/2023-120

Mogumo-Raganga- (G65002)

Women

download

13

121

KeRRA/08/24/KSI/39/KCS/2-46-2022/2023-121

Moneke-Riamichieka-Nyatieko – (D6055)

Prequalified

download

14

122

KeRRA/08/24/KSI/39/KCS/2-46-2022/2023-122

Nyakoe-Matongo- (G64978)

Prequalified

download

15

123

KeRRA/08/24/KSI/39/KCS/2-46-2022/2023-123

Jogoo-Kisii Bottlers-Getare Stage Miwa – (K2-KISII)

Prequalified

download

16

124

KeRRA/08/24/KSI/39/KCN/2-46-2022/2023-124

Motonto PAG Sch-Kenyoro-Nyakeyo –(G64884)

Prequalified

download

17

125

KeRRA/08/24/KSI/39/KCN/2-46-2022/2023-125

Ngenyi-Charachani (C892)

Women

download

18

126

KeRRA/08/24/KSI/39/KCN/2-46-2022/2023-126

Marani-Kegogi (C897)

Prequalified

download

19

127

KeRRA/08/24/KSI/39/NC/2-46-2022/2023-127

Kegati-Kayati –(C891)

Youth

download

20

128

KeRRA/08/24/KSI/39/NC/2-46-2022/2023-128

Kiemenyinga-Nyabisabo- (C891)

Prequalified

download

21

129

KeRRA/08/24/KSI/39/NC/2-46-2022/2023-129

Riobara-Keumbu- (C893)

Youth

download

22

130

KeRRA/08/24/KSI/39/NC/2-46-2022/2023-130

Menyinkwa-Masongo – (D1963)

Prequalified

download

23

131

KeRRA/08/24/KSI/39/NC/2-46-2022/2023-131

Chirichiro-Birongo – (C894)

Prequalified

download

24

132

KeRRA/08/24/KSI/39/BC/2-46-2022/2023-132

Sengera-Kiagware (R21)

Prequalified

download

25

133

KeRRA/08/24/KSI/39/NM/2-46-2022/2023-133

Gesusu-Nyabisabo (C891)

PWD

download

26

134

KeRRA/08/24/KSI/39/NM/2-46-2022/2023-134

Chironge-Moremani (C894)

Women

download

27

135

KeRRA/08/24/KSI/39/NM/2-46-2022/2023-135

Moremani-Chirichiro- (C894)

Prequalified

download

28

136

KeRRA/08/24/KSI/39/NM/2-46-2022/2023-136

Ibacho-Masimba-( E6237)

Prequalified

download

29

137

KeRRA/08/24/KSI/39/BC/2-46-2022/2023-137

Kineni-Nyamasege –( G65509)

Women

download

30

138

KeRRA/08/24/KSI/39/BC/2-46-2022/2023-138

Sofaset-Egetuki – (G65537)

Youth

download

31

139

KeRRA/08/24/KSI/39/BC/2-46-2022/2023-139

Omosasa-Getuki-Matagaro – (G65549)

Prequalified

download

32

140

KeRRA/08/24/KSI/39/BC/2-46-2022/2023-140

Mbaka Corner-Muma-Machengo – (G65624)

Prequalified

download

33

141

KeRRA/08/24/KSI/39/BOB/2-46-2022/2023-141

Igembe-Riobara (C893)

Women

download

34

142

KeRRA/08/24/KSI/39/BOB/2-46-2022/2023-142

Nyamache-Bigogo-Nyacheki – (C894)

Youth

download

35

143

KeRRA/08/24/KSI/39/BOB/2-46-2022/2023-143

Friends-Nyacheki – (C896)

Women

download

36

144

KeRRA/08/24/KSI/39/BOB/2-46-2022/2023-144

Itumbe-Igare- (D206)

Prequalified

download

37

145

KeRRA/08/24/KSI/39/BOB/2-46-2022/2023-145

Igare-Mogonga – (E6261)

Prequalified

download

38

147

KeRRA/08/24/KSI/39/SM/2-46-2022/2023-147

Ochotororo-Nyamaiya – (R25)

Prequalified

download

39

148

KeRRA/08/24/KSI/39/SM/2-46-2022/2023-148

Etago-Mogenda-Geteni-Nyamondo – (D1955)

Prequalified

download

40

149

KeRRA/08/24/KSI/39/SM/2-46-2022/2023-149

Nyandiwa-Mote-Onkoba- (F6161)

Youth

download

The Tender Documents can be bought at the Kisii Regional Headquarters, Regional Accounts Office with Bankers Deposit Slips Payable to KCB Bank Account Name KeRRA A.I.A A/C No. 11143433196 and documents collected at the Regional Procurement Office, each bid is Kshs. 1,000.00 (One Thousand Shillings Only) which is non-refundable. The documents can also be downloaded for free from KeRRA website www.kerra.go.ke.

 

QUALIFICATION FOR TENDERING

 

Mandatory requirements for tendering are;

 

  1. Certified copy of Certificate of Incorporation
  2. Certified copy of Registration with NCA (Categories 8 and above)
  3. Certified contractors Annual Practicing License.
  4. Certified copy of a Valid Tax Compliance Certificate
  5. Certified copy of a VAT and PIN Certificate
  6. Certified current trading license.
  7. Certified copy of recent CR12 (Issued within the last twelve months before opening date)
  8. Certified copies of National Identity Cards for the Directors listed
  9. Subsequent to presidential directive issued on the COVID-19 Pandemic there shall be no pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids
  10. Thresholds specified in the Tender Document covering the following;
  11. Similar previous experience.
  12. Equipment holding supported by relevant documentation.
  13. Audited accounts for the last three years initialized by both the Director and the Practicing auditor
  14. Proof of having a bank account for the last one year.
  15. Duly filled Confidential Business Questionnaire.
  16. Duly filled form of tender.
  17. Duly filled Bill of quantities.
  18. Well sequentially serialized pages by the bidder.

 

YOUTH WOMEN AND PEOPLE LIVING WITH DISABILITIES

 

  1. From the above mandatory requirements (a, b, c, d, e, f, g, and h)
  2. Valid Certified copy of Youth Women and people living with disabilities Certificate for (YAGPO) from The National Treasury.
  3. Tenderers bidding for Persons with Disabilities Bids Must attach certified copies of IDS by NCPWD for the directors who are disabled.
  4. Thresholds specified in the tender Document covering the following.
  5. Equipment holding supported by relevant documentation.
  6. Proof of having a bank account for the last one year
  7. Duly filled Confidential Business Questionnaire.
  8. Duly Filled Form of Tender.
  9. Duly Filled Bills of Quantities.
  10. Well sequentially serialized pages by the bidder.

NOTE:

         

  1. All certifications of documents shall be original and executed by a commissioner of oaths or Notaries Public

 

  1. Bidders shall ensure that attachments provided are legible and information provided is correct and consistence to the best of their knowledge, Provision of incorrect and inconsistent information with an intention to win a tender will lead to automatic disqualification of the bid.
  1. To enhance equity, Bidders may bid for more than one tender pursuant to this Tender Notice but can only be considered for award of one bid under this Tender Notice. Bidders who have been awarded 22% RMLF bids for FY 2022/2023 may apply but will not be considered.

Duly filled Tender Document shall be submitted in sealed envelope (One Document per envelope) marked with Tender Number and Road Name and dropped in the right tender box for each constituency Address to:

REGIONAL DIRECTOR

KENYA RURAL ROADS AUTHORITY

KISII REGION

P.O.BOX 1084 - 40200

KISII

And be deposited in the Tender Box on or before 10th February, 2023 at 10.00 A.M. Tenders will be opened immediately thereafter in the presence of those Tender’s representatives who choose to attend.

 

Eng. W. O. Nyariki

REGIONAL DIRECTOR

KISII REGION 10%RMLF- F/Y 2021-22

Download Tender Notice Here

                                                                                                                                                                                                                                                                           WI/24

KENYA RURAL ROADS AUTHORITY

Tel:  020-2710442                                                                                                                                                                                                                                       Deputy Director

Fax:                                                                                                                                                                                                                                                                Kisii Region

E-mail: This email address is being protected from spambots. You need JavaScript enabled to view it.                                                                                                                                                                                                                   P.O. Box 1084-40200

Website: www.Kerra.go.ke                                                                                                                                                                                                                        KISII

REF NO: KeRRA/15/KSI/11/ITT/VOL.1/010                                                                                                                                                                                           Date: 8th November, 2021

 

INVITATION TO TENDER.

 10% RMLF

 

Kenya Rural Roads Authority (KeRRA) – Kisii Region invites bids from contractors in the stated Category for financial year 2021/2022 in the Region for the Procurement of below stated Roads funded by 10% RMLF Allocation Financial Year 2021-2022

 

S/NO

 

PACKAGE

NO.

 

TENDER No.

 

TENDER NAME

 

CATEGORY

1

077

KeRRA/011/KSI/39/077/2021-2022

Itibo-Ekerubo

Prequalified

2

078

KeRRA/011/KSI/39/078/2021-2022

Riana-Kasarani Eclub-Kiendege

Prequalified

3

079

KeRRA/011/KSI/39/079/2021-2022

Nyamira Junction-Genga-St. Franciscan-Suku-Nyamira

Youth

4

080

KeRRA/011/KSI/39/081/2021-2022

Oria-Ogonga-Nyansembe

PWD

5

082

KeRRA/011/KSI/39/082/2021-2022

Nyakeyo-Nyamasege

Prequalified

6

083

KeRRA/011/KSI/39/083/2021-2022

Etago-Mogenda-Geteni

Prequalified

7

084

KeRRA/011/KSI/39/084/2021-2022

Rianyanchabera-Riyabu-Tongeri

Prequalified

8

085

KeRRA/011/KSI/39/085/2021-2022

Getumo-Omobera

Women

9

086

KeRRA/011/KSI/39/086/2021-2022

Eberege-Botaranda

Prequalified

10

087

KeRRA/011/KSI/39/087/2021-2022

Igembe-Riobara

Youth

11

088

KeRRA/011/KSI/39/088/2021-2022

Iranya-Nyamache

Prequalified

12

089

KeRRA/011/KSI/39/089/2021-2022

Igare-Mogonga

Women

13

090

KeRRA/011/KSI/39/090/2021-2022

Itumbe-Igare

Prequalified

14

091

KeRRA/011/KSI/39/091/2021-2022

Sofaset -Egetuki

PWD

15

092

KeRRA/011/KSI/39/092/2021-2022

Mbaka Corner-Muma-Machongo

Women

16

093

KeRRA/011/KSI/39/093/2021-2022

Nyamoranga-Gakero-Nyamboga

Prequalified

17

094

KeRRA/011/KSI/39/094/2021-2022

Chironge-Mobamba

Prequalified

18

095

KeRRA/011/KSI/39/095/2021-2022

Mobamba-Chirichiro

Prequalified

19

096

KeRRA/011/KSI/39/096/2021-2022

Ibacho-Masimba

Youth

20

097

KeRRA/011/KSI/39/097/2021-2022

Kegati-Kayati

Prequalified

21

098

KeRRA/011/KSI/39/098/2021-2022

Kiemenyinga-Nyabisabo

Women

22

099

KeRRA/011/KSI/39/099/2021-2022

Keumbu-Riobara

PWD

23

100

KeRRA/011/KSI/39/100/2021-2022

Chirichiro-Birongo

Prequalified

24

101

KeRRA/011/KSI/39/101/2021-2022

Geturi-Nyakeyo

Prequalified

25

102

KeRRA/011/KSI/39/102/2021-2022

Ngenyi-Charachani

PWD

26

103

KeRRA/011/KSI/39/103/2021-2022

Gesarara-Multiple Culverts

Youth

27

104

KeRRA/011/KSI/39/104/2021-2022

Rianyamari  TBC-Nyamataro

Women

28

105

KeRRA/011/KSI/39/105/2021-2022

Kioge-Matongo (Bigogo-Nyakoe)

Prequalified

 

The Tender Documents can be bought at the Kisii Regional Headquarters, Regional Accounts Office with Bankers Deposit Slips Payable to KCB Bank Account Name KeRRA A.I.A A/C No. 11143433196 and documents collected at the Regional Procurement Office, each bid is Kshs.1,000.00 (One Thousand Shillings Only) which is non-refundable. The documents can also be downloaded for free from KeRRA website www.kerra.go.ke.

 

QUALIFICATION FOR TENDERING

 

Mandatory requirements for tendering are;

 

  1. Certified copy of Certificate of Incorporation
  2. Certified copy of Registration with NCA (Categories 8 and above)
  3. Certified contractors Annual Practicing License.
  4. Certified copy of a Valid Tax Compliance Certificate
  5. Certified copy of a VAT and PIN Certificate
  6. Certified copy of recent CR12 (Issued within the last twelve months before opening date)
  7. Certified copies National Identity Cards for Directors listed
  8. Subsequent to presidential directive issued on the COVID-19 Pandemic there shall be no pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids
  9. Thresholds specified in the Tender Document covering the following;
  10. Similar previous experience.
  11. Equipment holding supported by relevant documentation.
  12. Audited accounts for the last three years.
  13. Certified current trading license.
  14. Proof of having a bank account for the last one year.
  15. Duly filled Confidential Business Questionnaire.
  16. Duly filled form of tender.
  17. Duly filled Bill of quantities.
  18. Well serialized pages by the bidder.

 

 YOUTH WOMEN AND PEOPLE LIVING WITH DISABILITIES

 

  1. From the above mandatory requirements(a, b, c, d, e, f and g )
  2. Valid Certified copy of Youth Women and people living with disabilities Certificate for (YAGPO) from The National Treasury.
  3. Tenderers bidding for Persons with Disabilities Contract Must attach copies of IDS by NCPWD for the directors who are disabled.
  4. Thresholds specified in the tender Document covering the following.
  5. Equipment holding supported by relevant documentation.
  6. Certified current trading license.
  7. Proof of having a bank account for the last one year
  8. Duly filled Confidential Business Questionnaire.
  9. Duly Filled Form of Tender.
  10. Duly Filled Bills of Quantities.
  11. Well serialized paged by the bidder.

NOTE:

         

  1. All certifications of documents shall be original and executed by a commissioner of oaths or Notaries Public

 

  1. Bidders shall ensure that attachments provided are legible and information provided is correct and consistence to the best of their knowledge, Provision of incorrect and inconsistent information with an intention to win a tender will lead to automatic disqualification of the bid.
  1. To enhance equity, Bidders may bid for more than one tender pursuant to this Tender Notice but can only be considered for award of one contract under this Tender Notice

 

Duly filled Tender Document shall be submitted in sealed envelope (One Document per envelope) marked with Tender Number and Road Name and dropped in the right tender box for each constituency Address to:

REGIONAL DIRECTOR

KENYA RURAL ROADS AUTHORITY

KISII REGION

P.O.BOX 1084 - 40200

KISII

And be deposited in the Tender Box on or before 16th November, 2021 at 10.00 A.m. Tenders will be opened immediately thereafter in the presence of those Tender’s representatives who choose to attend.

Eng. W. O. Nyariki

REGIONAL DIRECTOR

 

 

 

 

KISII REGION 22% F/Y 2020-2021 TENDERS BOBASI CONSTITUENCY

INVITATION TO TENDER.

 22% RMLF FOR BOBASI

 

Kenya Rural Roads Authority (KeRRA) – Kisii Region invites bids from prequalified contractors for financial year 2019/21 in the Region for the Procurement of below stated Roads funded under 22% RMLF Allocation for  Bobasi Financial Year 2020-2021

Download Tender Advert Here

 

S/NO

 

PACKAGE

NO.

 

TENDER No.

 

TENDER NAME

 

CATEGORY

1

061

KeRRA/011/KSI/39/061/2020-2021

Mogonga-Emenwa

Prequalified

2

062

KeRRA/011/KSI/39/062/2020-2021

Nyansongo-Gitenya

Prequalified

3

063

KeRRA/011/KSI/39/063/2020-2021

Ogembo-Riakemoni

Prequalified

4

064

KeRRA/011/KSI/39/064/2020-2021

Rise-Nyambunde

Prequalified

5

065

KeRRA/011/KSI/39/065/2020-2021

Mogonga-Nyamache

Youth

6

066

KeRRA/011/KSI/39/066/2020-2021

Sameta-Igare

Women

7

067

KeRRA/011/KSI/39/067/2020-2021

Rionyoni-Majimazuri-Nyacheki

Prequalified

8

068

KeRRA/011/KSI/39/068/2020-2021

Motonto-Nyakegogi

Prequalified

 

The Tender Documents can be bought at the Kisii Regional Headquaters, Regional Accounts Office with Bankers Deposit Slips Payable to KCB Bank Account Name KeRRA A.I.A A/C No. 11143433196 and documents collected at the Regional Procurement Office, each bid is Kshs.1,000.00 (One Thousand Shillings Only) which is non-refundable. The documents can also be downloaded for free from KeRRA website www.kerra.go.ke.

QUALIFICATION FOR TENDERING

Mandatory requirements for tendering are;

  1. Certified copy of Certificate of Incorporation
  2. Certified copy of Registration with NCA (Categories 8 and above)
  3. Certified contractors Annual Practicing License.
  4. Valid copy of a Valid Tax Compliance Certificate
  5. Certified copy of a VAT and PIN Certificate
  6. Certified copy of recent CR12 (Valid for the last 12 Months)
  7. Subsequent to presidential directive issued on the COVID-19 Pandemic there shall be no pre-tender site

    visit, bidders are advised to make their own personal arrangements to familiarize themselves with the

    site before submission of their bids

  1. Thresholds specified in the Tender Document covering the following;
  2. Similar previous experience.
  3. Equipment holding supported by relevant documentation.
  4. Audited accounts for the last three years.
  5. Certified current trading license.
  6. Proof of having a bank account for the last one year.
  7. Duly filled Confidential Business Questionnaire.
  8. Duly filled form of tender.
  9. Duly filled Bill of quantities.
  10. Well serialized pages by the bidder.

 YOUTH WOMEN AND PEOPLE LIVING WITH DISABILITIES

  1. From the above mandatory requirements(a, b, c, d, e, f and g )
  2. Valid Certified copy of Youth Women and people living with disabilities Certificate for (YAGPO) from The National Treasury.
  3. For people leaving with disability shall additionally attach a certified copy of National Council of Persons leaving with disabilities.
  4. Thresholds specified in the tender Document covering the following.
  5. Equipment holding supported by relevant documentation.
  6. Certified current trading license.
  7. Proof of having a bank account for the last one year
  8. Duly filled Confidential Business Questionnaire.
  9. Duly Filled Form of Tender.
  10. Duly Filled Bills of Quantities.
  11. Well serialized paged by the bidder.

Duly filled Tender Document shall be submitted in sealed envelope (One Document per envelope) marked with Tender Number and Road Name and dropped in the right tender box for each constituency Address to:

REGIONAL DEPUTY DIRECTOR

KENYA RURAL ROADS AUTHORITY

KISII REGION

P.O.BOX 1084 - 40200

KISII

And be deposited in the Tender Box on or before  19th  February  2021 at 10.00 A.m. Tenders will be opened immediately thereafter in the presence of those Tender’s representatives who choose to attend.

Senior Supply Chain Management Officer

FOR: REGIONAL DEPUTY DIRECTOR

KISII REGION 22% F/Y 2020-2021 TENDERS BOMACHOGE BORABU CONSTITUENCY

INVITATION TO TENDER.

 22% RMLF FOR BOMACHOGE BORABU

 

Kenya Rural Roads Authority (KeRRA) – Kisii Region invites bids from prequalified contractors for financial year 2019/21 in the Region for the Procurement of below stated Roads funded under 22% RMLF Allocation for  Bomachoge Borabu Financial Year 2020-2021

Download Tender Advert Here

 

S/NO

 

PACKAGE

NO.

 

TENDER No.

 

TENDER NAME

 

CATEGORY

1

001

KeRRA/011/KSI/39/001/2020-2021

Nyamecheo Bording - Tongari

Prequalified

2

002

KeRRA/011/KSI/39/002/2020-2021

Getumo - Omobera

Prequalified

3

003

KeRRA/011/KSI/39/003/2020-2021

Kerongo SDA -  Samba

Woman

4

004

KeRRA/011/KSI/39/004/2020-2021

Magena - Ritembu

PWD

5

005

KeRRA/011/KSI/39/005/2020-2021

Bendera-Transmara Boder

Youth

6

006

KeRRA/011/KSI/39/006/2020-2021

Gateni-Ekona ya Ngare

Prequalified

7

007

KeRRA/011/KSI/39/007/2020-2021

Riokindo-Maroba

Prequalified

8

008

KeRRA/011/KSI/39/008/2020-2021

Etono-Randani-Kiango

Prequalified

9

009

KeRRA/011/KSI/39/009/2020-2021

Eberege-Botaranda

Prequalified

10

010

KeRRA/011/KSI/39/010/2020-2021

Mokubo-Etago

Prequalified

 

The Tender Documents can be bought at the Kisii Regional Headquaters, Regional Accounts Office with Bankers Deposit Slips Payable to KCB Bank Account Name KeRRA A.I.A A/C No. 11143433196 and documents collected at the Regional Procurement Office, each bid is Kshs.1,000.00 (One Thousand Shillings Only) which is non-refundable. The documents can also be downloaded for free from KeRRA website www.kerra.go.ke.

 

QUALIFICATION FOR TENDERING

Mandatory requirements for tendering are;

  1. Certified copy of Certificate of Incorporation
  2. Certified copy of Registration with NCA (Categories 8 and above)
  3. Certified contractors Annual Practicing License.
  4. Valid copy of a Valid Tax Compliance Certificate
  5. Certified copy of a VAT and PIN Certificate
  6. Certified copy of recent CR12 (Valid for the last 12 Months)
  7. Subsequent to presidential directive issued on the COVID-19 Pandemic there shall be no pre-tender site

    visit, bidders are advised to make their own personal arrangements to familiarize themselves with the

    site before submission of their bids

  1. Thresholds specified in the Tender Document covering the following;
  2. Similar previous experience.
  3. Equipment holding supported by relevant documentation.
  4. Audited accounts for the last three years.
  5. Certified current trading license.
  6. Proof of having a bank account for the last one year.
  7. Duly filled Confidential Business Questionnaire.
  8. Duly filled form of tender.
  9. Duly filled Bill of quantities.
  10. Well serialized pages by the bidder.

 YOUTH WOMEN AND PEOPLE LIVING WITH DISABILITIES

  1. From the above mandatory requirements(a, b, c, d, e, f and g )
  2. Valid Certified copy of Youth Women and people living with disabilities Certificate for (YAGPO) from The National Treasury.
  3. For people leaving with disability shall additionally attach a certified copy of National Council of Persons leaving with disabilities.
  4. Thresholds specified in the tender Document covering the following.
  5. Equipment holding supported by relevant documentation.
  6. Certified current trading license.
  7. Proof of having a bank account for the last one year
  8. Duly filled Confidential Business Questionnaire.
  9. Duly Filled Form of Tender.
  10. Duly Filled Bills of Quantities.
  11. Well serialized paged by the bidder.

Duly filled Tender Document shall be submitted in sealed envelope (One Document per envelope) marked with Tender Number and Road Name and dropped in the right tender box for each constituency Address to:

REGIONAL DEPUTY DIRECTOR

KENYA RURAL ROADS AUTHORITY

KISII REGION

P.O.BOX 1084 - 40200

KISII

 

And be deposited in the Tender Box on or before  18th  February  2021 at 10.00 A.m. Tenders will be opened immediately thereafter in the presence of those Tender’s representatives who choose to attend.

Senior Supply Chain Management Officer

FOR: REGIONAL DEPUTY DIRECTOR

KISII REGION 22% F/Y 2020-2021 TENDERS BONCHARI CONSTITUENCY

INVITATION TO TENDER.

 22% RMLF FOR BONCHARI

 

Kenya Rural Roads Authority (KeRRA) – Kisii Region invites bids from prequalified contractors for financial year 2019/21 in the Region for the Procurement of below stated Roads funded under 22% RMLF Allocation for  Bonchari Financial Year 2020-2021

Download Tender Advert Here

 

S/NO

 

PACKAGE

NO.

 

TENDER No.

 

TENDER NAME

 

CATEGORY

1

011

KeRRA/011/KSI/39/011/2020-2021

Itibo - Nyangiti

Prequalified

2

012

KeRRA/011/KSI/39/012/2020-2021

Matongo – Igonga – Raganga

Prequalified

3

013

KeRRA/011/KSI/39/013/2020-2021

Geseso – Nyamerako

Woman

4

014

KeRRA/011/KSI/39/014/2020-2021

Botoro-Itibo-Nyangoge

Youth

5

015

KeRRA/011/KSI/39/015/2020-2021

Kerina-Nyamaiya

Prequalified

6

016

KeRRA/011/KSI/39/016/2020-2021

Rural – Kirwanda

Prequalified

7

017

KeRRA/011/KSI/39/017/2020-2021

Riamontinga-Nyotoima

Prequalified

8

018

KeRRA/011/KSI/39/018/2020-2021

Welcome-Sewerage

Prequalified

 

The Tender Documents can be bought at the Kisii Regional Headquaters, Regional Accounts Office with Bankers Deposit Slips Payable to KCB Bank Account Name KeRRA A.I.A A/C No. 11143433196 and documents collected at the Regional Procurement Office, each bid is Kshs.1,000.00 (One Thousand Shillings Only) which is non-refundable. The documents can also be downloaded for free from KeRRA website www.kerra.go.ke.

 

QUALIFICATION FOR TENDERING

Mandatory requirements for tendering are;

  1. Certified copy of Certificate of Incorporation
  2. Certified copy of Registration with NCA (Categories 8 and above)
  3. Certified contractors Annual Practicing License.
  4. Valid copy of a Valid Tax Compliance Certificate
  5. Certified copy of a VAT and PIN Certificate
  6. Certified copy of recent CR12 (Valid for the last 12 Months)
  7. Subsequent to presidential directive issued on the COVID-19 Pandemic there shall be no pre-tender site

    visit, bidders are advised to make their own personal arrangements to familiarize themselves with the

    site before submission of their bids

  1. Thresholds specified in the Tender Document covering the following;
  2. Similar previous experience.
  3. Equipment holding supported by relevant documentation.
  4. Audited accounts for the last three years.
  5. Certified current trading license.
  6. Proof of having a bank account for the last one year.
  7. Duly filled Confidential Business Questionnaire.
  8. Duly filled form of tender.
  9. Duly filled Bill of quantities.
  10. Well serialized pages by the bidder.

 YOUTH WOMEN AND PEOPLE LIVING WITH DISABILITIES

  1. From the above mandatory requirements(a, b, c, d, e, f and g )
  2. Valid Certified copy of Youth Women and people living with disabilities Certificate for (YAGPO) from The National Treasury.
  3. For people leaving with disability shall additionally attach a certified copy of National Council of Persons leaving with disabilities.
  4. Thresholds specified in the tender Document covering the following.
  5. Equipment holding supported by relevant documentation.
  6. Certified current trading license.
  7. Proof of having a bank account for the last one year
  8. Duly filled Confidential Business Questionnaire.
  9. Duly Filled Form of Tender.
  10. Duly Filled Bills of Quantities.
  11. Well serialized paged by the bidder.

Duly filled Tender Document shall be submitted in sealed envelope (One Document per envelope) marked with Tender Number and Road Name and dropped in the right tender box for each constituency Address to:

REGIONAL DEPUTY DIRECTOR

KENYA RURAL ROADS AUTHORITY

KISII REGION

P.O.BOX 1084 - 40200

KISII

And be deposited in the Tender Box on or before  18th  February  2021 at 10.00 A.m. Tenders will be opened immediately thereafter in the presence of those Tender’s representatives who choose to attend.

Senior Supply Chain Management Officer

FOR: REGIONAL DEPUTY DIRECTOR

KISII REGION 22% RMLF BOBASI -F/Y2021-22

 Download Tender Notice here

                                                                                                                                                                                                                                        WI/24

KENYA RURAL ROADS AUTHORITY

Tel:  020-2710442                                                                                                                                                                                                        Deputy Director

Fax:                                                                                                                                                                                                                           Kisii Region

E-mail: This email address is being protected from spambots. You need JavaScript enabled to view it.                                                                                                                                                                                        P.O.Box 1084-40200

Website: www.Kerra.go.ke                                                                                                                                                                                           KISII

REF NO: KeRRA/15/KSI/11/ITT/VOL.1/004                                                                                                                                                                    Date: 2nd November, 2021

 

INVITATION TO TENDER.

 22% RMLF FOR BOBASI CONSTITUENCY

 

Kenya Rural Roads Authority (KeRRA) – Kisii Region invites bids from contractors in the stated Category for financial year 2021/2022 in the Region for the Procurement of below stated Roads funded by 22% RMLF Allocation Financial Year 2021-2022

 

S/NO

 

PACKAGE

NO.

 

TENDER No.

 

TENDER NAME

 

CATEGORY

1

028

KeRRA/011/KSI/39/028/2021-2022

Mogonga-Emenwa

Prequalified

2

029

KeRRA/011/KSI/39/029/2021-2022

Nyansongo-Gitenyi

Prequalified

3

030

KeRRA/011/KSI/39/030/2021-2022

Rise-Nyambunde

Women

4

031

KeRRA/011/KSI/39/031/2021-2022

Mogonga-Nyamache

PWD

5

032

KeRRA/011/KSI/39/032/2021-2022

Borangi-Mochongo-Nyacheki

Prequalified

6

033

KeRRA/011/KSI/39/033/2021-2022

Igare-Borangi

Youth

7

034

KeRRA/011/KSI/39/034/2021-2022

Nyamache-Bigogo-Riokibeni

Prequalified

 

The Tender Documents can be bought at the Kisii Regional Headquarters, Regional Accounts Office with Bankers Deposit Slips Payable to KCB Bank Account Name KeRRA A.I.A A/C No. 11143433196 and documents collected at the Regional Procurement Office, each bid is Kshs.1,000.00 (One Thousand Shillings Only) which is non-refundable. The documents can also be downloaded for free from KeRRA website www.kerra.go.ke.

 

QUALIFICATION FOR TENDERING

 

Mandatory requirements for tendering are;

 

  1. Certified copy of Certificate of Incorporation
  2. Certified copy of Registration with NCA (Categories 8 and above)
  3. Certified contractors Annual Practicing License.
  4. Certified copy of a Valid Tax Compliance Certificate
  5. Certified copy of a VAT and PIN Certificate
  6. Certified copy of recent CR12 (Issued within the last twelve months before opening date)
  7. Certified copies National Identity Cards for Directors listed
  8. Subsequent to presidential directive issued on the COVID-19 Pandemic there shall be no pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids
  9. Thresholds specified in the Tender Document covering the following;
  10. Similar previous experience.
  11. Equipment holding supported by relevant documentation.
  12. Audited accounts for the last three years.
  13. Certified current trading license.
  14. Proof of having a bank account for the last one year.
  15. Duly filled Confidential Business Questionnaire.
  16. Duly filled form of tender.
  17. Duly filled Bill of quantities.
  18. Well serialized pages by the bidder.

 

 YOUTH WOMEN AND PEOPLE LIVING WITH DISABILITIES

 

  1. From the above mandatory requirements(a, b, c, d, e, f and g )
  2. Valid Certified copy of Youth Women and people living with disabilities Certificate for (YAGPO) from The National Treasury.
  3. Tenderers bidding for Persons with Disabilities Contract Must attach copies of IDS by NCPWD for the directors who are disabled.
  4. Thresholds specified in the tender Document covering the following.
  5. Equipment holding supported by relevant documentation.
  6. Certified current trading license.
  7. Proof of having a bank account for the last one year
  8. Duly filled Confidential Business Questionnaire.
  9. Duly Filled Form of Tender.
  10. Duly Filled Bills of Quantities.
  11. Well serialized paged by the bidder.

NOTE:

         

  1. All certifications of documents shall be original and executed by a commissioner of oaths or Notaries Public

 

  1. Bidders shall ensure that attachments provided are legible and information provided is correct and consistence to the best of their knowledge, Provision of incorrect and inconsistent information with an intention to win a tender will lead to automatic disqualification of the bid.
  1. To enhance equity, Bidders may bid for more than one tender pursuant to this Tender Notice but can only be considered for award of one contract under this Tender Notice

 

Duly filled Tender Document shall be submitted in sealed envelope (One Document per envelope) marked with Tender Number and Road Name and dropped in the right tender box for each constituency Address to:

REGIONAL DIRECTOR

KENYA RURAL ROADS AUTHORITY

KISII REGION

P.O.BOX 1084 - 40200

KISII

And be deposited in the Tender Box on or before 16th November, 2021 at 10.00 A.m. Tenders will be opened immediately thereafter in the presence of those Tender’s representatives who choose to attend.

Eng. W. O. Nyariki

REGIONAL DIRECTOR

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

KISII REGION 22% RMLF BOMACHOGE BORABU -F/Y2021-22

Download Tender Notice Here

                                                                                                                                                                                                                           WI/24

KENYA RURAL ROADS AUTHORITY

Tel:  020-2710442                                                                                                                                                                                           Deputy Director

Fax:                                                                                                                                                                                                              Kisii Region

E-mail: This email address is being protected from spambots. You need JavaScript enabled to view it.                                                                                                                                                                            P.O.Box 1084-40200

Website: www.Kerra.go.ke                                                                                                                                                                               KISII

REF NO: KeRRA/15/KSI/11/ITT/VOL.1/003                                                                                                                                                        Date: 2nd November, 2021

 

INVITATION TO TENDER.

 22% RMLF FOR BOMACHOGE BORABU CONSTITUENCY

 

Kenya Rural Roads Authority (KeRRA) – Kisii Region invites bids from contractors in the stated Category for financial year 2021/2022 in the Region for the Procurement of below stated Roads funded by 22% RMLF Allocation Financial Year 2021-2022

 

S/NO

 

PACKAGE

NO.

 

TENDER No.

 

TENDER NAME

 

CATEGORY

1

018

KeRRA/011/KSI/39/018/2021-2022

Etago-Magenche

Women

2

019

KeRRA/011/KSI/39/019/2021-2022

Mariwa-Nyamaiya-Geteni-Ekona ya Ngare (Magenche-Kiango)

Prequalified

3

020

KeRRA/011/KSI/39/020/2021-2022

Nyangusu-Riankuru

Prequalified

4

021

KeRRA/011/KSI/39/021/2021-2022

Magena-Ritembu

Prequalified

5

022

KeRRA/011/KSI/39/022/2021-2022

Riokindo-Geteni

Youth

6

023

KeRRA/011/KSI/39/023/2021-2022

Nyamecheo Boarding-Tongeri

PWD

7

024

KeRRA/011/KSI/39/024/2021-2022

Riokindo-Maroba

Prequalified

8

025

KeRRA/011/KSI/39/025/2021-2022

Etono-Randani-kiango

Prequalified

9

026

KeRRA/011/KSI/39/026/2021-2022

Mokubo-Etago

Prequalified

10

027

KeRRA/011/KSI/39/027/2021-2022

Omobera-Metembe

Prequalified

 

The Tender Documents can be bought at the Kisii Regional Headquarters, Regional Accounts Office with Bankers Deposit Slips Payable to KCB Bank Account Name KeRRA A.I.A A/C No. 11143433196 and documents collected at the Regional Procurement Office, each bid is Kshs.1,000.00 (One Thousand Shillings Only) which is non-refundable. The documents can also be downloaded for free from KeRRA website www.kerra.go.ke.

 

QUALIFICATION FOR TENDERING

 

Mandatory requirements for tendering are;

 

  1. Certified copy of Certificate of Incorporation
  2. Certified copy of Registration with NCA (Categories 8 and above)
  3. Certified contractors Annual Practicing License.
  4. Certified copy of a Valid Tax Compliance Certificate
  5. Certified copy of a VAT and PIN Certificate
  6. Certified copy of recent CR12 (Issued within the last twelve months before opening date)
  7. Certified copies National Identity Cards for Directors listed
  8. Subsequent to presidential directive issued on the COVID-19 Pandemic there shall be no pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids
  9. Thresholds specified in the Tender Document covering the following;
  10. Similar previous experience.
  11. Equipment holding supported by relevant documentation.
  12. Audited accounts for the last three years.
  13. Certified current trading license.
  14. Proof of having a bank account for the last one year.
  15. Duly filled Confidential Business Questionnaire.
  16. Duly filled form of tender.
  17. Duly filled Bill of quantities.
  18. Well serialized pages by the bidder.

 

 YOUTH WOMEN AND PEOPLE LIVING WITH DISABILITIES

 

  1. From the above mandatory requirements(a, b, c, d, e, f and g )
  2. Valid Certified copy of Youth Women and people living with disabilities Certificate for (YAGPO) from The National Treasury.
  3. Tenderers bidding for Persons with Disabilities Contract Must attach copies of IDS by NCPWD for the directors who are disabled.
  4. Thresholds specified in the tender Document covering the following.
  5. Equipment holding supported by relevant documentation.
  6. Certified current trading license.
  7. Proof of having a bank account for the last one year
  8. Duly filled Confidential Business Questionnaire.
  9. Duly Filled Form of Tender.
  10. Duly Filled Bills of Quantities.
  11. Well serialized paged by the bidder.

NOTE:

         

  1. All certifications of documents shall be original and executed by a commissioner of oaths or Notaries Public

 

  1. Bidders shall ensure that attachments provided are legible and information provided is correct and consistence to the best of their knowledge, Provision of incorrect and inconsistent information with an intention to win a tender will lead to automatic disqualification of the bid.
  1. To enhance equity, Bidders may bid for more than one tender pursuant to this Tender Notice but can only be considered for award of one contract under this Tender Notice

 

Duly filled Tender Document shall be submitted in sealed envelope (One Document per envelope) marked with Tender Number and Road Name and dropped in the right tender box for each constituency Address to:

REGIONAL DIRECTOR

KENYA RURAL ROADS AUTHORITY

KISII REGION

P.O.BOX 1084 - 40200

KISII

And be deposited in the Tender Box on or before 16th November, 2021 at 10.00 A.m. Tenders will be opened immediately thereafter in the presence of those Tender’s representatives who choose to attend.

Eng. W. O. Nyariki

REGIONAL DIRECTOR

 

 

 

 

 

 

 

 

 

KISII REGION 22% RMLF BOMACHOGE CHACHE -F/Y2021-22

Download Tender Notice Here

                                                                                                                                                                                                                                 WI/24

KENYA RURAL ROADS AUTHORITY

Tel:  020-2710442                                                                                                                                                                                             Deputy Director

Fax:                                                                                                                                                                                                                Kisii Region

E-mail: This email address is being protected from spambots. You need JavaScript enabled to view it.                                                                                                                                                                             P.O.Box 1084-40200

Website: www.Kerra.go.ke                                                                                                                                                                                 KISII

REF NO: KeRRA/15/KSI/11/ITT/VOL.1/005                                                                                                                                                         Date: 2nd November, 2021

 

INVITATION TO TENDER.

 22% RMLF FOR BOMACHOGE CHACHE CONSTITUENCY

Kenya Rural Roads Authority (KeRRA) – Kisii Region invites bids from contractors in the stated Category for financial year 2021/2022 in the Region for the Procurement of below stated Roads funded by 22% RMLF Allocation Financial Year 2021-2022

 

S/NO

 

PACKAGE

NO.

 

TENDER No.

 

TENDER NAME

 

CATEGORY

1

035

KeRRA/011/KSI/39/035/2021-2022

Nyansara-Eburi-Nyamasege

Prequalified

2

037

KeRRA/011/KSI/39/037/2021-2022

Sameta Junction-Egetuki

Prequalified

3

038

KeRRA/011/KSI/39/038/2021-2022

Sani-Tunta-Itabago

Prequalified

4

039

KeRRA/011/KSI/39/039/2021-2022

Nyamiobo-Riotonyi

Youth

5

040

KeRRA/011/KSI/39/040/2021-2022

Buyonge-Nyagenke

Prequalified

6

041

KeRRA/011/KSI/39/041/2021-2022

Tendere Junction-Enamba-Omosocho

Women

 

The Tender Documents can be bought at the Kisii Regional Headquarters, Regional Accounts Office with Bankers Deposit Slips Payable to KCB Bank Account Name KeRRA A.I.A A/C No. 11143433196 and documents collected at the Regional Procurement Office, each bid is Kshs.1,000.00 (One Thousand Shillings Only) which is non-refundable. The documents can also be downloaded for free from KeRRA website www.kerra.go.ke.

 

QUALIFICATION FOR TENDERING

 

Mandatory requirements for tendering are;

 

  1. Certified copy of Certificate of Incorporation
  2. Certified copy of Registration with NCA (Categories 8 and above)
  3. Certified contractors Annual Practicing License.
  4. Certified copy of a Valid Tax Compliance Certificate
  5. Certified copy of a VAT and PIN Certificate
  6. Certified copy of recent CR12 (Issued within the last twelve months before opening date)
  7. Certified copies National Identity Cards for Directors listed
  8. Subsequent to presidential directive issued on the COVID-19 Pandemic there shall be no pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids
  9. Thresholds specified in the Tender Document covering the following;
  10. Similar previous experience.
  11. Equipment holding supported by relevant documentation.
  12. Audited accounts for the last three years.
  13. Certified current trading license.
  14. Proof of having a bank account for the last one year.
  15. Duly filled Confidential Business Questionnaire.
  16. Duly filled form of tender.
  17. Duly filled Bill of quantities.
  18. Well serialized pages by the bidder.

 

 YOUTH WOMEN AND PEOPLE LIVING WITH DISABILITIES

 

  1. From the above mandatory requirements(a, b, c, d, e, f and g )
  2. Valid Certified copy of Youth Women and people living with disabilities Certificate for (YAGPO) from The National Treasury.
  3. Tenderers bidding for Persons with Disabilities Contract Must attach copies of IDS by NCPWD for the directors who are disabled.
  4. Thresholds specified in the tender Document covering the following.
  5. Equipment holding supported by relevant documentation.
  6. Certified current trading license.
  7. Proof of having a bank account for the last one year
  8. Duly filled Confidential Business Questionnaire.
  9. Duly Filled Form of Tender.
  10. Duly Filled Bills of Quantities.
  11. Well serialized paged by the bidder.

NOTE:

         

  1. All certifications of documents shall be original and executed by a commissioner of oaths or Notaries Public

 

  1. Bidders shall ensure that attachments provided are legible and information provided is correct and consistence to the best of their knowledge, Provision of incorrect and inconsistent information with an intention to win a tender will lead to automatic disqualification of the bid.
  1. To enhance equity, Bidders may bid for more than one tender pursuant to this Tender Notice but can only be considered for award of one contract under this Tender Notice

 

Duly filled Tender Document shall be submitted in sealed envelope (One Document per envelope) marked with Tender Number and Road Name and dropped in the right tender box for each constituency Address to:

REGIONAL DIRECTOR

KENYA RURAL ROADS AUTHORITY

KISII REGION

P.O.BOX 1084 - 40200

KISII

And be deposited in the Tender Box on or before 16th November, 2021 at 10.00 A.m. Tenders will be opened immediately thereafter in the presence of those Tender’s representatives who choose to attend.

Eng. W. O. Nyariki

REGIONAL DIRECTOR

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

KISII REGION 22% RMLF BONCHARI -F/Y2021-22

 Downlaod Tender Notice Here

                                                                                                                                                                                                                                  WI/24

KENYA RURAL ROADS AUTHORITY

Tel:  020-2710442                                                                                                                                                                                                  Deputy Director

Fax:                                                                                                                                                                                                                     Kisii Region

E-mail: This email address is being protected from spambots. You need JavaScript enabled to view it.                                                                                                                                                                                  P.O.Box 1084-40200

Website: www.Kerra.go.ke                                                                                                                                                                                      KISII

REF NO: KeRRA/15/KSI/11/ITT/VOL.1/001                                                                                                                                                              Date: 2nd November, 2021

 

INVITATION TO TENDER.

 

 22% RMLF FOR BONCHARI CONSTITUENCY

 

Kenya Rural Roads Authority (KeRRA) – Kisii Region invites bids from contractors in the stated Category for financial year 2021/2022 in the Region for the Procurement of below stated Roads funded by 22% RMLF Allocation Financial Year 2021-2022

 

S/NO

 

PACKAGE

NO.

 

TENDER No.

 

TENDER NAME

 

CATEGORY

1

001

KeRRA/011/KSI/39/001/2021-2022

Matongo-Igonga-Raganga

Prequalified

2

002

KeRRA/011/KSI/39/002/2021-2022

Gesero-Nyamerako-Gesonso

Prequalified

3

003

KeRRA/011/KSI/39/003/2021-2022

Kerina-Nyasagati-Kemora-Nyameuru-Mwata

Prequalified

4

004

KeRRA/011/KSI/39/004/2021-2022

Itiero-Riamoncha-Oroche-Sewage

Women

5

005

KeRRA/011/KSI/39/005/2021-2022

Bogiakumu-Omatayo-Nyauno-Ekerore

Women

6

006

KeRRA/011/KSI/39/006/2021-2022

Nyagwekoa-Plaza-Airstrip

Youth

7

007

KeRRA/011/KSI/39/007/2021-2022

Kerina-Kiorori-Bonyancha-Etureti-Gesero

Prequalified

8

008

KeRRA/011/KSI/39/008/2021-2022

Gesero-Sigisi-Sae Kona Mbaya

Prequalified

9

009

KeRRA/011/KSI/39/009/2021-2022

Matagaro-Riotwori

Prequalified

 

The Tender Documents can be bought at the Kisii Regional Headquarters, Regional Accounts Office with Bankers Deposit Slips Payable to KCB Bank Account Name KeRRA A.I.A A/C No. 11143433196 and documents collected at the Regional Procurement Office, each bid is Kshs.1,000.00 (One Thousand Shillings Only) which is non-refundable. The documents can also be downloaded for free from KeRRA website www.kerra.go.ke.

 

QUALIFICATION FOR TENDERING

 

Mandatory requirements for tendering are;

 

  1. Certified copy of Certificate of Incorporation
  2. Certified copy of Registration with NCA (Categories 8 and above)
  3. Certified contractors Annual Practicing License.
  4. Certified copy of a Valid Tax Compliance Certificate
  5. Certified copy of a VAT and PIN Certificate
  6. Certified copy of recent CR12 (Issued within the last twelve months before opening date)
  7. Certified copies National Identity Cards for Directors listed
  8. Subsequent to presidential directive issued on the COVID-19 Pandemic there shall be no pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids
  9. Thresholds specified in the Tender Document covering the following;
  10. Similar previous experience.
  11. Equipment holding supported by relevant documentation.
  12. Audited accounts for the last three years.
  13. Certified current trading license.
  14. Proof of having a bank account for the last one year.
  15. Duly filled Confidential Business Questionnaire.
  16. Duly filled form of tender.
  17. Duly filled Bill of quantities.
  18. Well serialized pages by the bidder.

 

 YOUTH WOMEN AND PEOPLE LIVING WITH DISABILITIES

 

  1. From the above mandatory requirements(a, b, c, d, e, f and g )
  2. Valid Certified copy of Youth Women and people living with disabilities Certificate for (YAGPO) from The National Treasury.
  3. Tenderers bidding for Persons with Disabilities Contract Must attach copies of IDS by NCPWD for the directors who are disabled.
  4. Thresholds specified in the tender Document covering the following.
  5. Equipment holding supported by relevant documentation.
  6. Certified current trading license.
  7. Proof of having a bank account for the last one year
  8. Duly filled Confidential Business Questionnaire.
  9. Duly Filled Form of Tender.
  10. Duly Filled Bills of Quantities.
  11. Well serialized paged by the bidder.

NOTE:

         

  1. All certifications of documents shall be original and executed by a commissioner of oaths or Notaries Public

 

  1. Bidders shall ensure that attachments provided are legible and information provided is correct and consistence to the best of their knowledge, Provision of incorrect and inconsistent information with an intention to win a tender will lead to automatic disqualification of the bid.
  1. To enhance equity, Bidders may bid for more than one tender pursuant to this Tender Notice but can only be considered for award of one contract under this Tender Notice

 

Duly filled Tender Document shall be submitted in sealed envelope (One Document per envelope) marked with Tender Number and Road Name and dropped in the right tender box for each constituency Address to:

REGIONAL DIRECTOR

KENYA RURAL ROADS AUTHORITY

KISII REGION

P.O.BOX 1084 - 40200

KISII

And be deposited in the Tender Box on or before 16th November, 2021 at 10.00 A.m. Tenders will be opened immediately thereafter in the presence of those Tender’s representatives who choose to attend.

Eng. W. O. Nyariki

REGIONAL DIRECTOR

 

 

 

 

 

 

 

 

 

 

 

 

 

 

KISII REGION 22% RMLF KITUTU CHACHE SOUTH -F/Y2021-22

Download Here Tender Notice

                                                                                                                                                                                                                                                                                                         WI/24

KENYA RURAL ROADS AUTHORITY

Tel:  020-2710442                                                                                                                                                                                                                                                                     Deputy Director

Fax:                                                                                                                                                                                                                                                                                               Kisii Region

E-mail: This email address is being protected from spambots. You need JavaScript enabled to view it.                                                                                                                                                                                                                                                  P.O.Box 1084-40200

Website: www.Kerra.go.ke                                                                                                                                                                                                                                                       KISII

REF NO: KeRRA/15/KSI/11/ITT/VOL.1/009                                                                                                                                                                                                                           Date: 2nd November, 2021

 

INVITATION TO TENDER.

 22% RMLF FOR KITUTU CHACHE SOUTH

 

Kenya Rural Roads Authority (KeRRA) – Kisii Region invites bids from contractors in the stated Category for financial year 2021/2022 in the Region for the Procurement of below stated Roads funded by 22% RMLF Allocation Financial Year 2021-2022

 

S/NO

 

PACKAGE

NO.

 

TENDER No.

 

TENDER NAME

 

CATEGORY

1

069

KeRRA/011/KSI/39/069/2021-2022

Riverside-Gesieka

Prequalified

2

070

KeRRA/011/KSI/39/070/2021-2022

Raganga-Mosocho

PWD

3

071

KeRRA/011/KSI/39/071/2021-2022

Nyatieko-Nyakoe

Prequalified

4

072

KeRRA/011/KSI/39/072/2021-2022

Nyamataro-Iranda

Youth

5

073

KeRRA/011/KSI/39/073/2021-2022

Nyamboga-Getwanyansi-Nyatieko

Women

6

074

KeRRA/011/KSI/39/074/2021-2022

Nyabururu-Keore

Prequalified

7

075

KeRRA/011/KSI/39/075/2021-2022

Matieko-Roga

Prequalified

8

076

KeRRA/011/KSI/39/076/2021-2022

Jokevilla-Riogaro-Getare-B

Prequalified

9

081

KeRRA/011/KSI/39/081/2021-2022

Nyatieko-Getare

Prequalified

 

The Tender Documents can be bought at the Kisii Regional Headquarters, Regional Accounts Office with Bankers Deposit Slips Payable to KCB Bank Account Name KeRRA A.I.A A/C No. 11143433196 and documents collected at the Regional Procurement Office, each bid is Kshs.1,000.00 (One Thousand Shillings Only) which is non-refundable. The documents can also be downloaded for free from KeRRA website www.kerra.go.ke.

 

QUALIFICATION FOR TENDERING

 

Mandatory requirements for tendering are;

 

  1. Certified copy of Certificate of Incorporation
  2. Certified copy of Registration with NCA (Categories 8 and above)
  3. Certified contractors Annual Practicing License.
  4. Certified copy of a Valid Tax Compliance Certificate
  5. Certified copy of a VAT and PIN Certificate
  6. Certified copy of recent CR12 (Issued within the last twelve months before opening date)
  7. Certified copies National Identity Cards for Directors listed
  8. Subsequent to presidential directive issued on the COVID-19 Pandemic there shall be no pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids
  9. Thresholds specified in the Tender Document covering the following;
  10. Similar previous experience.
  11. Equipment holding supported by relevant documentation.
  12. Audited accounts for the last three years.
  13. Certified current trading license.
  14. Proof of having a bank account for the last one year.
  15. Duly filled Confidential Business Questionnaire.
  16. Duly filled form of tender.
  17. Duly filled Bill of quantities.
  18. Well serialized pages by the bidder.

 

 YOUTH WOMEN AND PEOPLE LIVING WITH DISABILITIES

 

  1. From the above mandatory requirements(a, b, c, d, e, f and g )
  2. Valid Certified copy of Youth Women and people living with disabilities Certificate for (YAGPO) from The National Treasury.
  3. Tenderers bidding for Persons with Disabilities Contract Must attach copies of IDS by NCPWD for the directors who are disabled.
  4. Thresholds specified in the tender Document covering the following.
  5. Equipment holding supported by relevant documentation.
  6. Certified current trading license.
  7. Proof of having a bank account for the last one year
  8. Duly filled Confidential Business Questionnaire.
  9. Duly Filled Form of Tender.
  10. Duly Filled Bills of Quantities.
  11. Well serialized paged by the bidder.

NOTE:

         

  1. All certifications of documents shall be original and executed by a commissioner of oaths or Notaries Public

 

  1. Bidders shall ensure that attachments provided are legible and information provided is correct and consistence to the best of their knowledge, Provision of incorrect and inconsistent information with an intention to win a tender will lead to automatic disqualification of the bid.
  1. To enhance equity, Bidders may bid for more than one tender pursuant to this Tender Notice but can only be considered for award of one contract under this Tender Notice

 

Duly filled Tender Document shall be submitted in sealed envelope (One Document per envelope) marked with Tender Number and Road Name and dropped in the right tender box for each constituency Address to:

REGIONAL DIRECTOR

KENYA RURAL ROADS AUTHORITY

KISII REGION

P.O.BOX 1084 - 40200

KISII

And be deposited in the Tender Box on or before 16th November, 2021 at 10.00 A.m. Tenders will be opened immediately thereafter in the presence of those Tender’s representatives who choose to attend.

Eng. W. O. Nyariki

REGIONAL DIRECTOR

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

KISII REGION 22% RMLF MUGIRANGO SOUTH -F/Y2021-22

Download Tender Notice Here

 

                                                                                                                                                                                                                                                                                                              WI/24

KENYA RURAL ROADS AUTHORITY

Tel:  020-2710442                                                                                                                                                                                                                                                                                Deputy Director

Fax:                                                                                                                                                                                                                                                                                                          Kisii Region

E-mail: This email address is being protected from spambots. You need JavaScript enabled to view it.                                                                                                                                                                                                                                                              P.O.Box 1084-40200

Website: www.Kerra.go.ke                                                                                                                                                                                                                                                                   KISII

REF NO: KeRRA/15/KSI/11/ITT/VOL.1/002                                                                                                                                                                                                                                      Date: 2nd November, 2021

 

 

INVITATION TO TENDER.

 

 22% RMLF FOR SOUTH MUGIRANGO

 

Kenya Rural Roads Authority (KeRRA) – Kisii Region invites bids from contractors in the stated Category for financial year 2021/2022 in the Region for the Procurement of below stated Roads funded by 22% RMLF Allocation Financial Year 2021-2022

 

S/NO

 

PACKAGE

NO.

 

TENDER No.

 

TENDER NAME

 

CATEGORY

1

010

KeRRA/011/KSI/39/010/2021-2022

Kiagware-Openda

Women

2

011

KeRRA/011/KSI/39/011/2021-2022

Suguta-Nyamaiya

Prequalified

3

012

KeRRA/011/KSI/39/012/2021-2022

Nyabera-Mochengo ( Mochengo-Suguta)

Prequalified

4

013

KeRRA/011/KSI/39/013/2021-2022

Moticho-Suguta-Maroo-Nyabotonkono

Prequalified

5

014

KeRRA/011/KSI/39/014/2021-2022

Eberege-Kebabe-Mogenda

Prequalified

6

015

KeRRA/011/KSI/39/015/2021-2022

Etago-Suguta

PWD

7

016

KeRRA/011/KSI/39/016/2021-2022

Ekona-Nyamaiya

Youth

8

017

KeRRA/011/KSI/39/017/2021-2022

Nyamarambe—Nyamasegete-Bonyancha (Riembe-Igare Primary School)

Prequalified

 

The Tender Documents can be bought at the Kisii Regional Headquarters, Regional Accounts Office with Bankers Deposit Slips Payable to KCB Bank Account Name KeRRA A.I.A A/C No. 11143433196 and documents collected at the Regional Procurement Office, each bid is Kshs.1,000.00 (One Thousand Shillings Only) which is non-refundable. The documents can also be downloaded for free from KeRRA website www.kerra.go.ke.

 

QUALIFICATION FOR TENDERING

 

Mandatory requirements for tendering are;

 

  1. Certified copy of Certificate of Incorporation
  2. Certified copy of Registration with NCA (Categories 8 and above)
  3. Certified contractors Annual Practicing License.
  4. Certified copy of a Valid Tax Compliance Certificate
  5. Certified copy of a VAT and PIN Certificate
  6. Certified copy of recent CR12 (Issued within the last twelve months before opening date)
  7. Certified copies National Identity Cards for Directors listed
  8. Subsequent to presidential directive issued on the COVID-19 Pandemic there shall be no pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids
  9. Thresholds specified in the Tender Document covering the following;
  10. Similar previous experience.
  11. Equipment holding supported by relevant documentation.
  12. Audited accounts for the last three years.
  13. Certified current trading license.
  14. Proof of having a bank account for the last one year.
  15. Duly filled Confidential Business Questionnaire.
  16. Duly filled form of tender.
  17. Duly filled Bill of quantities.
  18. Well serialized pages by the bidder.

 

 YOUTH WOMEN AND PEOPLE LIVING WITH DISABILITIES

 

  1. From the above mandatory requirements(a, b, c, d, e, f and g )
  2. Valid Certified copy of Youth Women and people living with disabilities Certificate for (YAGPO) from The National Treasury.
  3. Tenderers bidding for Persons with Disabilities Contract Must attach copies of IDS by NCPWD for the directors who are disabled.
  4. Thresholds specified in the tender Document covering the following.
  5. Equipment holding supported by relevant documentation.
  6. Certified current trading license.
  7. Proof of having a bank account for the last one year
  8. Duly filled Confidential Business Questionnaire.
  9. Duly Filled Form of Tender.
  10. Duly Filled Bills of Quantities.
  11. Well serialized paged by the bidder.

NOTE:

         

  1. All certifications of documents shall be original and executed by a commissioner of oaths or Notaries Public

 

  1. Bidders shall ensure that attachments provided are legible and information provided is correct and consistence to the best of their knowledge, Provision of incorrect and inconsistent information with an intention to win a tender will lead to automatic disqualification of the bid.
  1. To enhance equity, Bidders may bid for more than one tender pursuant to this Tender Notice but can only be considered for award of one contract under this Tender Notice

 

Duly filled Tender Document shall be submitted in sealed envelope (One Document per envelope) marked with Tender Number and Road Name and dropped in the right tender box for each constituency Address to:

REGIONAL DIRECTOR

KENYA RURAL ROADS AUTHORITY

KISII REGION

P.O.BOX 1084 - 40200

KISII

And be deposited in the Tender Box on or before 16th November, 2021 at 10.00 A.m. Tenders will be opened immediately thereafter in the presence of those Tender’s representatives who choose to attend.

Eng. W. O. Nyariki

REGIONAL DIRECTOR

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

KISII REGION 22% RMLF NYARIBARI CHACHE -F/Y2021-22

Download Tender Notice here

 

                                                                                                                                                                                                                                           WI/24

KENYA RURAL ROADS AUTHORITY

Tel:  020-2710442                                                                                                                                                                                           Deputy Director

Fax:                                                                                                                                                                                                              Kisii Region         

E-mail: This email address is being protected from spambots. You need JavaScript enabled to view it.                                                                                                                                                                            P.O.Box 1084-40200

Website: www.Kerra.go.ke                                                                                                                                                                                KISII

REF NO: KeRRA/15/KSI/11/ITT/VOL.1/007                                                                                                                                                        Date: 2nd November, 2021

 

INVITATION TO TENDER.

 22% RMLF FOR NYARIBARI CHACHE

 

Kenya Rural Roads Authority (KeRRA) – Kisii Region invites bids from contractors in the stated Category for financial year 2021/2022 in the Region for the Procurement of below stated Roads funded by 22% RMLF Allocation Financial Year 2021-2022

 

S/NO

 

PACKAGE

NO.

 

TENDER No.

 

TENDER NAME

 

CATEGORY

1

052

KeRRA/011/KSI/39/051/2021-2022

Amariba-Nyambunde

Prequalified

2

052

KeRRA/011/KSI/39/052/2021-2022

Ekenyoru-Nyamemiso

Prequalified

3

053

KeRRA/011/KSI/39/053/2021-2022

Keumbu-Chindwani

Prequalified

4

054

KeRRA/011/KSI/39/054/2021-2022

Keumbu-Riondong’a-Nyanturago

Prequalified

5

055

KeRRA/011/KSI/39/055/2021-2022

Chirichiro-Nyanturago

Prequalified

6

056

KeRRA/011/KSI/39/056/2021-2022

Nyabiuto-Nyaguta-Rigena

Youth

7

057

KeRRA/011/KSI/39/057/2021-2022

Kiogoro-Nyanko

Prequalified

8

058

KeRRA/011/KSI/39/058/2021-2022

Kiogoro-Boronyi

PWD

9

059

KeRRA/011/KSI/39/059/2021-2022

Birongo-Boruma

Prequalified

10

060

KeRRA/011/KSI/39/060/2021-2022

Birongo-Nyanturabo-Nyankororo

Women

11

061

KeRRA/011/KSI/39/061/2021-2022

Nyabiosi-Riamacharia

Prequalified

 

The Tender Documents can be bought at the Kisii Regional Headquarters, Regional Accounts Office with Bankers Deposit Slips Payable to KCB Bank Account Name KeRRA A.I.A A/C No. 11143433196 and documents collected at the Regional Procurement Office, each bid is Kshs.1,000.00 (One Thousand Shillings Only) which is non-refundable. The documents can also be downloaded for free from KeRRA website www.kerra.go.ke.

 

QUALIFICATION FOR TENDERING

 

Mandatory requirements for tendering are;

 

  1. Certified copy of Certificate of Incorporation
  2. Certified copy of Registration with NCA (Categories 8 and above)
  3. Certified contractors Annual Practicing License.
  4. Certified copy of a Valid Tax Compliance Certificate
  5. Certified copy of a VAT and PIN Certificate
  6. Certified copy of recent CR12 (Issued within the last twelve months before opening date)
  7. Certified copies National Identity Cards for Directors listed
  8. Subsequent to presidential directive issued on the COVID-19 Pandemic there shall be no pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids
  9. Thresholds specified in the Tender Document covering the following;
  10. Similar previous experience.
  11. Equipment holding supported by relevant documentation.
  12. Audited accounts for the last three years.
  13. Certified current trading license.
  14. Proof of having a bank account for the last one year.
  15. Duly filled Confidential Business Questionnaire.
  16. Duly filled form of tender.
  17. Duly filled Bill of quantities.
  18. Well serialized pages by the bidder.

 

 YOUTH WOMEN AND PEOPLE LIVING WITH DISABILITIES

 

  1. From the above mandatory requirements(a, b, c, d, e, f and g )
  2. Valid Certified copy of Youth Women and people living with disabilities Certificate for (YAGPO) from The National Treasury.
  3. Tenderers bidding for Persons with Disabilities Contract Must attach copies of IDS by NCPWD for the directors who are disabled.
  4. Thresholds specified in the tender Document covering the following.
  5. Equipment holding supported by relevant documentation.
  6. Certified current trading license.
  7. Proof of having a bank account for the last one year
  8. Duly filled Confidential Business Questionnaire.
  9. Duly Filled Form of Tender.
  10. Duly Filled Bills of Quantities.
  11. Well serialized paged by the bidder.

 

 NOTE:

         

  1. All certifications of documents shall be original and executed by a commissioner of oaths or Notaries Public

 

  1. Bidders shall ensure that attachments provided are legible and information provided is correct and consistence to the best of their knowledge, Provision of incorrect and inconsistent information with an intention to win a tender will lead to automatic disqualification of the bid.
  1. To enhance equity, Bidders may bid for more than one tender pursuant to this Tender Notice but can only be considered for award of one contract under this Tender Notice

 

Duly filled Tender Document shall be submitted in sealed envelope (One Document per envelope) marked with Tender Number and Road Name and dropped in the right tender box for each constituency Address to:

REGIONAL DIRECTOR

KENYA RURAL ROADS AUTHORITY

KISII REGION

P.O.BOX 1084 - 40200

KISII

And be deposited in the Tender Box on or before 16th November, 2021 at 10.00 A.m. Tenders will be opened immediately thereafter in the presence of those Tender’s representatives who choose to attend.

Eng. W. O. Nyariki

REGIONAL DIRECTOR

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

KISII REGION 22% RMLF NYARIBARI MASABA -F/Y2021-22

 Download Tender Notice Here

                                                                                                                                                                                                                     WI/24

KENYA RURAL ROADS AUTHORITY

Tel:  020-2710442                                                                                                                                                                                          Deputy Director

Fax:                                                                                                                                                                                                              Kisii Region

E-mail: This email address is being protected from spambots. You need JavaScript enabled to view it.                                                                                                                                                                           P.O.Box 1084-40200

Website: www.Kerra.go.ke                                                                                                                                                                               KISII

REF NO: KeRRA/15/KSI/11/ITT/VOL.1/006                                                                                                                                                        Date: 2nd November, 2021

 

INVITATION TO TENDER.

 22% RMLF FOR NYARIBARI MASABA CONSTITUENCY

Kenya Rural Roads Authority (KeRRA) – Kisii Region invites bids from contractors in the stated Category for financial year 2021/2022 in the Region for the Procurement of below stated Roads funded by 22% RMLF Allocation Financial Year 2021-2022

 

S/NO

 

PACKAGE

NO.

 

TENDER No.

 

TENDER NAME

 

CATEGORY

1

036

KeRRA/011/KSI/39/036/2021-2022

Ibacho-Taracha

Prequalified

2

042

KeRRA/011/KSI/39/042/2021-2022

Nyanturago-Matibo

Youth

3

043

KeRRA/011/KSI/39/044/2021-2022

Matibo-Njipship

Prequalified

4

044

KeRRA/011/KSI/39/044/2021-2022

Kilgoris-Kiomiti (Geteri-Kiomiti)

Prequalified

5

045

KeRRA/011/KSI/39/045/2021-2022

Gesusu-Geteri

PWD

6

046

KeRRA/011/KSI/39/046/2021-2022

Gesusus-Nyabisabo (Kiemenyinga)

Prequalified

7

047

KeRRA/011/KSI/39/047/2021-2022

Keroka-Ibacho

Prequalified

8

048

KeRRA/011/KSI/39/048/2021-2022

Masimba-Matembe

Women

9

049

KeRRA/011/KSI/39/049/2021-2022

Masimba-Matibo

Prequalified

10

050

KeRRA/011/KSI/39/050/2021-2022

Masimba-Kerema-Gesusu Hospital

Prequalified

 

The Tender Documents can be bought at the Kisii Regional Headquarters, Regional Accounts Office with Bankers Deposit Slips Payable to KCB Bank Account Name KeRRA A.I.A A/C No. 11143433196 and documents collected at the Regional Procurement Office, each bid is Kshs.1,000.00 (One Thousand Shillings Only) which is non-refundable. The documents can also be downloaded for free from KeRRA website www.kerra.go.ke.

 

QUALIFICATION FOR TENDERING

 

Mandatory requirements for tendering are;

 

  1. Certified copy of Certificate of Incorporation
  2. Certified copy of Registration with NCA (Categories 8 and above)
  3. Certified contractors Annual Practicing License.
  4. Certified copy of a Valid Tax Compliance Certificate
  5. Certified copy of a VAT and PIN Certificate
  6. Certified copy of recent CR12 (Issued within the last twelve months before opening date)
  7. Certified copies National Identity Cards for Directors listed
  8. Subsequent to presidential directive issued on the COVID-19 Pandemic there shall be no pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids
  9. Thresholds specified in the Tender Document covering the following;
  10. Similar previous experience.
  11. Equipment holding supported by relevant documentation.
  12. Audited accounts for the last three years.
  13. Certified current trading license.
  14. Proof of having a bank account for the last one year.
  15. Duly filled Confidential Business Questionnaire.
  16. Duly filled form of tender.
  17. Duly filled Bill of quantities.
  18. Well serialized pages by the bidder.

 

 YOUTH WOMEN AND PEOPLE LIVING WITH DISABILITIES

 

  1. From the above mandatory requirements(a, b, c, d, e, f and g )
  2. Valid Certified copy of Youth Women and people living with disabilities Certificate for (YAGPO) from The National Treasury.
  3. Tenderers bidding for Persons with Disabilities Contract Must attach copies of IDS by NCPWD for the directors who are disabled.
  4. Thresholds specified in the tender Document covering the following.
  5. Equipment holding supported by relevant documentation.
  6. Certified current trading license.
  7. Proof of having a bank account for the last one year
  8. Duly filled Confidential Business Questionnaire.
  9. Duly Filled Form of Tender.
  10. Duly Filled Bills of Quantities.
  11. Well serialized paged by the bidder.

NOTE:

         

  1. All certifications of documents shall be original and executed by a commissioner of oaths or Notaries Public

 

  1. Bidders shall ensure that attachments provided are legible and information provided is correct and consistence to the best of their knowledge, Provision of incorrect and inconsistent information with an intention to win a tender will lead to automatic disqualification of the bid.
  1. To enhance equity, Bidders may bid for more than one tender pursuant to this Tender Notice but can only be considered for award of one contract under this Tender Notice

 

Duly filled Tender Document shall be submitted in sealed envelope (One Document per envelope) marked with Tender Number and Road Name and dropped in the right tender box for each constituency Address to:

REGIONAL DIRECTOR

KENYA RURAL ROADS AUTHORITY

KISII REGION

P.O.BOX 1084 - 40200

KISII

And be deposited in the Tender Box on or before 16th November, 2021 at 10.00 A.m. Tenders will be opened immediately thereafter in the presence of those Tender’s representatives who choose to attend.

Eng. W. O. Nyariki

REGIONAL DIRECTOR

 

 

 

 

 

 

 

 

 

 

 

 

 

KISII REGION 22%RMLF KITUTUCHACHE NORTH -F/Y2021-22

Download Tender Notice Here

                                                                                                                                                                                                                                                                                                 WI/24

KENYA RURAL ROADS AUTHORITY

Tel:  020-2710442                                                                                                                                                                                                                                                                Deputy Director

Fax:                                                                                                                                                                                                                                                                                           Kisii Region

E-mail: This email address is being protected from spambots. You need JavaScript enabled to view it.                                                                                                                                                                                                                                               P.O.Box 1084-40200

Website: www.Kerra.go.ke                                                                                                                                                                                                                                                    KISII

REF NO: KeRRA/15/KSI/11/ITT/VOL.1/008                                                                                                                                                                                                                         Date: 2nd November, 2021

 

INVITATION TO TENDER.

 22% RMLF FOR KITUTU CHACHE NORTH CONSTITUENCY

 

Kenya Rural Roads Authority (KeRRA) – Kisii Region invites bids from contractors in the stated Category for financial year 2021/2022 in the Region for the Procurement of below stated Roads funded by 22% RMLF Allocation Financial Year 2021-2022

 

S/NO

 

PACKAGE

NO.

 

TENDER No.

 

TENDER NAME

 

CATEGORY

1

062

KeRRA/011/KSI/39/062/2021-2022

Marani-Kegogi

Prequalified

2

063

KeRRA/011/KSI/39/063/2021-2022

Bobaracho-Tinga-Itibo-Kimberana

Prequalified

3

064

KeRRA/011/KSI/39/064/2021-2022

Geseika-Kiomoncha

Women

4

065

KeRRA/011/KSI/39/065/2021-2022

Nyakome-Gesieka

Prequalified

5

066

KeRRA/011/KSI/39/066/2021-2022

Kegogi –Mkt-Riragi Tech-Metembe

Prequalified

6

067

KeRRA/011/KSI/39/067/2021-2022

Kegogi-Nyaigwa CF-Eronge-Ragogo-Gesurura PAG

Youth

7

068

KeRRA/011/KSI/39/068/2021-2022

Nyakeyo-Owalo Saosao

PWD

 

The Tender Documents can be bought at the Kisii Regional Headquarters, Regional Accounts Office with Bankers Deposit Slips Payable to KCB Bank Account Name KeRRA A.I.A A/C No. 11143433196 and documents collected at the Regional Procurement Office, each bid is Kshs.1,000.00 (One Thousand Shillings Only) which is non-refundable. The documents can also be downloaded for free from KeRRA website www.kerra.go.ke.

 

QUALIFICATION FOR TENDERING

 

Mandatory requirements for tendering are;

 

  1. Certified copy of Certificate of Incorporation
  2. Certified copy of Registration with NCA (Categories 8 and above)
  3. Certified contractors Annual Practicing License.
  4. Certified copy of a Valid Tax Compliance Certificate
  5. Certified copy of a VAT and PIN Certificate
  6. Certified copy of recent CR12 (Issued within the last twelve months before opening date)
  7. Certified copies National Identity Cards for Directors listed
  8. Subsequent to presidential directive issued on the COVID-19 Pandemic there shall be no pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids
  9. Thresholds specified in the Tender Document covering the following;
  10. Similar previous experience.
  11. Equipment holding supported by relevant documentation.
  12. Audited accounts for the last three years.
  13. Certified current trading license.
  14. Proof of having a bank account for the last one year.
  15. Duly filled Confidential Business Questionnaire.
  16. Duly filled form of tender.
  17. Duly filled Bill of quantities.
  18. Well serialized pages by the bidder.

 

 YOUTH WOMEN AND PEOPLE LIVING WITH DISABILITIES

 

  1. From the above mandatory requirements(a, b, c, d, e, f and g )
  2. Valid Certified copy of Youth Women and people living with disabilities Certificate for (YAGPO) from The National Treasury.
  3. Tenderers bidding for Persons with Disabilities Contract Must attach copies of IDS by NCPWD for the directors who are disabled.
  4. Thresholds specified in the tender Document covering the following.
  5. Equipment holding supported by relevant documentation.
  6. Certified current trading license.
  7. Proof of having a bank account for the last one year
  8. Duly filled Confidential Business Questionnaire.
  9. Duly Filled Form of Tender.
  10. Duly Filled Bills of Quantities.
  11. Well serialized paged by the bidder.

NOTE:

         

  1. All certifications of documents shall be original and executed by a commissioner of oaths or Notaries Public

 

  1. Bidders shall ensure that attachments provided are legible and information provided is correct and consistence to the best of their knowledge, Provision of incorrect and inconsistent information with an intention to win a tender will lead to automatic disqualification of the bid.
  1. To enhance equity, Bidders may bid for more than one tender pursuant to this Tender Notice but can only be considered for award of one contract under this Tender Notice

 

Duly filled Tender Document shall be submitted in sealed envelope (One Document per envelope) marked with Tender Number and Road Name and dropped in the right tender box for each constituency Address to:

REGIONAL DIRECTOR

KENYA RURAL ROADS AUTHORITY

KISII REGION

P.O.BOX 1084 - 40200

KISII

And be deposited in the Tender Box on or before 16th November, 2021 at 10.00 A.m. Tenders will be opened immediately thereafter in the presence of those Tender’s representatives who choose to attend.

Eng. W. O. Nyariki

REGIONAL DIRECTOR

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

                                                                                       

 

kisii region addendum No 1

KENYA RURAL ROADS AUTHORITY

KISII REGION

P O BOX 1084 KISII.

 

TENDER NOTICE: ADDENDUM NO.1

DATE: 3rd September, 2020

  1. Reference is made to the tender Re-advertisement dated 27th August, 2020 for the10% RMLF and 22% RMLF FY 2019/2020, The reservations for the special category have been corrected on the advert as indicated in the uploaded bid document’s cover page

S/No

CONSTITUENCY

ROAD CODE & NAME

EARLIER RESERVATION

CORRECTED

RESERVATIONS

TENDER No.

1

 

SOUTH MUGIRANGO

C884  NYAMAIYA-GETENI

WOMEN

PREQUALIFIED

KeRRA/011/39/KSI/SM/10%/2-46-19/20-061

2

D1955 ETAGO - EKONA - MOGENDA - GETEN

PREQUALIFIED

     YOUTH

KeRRA/011/39/KSI/SM/10%/2-46-19/20-062

 

  1. NOTE The bill of quantities , maps and the budget estimates have been corrected and bidders are advised to download the corrected bid document for below tenders

 

 

S/No

ROAD CODE & NAME

RESERVATIONS

TENDER No.

1

R15  RIOSIRI - MOSACHE - OKAMERI B

YOUTH

KeRRA/011/39/KSI/GOK/2ND TRANCHE2-46-19/20-129

2

G65507  GETUMBE - RIAMO - MOGAMBI

PREQUALIFIED

KeRRA/011/39/KSI/GOK/2ND TRANCHE/2-46-19/20-136

3

R15 IKOBA - GOTICHAKI - STORES B

YOUTH

KeRRA/011/39/KSI/GOK/ 2ND TRANCHE/2-46-19/20-131

3

C896 IRANYA-NYAMACHE

PWD

KeRRA/011/39/KSI/BOB/10%/2-46-19/20-055

 

 

  1. NOTE The following are the budget estimates for the below box culvert roads

 

S/NO

ROAD NAME

SECTION/STRUCTURE

TENDER NUMBER

RESERVATION

FUNDING SOURCE

1

NYAKOE-NYATIEKO

NYATIEKO BOX CULVERT

KeRRA/011/KSI/39/150/NYATIEKO BOX CULVERT/GOK FUNDS/2-46-2019/2020-127

Budget Estimates =7,000,000.00

PREQUALIFIED

GoK DEV. FUND FY 2019/2020

 

S/NO

ROAD NAME

SECTION/STRUCTURE

TENDER NUMBER/Revised Tender Document

RESERVATION

FUNDING SOURCE

1

OFF KEGATI-NYABISABO

GESINGA BRIDGE

KeRRA/011/KSI/39/150/GESINGA BRIDGE/GOK FUNDS/2-46-18/19-150

Budget Estimates= 10,000,000.00

PREQUALIFIED

GoK DEV. FUND FY 2018/19

2

SOKORO JUNCTION-RIANGABI PRI.- GETACHO

NYAKWANA BOX CULVERT

KeRRA/011/KSI/39/150/NYAKWANA-BOX CULVERT/GOK FUNDS/2-46-18/19-151

Budget Estimates = 10,000,000.00

PREQUALIFIED

GoK DEV.FUND FY 2018/19

 

N/B Bidders are advised to check the corrections on the adverts and bids for the above tenders before submission

The closing/opening dates for the above-affected tenders shall be held on 17th September 2020 at 10:00 am.

 

All other details remain the same.

 

 

 

Ag. Deputy Director,

KISII REGION

KENYA RURAL ROADS AUTHORITY

KISII REGION GOK DEVELOPMENT VOTE

download advert here 

KENYA RURAL ROADS AUTHORITY

KISII REGION

P O BOX 1084 KISII.

 

TENDER NOTICE

 

DATE: 18th June, 2019

ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF VARIOUS ROADS UNDER THE GOK DEVELOPMENT VOTE FOR THE FINANCIAL YEAR 2018/19.

 

The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of Rural Roads.

KeRRA (Kisii Region) invites bids from eligible Construction Companies on behalf of Ministry of Transport, Infrastructure, Housing and Urban Development, State Department of Infrastructure to bid for Routine Maintenance and Spot Improvement Works on roads to be funded by the Government of Kenya through the GoK Development Vote.

S/No

ROAD CODE &NAME

RESERVATIONS

TENDER No.

 

1

E1041X    Ekona ya Ngare-Kiango

Youth

KeRRA/011/KSI/39/95-2-46-18/19

Download

2

E1041X/ UNCL   Nyabitunwa Kiango

Prequalified

KeRRA/011/KSI/39/96-2-46-18/19

Download

3

E202    Riobonyo-Kiango

Women

KeRRA/011/KSI/39/98-2-46-18/19

Download

4

UNCL1002  Rianyanchabera-Riyabu-Tongeri

Prequalified

KeRRA/011/KSI/39/99-2-46-18/19

Download

5

E6219  Gesieka-Ruga

Women

KeRRA/011/KSI/39/100-2-46-18/19

Download

6

C891      Kegati-Nyabisabo

PWD

KeRRA/011/KSI/39/93-2-46-18/19

Download

7

E6237    Ibacho-Masimba

Prequalified

KeRRA/011/KSI/39/92-2-46-18/19

Download

8

F6144    Masimba-Ekona

Women

KeRRA/011/KSI/39/94-2-46-18/19

Download

9

R25      Etago-Nyamaiya

Prequalified

KeRRA/011/KSI/39/97-2-46-18/19

Download

 

 

 

 

MANDATORY Pre-bid site shall be held as indicated in the schedule below starting at 10:00am. Bidders are advised to make their own transport arrangements for pre-tender site visits. No transport will be provided.

 

PRE-TENDER SITEVISIT SCHEDULE

No.

TENDER NUMBER

PRE-TENDER DATE

ASSEMBLE

TIME

1

KeRRA/011/KSI/39/93-2-46-18/19

        24/06/2019

Regional Office

10.00AM

2

KeRRA/011/KSI/39/92-2-46-18/19

CRO Office Masimba

3

KeRRA/011/KSI/39/94-2-46-18/19

4

KeRRA/011/KSI/39/95-2-46-18/19

        25/06/2019

CDF Office Kenyenya

5

KeRRA/011/KSI/39/96-2-46-18/19

6

KeRRA/011/KSI/39/98-2-46-18/19

7

KeRRA/011/KSI/39/99-2-46-18/19

8

KeRRA/011/KSI/39/97-2-46-18/19

CDF Office Nyamarambe

9.

KeRRA/011/KSI/39/100-2-46-18/19

        26/06/2019

 Regional Office

Interested pre-qualified and eligible tenderers are requested to download full details of the advertisement and tender documents from the Authority’s Website www.kerra.go.ke with effect from 20th June, 2019 and register with the procurement department to ensure a serial number is allocated to the bid document. Those not able to download may obtain complete tender Documents from the regional office at KeRRAKisii as from 20th June, 2019 during normal working hours upon payment of anon-refundable fee of Ksh.1, 000 (One Thousand only) deposited directly to Kenya Commercial Bank (KCB) as indicated below;

Branch Name                        : - Moi Avenue, Nairobi

 

Account No.               : - 1114343196

Account Name           : -KeRRAA-1-A

Transacted by            :  R24..... (Firm name)

The Tenderer shall prepare one original copy of the Tender Documents as described in the Instructions to Tenderers.

The Completed sealed bids in separate envelopes clearly labelled for each Tender No. MUST be submitted to the address below or deposited in the tender box on or before 4th July, 2019, at 10:30 am. Thereafter, opening of the bids will take place at the same venue starting from 10:30am.as below

Notification of outcome to all tenderers will be made on the KeRRA- Kisii Regional Office notice board when the process is over and more information will be availed from the procurement office.

 

 

 

Deputy Director (Kisii),

Kenya Rural Roads Authority,

P O Box 1084-00100,

KISII.

 

 

Deputy Director,

KISII REGION

KENYA RURAL ROADS AUTHORITY

 

KISII REGION GOK DEVELOPMENT VOTE

DOWNLOAD TENDER ADVERT HERE

 

 

PACKAGE

NO.

 

TENDER No.

 

TENDER NAME

 

CATEGORY

208

KeRRA/011/KSI/039/208/2020-2021

Bomonyama Pri. School.-Mochengo

Prequalified

210

KeRRA/011/KSI/39/210/2020-2021

Ekereseni-Bonyancha

Prequalified

211

KeRRA/011/KSI/39/211/2020-2021

Emenwa-Itumbe-Ikenye

Youth

212

KeRRA/011/KSI/39/212/2020-2021

Etago-Nyatwoni-Nyangweta

PWD

213

KeRRA/011/KSI/39/213/2020-2021

Nyansakia-Marani-Ititi-Kiareni-Gesieka

Women

218

KeRRA/011/KSI/39/218/2020-2021

Kiorina-Mote-Onkoba

Prequalified

219

KeRRA/011/KSI/39/219/2020-2021

Nusu Rami-Sae Primary School

PWD

220

KeRRA/011/KSI/39/220/2020-2021

Nyamagwa SDA-Riangabi Pri. School

Prequalified

221

KeRRA/011/KSI/39/221/2020-2021

Nyamarambe-Esaka-Matangamano-Nyabigena- Ikoba ( Sawo sawo-Kebobora-Esaka)

Prequalified

223

KeRRA/011/KSI/39/223/2020-2021

Riosiri-Nyansore-Nyabigena

Prequalified

224

eRRA/011/KSI/39/232/2021-2022

Nyambera - Nyankongo - Nyanguru - Riamoindi - Gesarara FCS

Youth

225

KeRRA/011/KSI/39/225/2020-2021

Roga-Gesieka

Prequalified

224

KeRRA/011/KSI/39/232/2021-2022

Keroka –Birongo-Ibacho-Kiamokama

Prequalified

kisii region gok september tenders

KISII REGION

P O BOX 1084 KISII.

 

TENDER ADVERTISEMENT

DATE: 8th September, 2020

ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF VARIOUS ROADS UNDER GOK DEVELOPMENT FOR FINANCIAL YEAR 2019/2020.

 

The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of Rural Roads.

KeRRA (Kisii Region) invites bids from eligible Construction Companies on behalf of Ministry of Transport, Infrastructure, Housing and Urban Development, and State Department of Infrastructure to bid for Routine Maintenance and Spot Improvement Works on roads to be funded by the Government of Kenya through the GOK Development allocation.

S/No

ROAD CODE & NAME

RESERVATIONS

TENDER No./tender document

1

G65617  BWOCHWANDO - OMOGWA

WOMEN

KeRRA/011/39/KSI/GOK/2-46-19/20-139

2

G65601   KIORINA - MOTE ONKOBA

PREQUALIFIED

KeRRA/011/39/KSI/GOK/2-46-19/20-140

3

G65628  GETARE TBC - EKONA OSOGO

YOUTH

KeRRA/011/39/KSI/GOK/2-46-19/20-141

4

G65601   MOCHENGO - BOMONYAMA PRI.SCH

PWD

KeRRA/011/39/KSI/GOK/2-46-19/20-142

5

G65625   RIOSIRI - NYASORE - NYABIGENA

PREQUALIFIED

KeRRA/011/39/KSI/GOK/2-46-19/20-143

Due to the COVID-19 Pandemic and the Presidential Directives issued, there shall be no Pre-Tender Site visits. However, bidders are encouraged to make personal arrangements with the office to acquaint themselves with the Site before submission of the Bids.

Bidders are shall include the following information and documents with their tenders, unless otherwise stated:

  1. Certificate of Incorporation by Registrar of Companies.
  2. Current CR12 Certificate (within 12Months before date of opening). This should be provided with Identification Documents of Directors. (ID or Passport).
  3. Current Single Business permit.
  4. VAT/PIN Certificate.
  5. Valid Tax Compliance Certificate.
  6. Registration with National Construction Authority “NCA 8 and above” and current NCA Practicing licence.
  7. Similar previous experience (Attach Notification of award & completion certificates) (Refer to Section 3 on Qualification Criteria for Thresholds)
  8. Equipment holding (Refer to Section 3 on Qualification Criteria for Thresholds) At least two (2) major items of construction equipment owned or leased (within 12Months before date of opening).
  9. Turnover and liquid assets supported by audited accounts for the last (3) years. (Refer to Section 3 on Qualification Criteria for Thresholds)
  10. Current Litigation history (Refer to Section 3 on Qualification Criteria for Thresholds)
  11. Work Methodology SHOULD be specific to the works carried out(Refer to Section 3 on Qualification Criteria for Thresholds)
  12. Properly and dully filled, signed and stamped confidential Business Questionnaire.
  13. Fill in All-the schedules provided with this tender document; Attachments serve

to support the schedules.

  1. Duly and properly filled-in the Form of Bid and Appendix to form of bid
  2. Priced Bills of Quantities.
  3. The entire tender document MUST be serialized. Bidders should have their documents paginated to ensure compliance with Sec. 74(1) (i) of the Public Procurement and Asset Disposal Act (PPADA) 2015. This SHOULD be in the format (1, 2, 3, and 4 – up to the last page). Serialization MUST flow and there should be no duplication of page numbers
  4. For AGPO Tenders the valid Certificate from the National Treasury should be provided and PWD shall show proof of disability by registration with National Council of Persons with Disability.
  5. Attach a Pre Tender Site Visit Certificate duly endorsed by the Authorised KeRRA Staff.
  6. Proof of a bank account in bidder’s name. (6 months before the date of opening)
  7. MUST submit an original and one copy of the bid document
  8. MUST use the same pen and ink colour in filling the entire tender document.
  9. All attachments MUST come after the bill of quantities in the tender document.

NOTE; Bidders shall ensure that attachments provided are legible and information provided is correct and consistence to the best of their knowledge, Provision of incorrect and inconsistent information with an intention to win a tender will lead to automatic disqualification of the bid.

Interested pre-qualified and eligible tenderers are requested to download full details of the advertisement and tender documents from the Authority’s Website www.kerra.go.ke with effect from 8th September, 2020. Those not able to download may obtain complete tender Documents from the regional office at KeRRAKisii as from 8th September, 2020 during normal working hours upon payment of anon-refundable fee of Ksh.1, 000 (One Thousand only) deposited directly to Kenya Commercial Bank (KCB) as indicated below;

Branch Name            : - Moi Avenue, Nairobi

Account No.               : - 1114343196

Account Name           : -KeRRAA-1-A

Transacted by           :  R24..... (Firm name)

The Completed sealed bids in separate envelopes clearly labelled for each Tender No. MUST be submitted to the address below or deposited in the tender box on or before 23rd September, 2020 at 10:00 am. Thereafter, opening of the bids will take place at the same venue immediately.

 

 

 

Deputy Director (Kisii),

Kenya Rural Roads Authority,

P O Box 1084-00100,

Deputy Director,

KISII REGION

KENYA RURAL ROADS AUTHORITY

KISII REGION GOKDEVELOPMENT- F/Y2019/20

TENDER NOTICE: ADDENDUM NO.1

DATE: 19th May, 2020

Reference is made to the tender advertisement dated 11th May, 2020 for GOK Development FY 2019/2020 for the road below. The correct bill of quantities for the document has been uploaded and bidders are advised to download the correct bid document.

MATANGAMANO-NYAKEMBENE- .KeRRA/011/39/KSI/SM/GOK/2-46-19/20-101

Note that the closing and opening date for this tender will be on 28th May, 2020.

 

Download Addendum No 1

 

 

 

Download Tender Notice Here 

 

                                                                  KENYA RURAL ROADS AUTHORITY

                                                                   KISII REGION

                                                             P O BOX 1084 KISII.

 

TENDER NOTICE

DATE: 11th May, 2020

ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF VARIOUS ROADS UNDER GoK DEVELOPMENT FOR FINANCIAL YEAR 2019/2020.

 

The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of Rural Roads.

KeRRA (Kisii Region) invites bids from eligible Construction Companies on behalf of Ministry of Transport, Infrastructure, Housing and Urban Development, State Department of Infrastructure to bid for Routine Maintenance and Spot Improvement Works on roads to be funded by the Government of Kenya through the GOK Development allocation.

S/No

ROAD CODE & NAME

RESERVATIONS

TENDER No.

1

ITIBO-EGETUKI-IKOBA

PWD

KeRRA/011/39/KSI/GOK/2-46-19/20-096

2

GETUMBE-RIAMO-MOGAMBI

YOUTH

KeRRA/011/39/KSI/GOK/2-46-19/20-102

3

RIEGETUTU-BC-NYAMECHEO-KWA MAGERE-OGORA-NYABISABO- CENTRAL CHURCH

PREQUALIFIED

KeRRA/011/39/KSI/GOK/2-46-19/20-105

4

KERERA-PRY SCH-KWA ONDIEKI-NYAKWANA

WOMEN

KeRRA/011/39/KSI/GOK/2-46-19/20-0106

5

IKOBA-GOTICHAKI-STORES

PREQUALIFIED

KeRRA/011/39/KSI/GOK/2-46-19/20-097

6

R15 RIOSIRI-MOSACHE-OKAMERI

PREQUALIFIED

KeRRA/011/39/KSI/GOK/2-46-19/20-099

7

R17 GUCHA   MOTE ONKOBA-NYANDIWA

PREQUALIFIED

KeRRA/011/39/KSI/GOK/2-46-19/20-100

8

R16 MATANGAMANO-NYANKEMBENE Revised tender document

PREQUALIFIED

KeRRA/011/39/KSI/GOK/2-46-19/20-101

9

G65146 NYAMASIBI-EMEANGARA

PREQUALIFIED

KeRRA/011/39/KSI/GOK/2-46-19/20-103

10

G65152 RIOCHUNGO-SANSORA-RIASOE

PREQUALIFIED

KeRRA/011/39/KSI/GOK/2-46-19/20-104

 

Due to the COVID-19 Pandemic and the Presidential Directives issued, there shall be no Pre-Tender Site visits. However, bidders are encouraged to make personal arrangements with the office to acquaint themselves with the Site before submission of the Bids.

Bidders are shall include the following information and documents with their tenders, unless otherwise stated:

  1. Certificate of Incorporation by Registrar of Companies.
  2. Current CR12 Certificate (within 12Months before date of opening). This should be provided with Identification Documents of Directors. (ID or Passport).
  3. Current Single Business permit.
  4. VAT/PIN Certificate.
  5. Valid Tax Compliance Certificate.
  6. Registration with National Construction Authority “NCA 8 and above” and current NCA Practicing licence.
  7. Similar previous experience (Attach Notification of award & completion certificates) (Refer to Section 3 on Qualification Criteria for Thresholds)
  8. Equipment holding (Refer to Section 3 on Qualification Criteria for Thresholds) At least two (2) major items of construction equipment owned or leased;
  9. Turnover and liquid assets supported by audited accounts for the last (3) years. (Refer to Section 3 on Qualification Criteria for Thresholds)
  10. Current Litigation history (Refer to Section 3 on Qualification Criteria for Thresholds)
  11. Work Methodology should be specific to the works carried out (Refer to Section 3 on Qualification Criteria for Thresholds)
  12. Properly and dully filled, signed and stamped confidential Business Questionnaire.
  13. Fill in All-the schedules provided with this tender document; Attachments serve to support the schedules.
  14. Duly and properly filled-in the Form of Bid and Appendix to form of bid
  15. Priced Bills of Quantities.
  16. The entire tender document must be serialized. Bidders should have their documents paginated to ensure compliance with Sec. 74(1) (i) of the Public Procurement and Asset Disposal Act (PPADA) 2015. This should be in the format (1,2,3,4 – up to the last page)
  17. For AGPO Tenders the valid Certificate from the National Treasury should be provided and PWD shall show proof of disability by registration with National Council of Persons with Disability.
  18. Proof of a bank account in bidder’s name. (6 months before the date of opening).

NOTE; Bidders shall ensure that attachments provided are legible and information provided is correct and consistence to the best of their knowledge, Provision of incorrect and inconsistent information with an intention to win a tender will lead to automatic disqualification of the bid.

 

Interested pre-qualified and eligible tenderers are requested to download full details of the advertisement and tender documents from the Authority’s Website www.kerra.go.ke with effect from 12th May, 2020. Those not able to download may obtain complete tender Documents from the Regional office at KeRRA Kisii.

The Completed sealed bids in separate envelopes clearly labelled for each Tender No. MUST be submitted to the address below or deposited in the tender box on or before 26th May, 2020 at 10:00 am. Thereafter, opening of the bids will take place at the same venue immediately.

 

 

 

Deputy Director (Kisii),

Kenya Rural Roads Authority,

P O Box 1084-00100,

Deputy Director,

KISII REGION

KENYA RURAL ROADS AUTHORITY

KISII REGION JULY 2024 TENDERS

KENYA RURAL ROADS AUTHORITY

KISII REGION

                                                                                                                                                                                                                                      23rd July, 2024

TENDER NOTICE

DOWNLOAD TENDER NOTICE HERE

The Kenya Rural Roads Authority (KeRRA) is a state corporate established under the Kenya Roads Act 2007 with a mandate to manage, develop, and maintain the rural road network in the country.

Kisii Region, wish to hereby invite bids from REGISTERED contractors in the Region and others within the special category (YWPLD) for Road Maintenance project for FY 2023/24 for the following tenders.

S.N

Tender Ref.

Region: Kisii

Road Name

 Category & Target group

Eligible bidders/

NCA

1

KeRRA/KSI/045/08/39/175/23-24

 BIRONGO-KEOKE-TARACHA-NYANTURUBO (G65044)

WOMEN

  8 & above

2

KeRRA/KSI/045/08/39/176/23-24

BOBARACHO-KIONGANYO-RIAMIRUKA-MASHAURI

(G65007)

CITIZEN

  8 & above

3

KeRRA/KSI/045/08/39/177/23-24

BOMONYAMA-NYAKEMBENE  (G65604)

WOMEN

  8 & above

4

KeRRA/KSI/045/08/39/178/23-24

EDARAJA YA KINANGA-BWOTUNDO TBC (G65107)

YOUTH

 

5

KeRRA/KSI/045/08/39/179/23-24

EKERESENI-BONYANCHA- NUSU RAMI (G65649)

PWD

   8 & above

6

KeRRA/KSI/045/08/39/180/23-24

ITIBO PRI SCHOOL-RAGOGO-NYABORORO (G64877)

YOUTH

  8 & above

7

KeRRA/KSI/045/08/39/181/23-24

KEUMBU-KEBOBA-BIRONGO (E6232)

YOUTH

  8 & above

8

KeRRA/KSI/045/08/39/182/23-24

KIANATE-TARACHA-BORUMA (G65049)

CITIZEN

  8 & above

9

KeRRA/KSI/045/08/39/183/23-24

MENYENYA-NYAMIOBO (G65542)

CITIZEN

  8 & above

10

KeRRA/KSI/045/08/39/184/23-24

MOGENDA-NYAMAGENA-MABARIRI (G65489)

YOUTH

  8 & above

11

KeRRA/KSI/045/08/39/185/23-24

NYAKAMBA-KIOMONCHA-IRIANYI (G64944)

WOMEN

  8 & above

12

KeRRA/KSI/045/08/39/186/23-24

NYAMBUSI ACADEMY-NYANDIBA-SAMOGARA PRI SCHOOL-NYABWOROBA (UK-45-087)

CITIZEN

  8 & above

13

KeRRA/KSI/045/08/39/187/23-24

NYANCHOGA CATHOLIC-NYAMOTANDA-NYAMOKOMBA-BOBARACHO-NYABIOTO (UK-45-080)

WOMEN

  8 & above

14

KeRRA/KSI/045/08/39/188/23-24

NYANGURU-BOBARACHO-KIONGANYO (G65013)

PWD

  8 & above

15

KeRRA/KSI/045/08/39/189/23-24

RAGOGO-GITOGO-CHISERA-ITIBO PRI. (UK-45-082)

CITIZEN

  8 & above

16

KeRRA/KSI/045/08/39/190/23-24

RIOBAI-SEWERAGE-KIORORI SDA-SAE PRI. SCH. (G65612)

CITIZEN

  8 & above

17

KeRRA/KSI/045/08/39/191/23-24

NYASORE PRI-LAMO-MARANI (G64937)

CITIZEN

  8 & above

18

KeRRA/KSI/045/08/39/192/23-24

ITARE-NYANCHOGA-MASAKWE (UK-45-090)

YOUTH

  8 & above

19

KeRRA/KSI/045/08/39/194/23-24

RIOMA-SOMBOGO (G64904)

CITIZEN

  8 & above

20

KeRRA/KSI/045/08/39/195/23-24

MARANI-KENDEGERE-ITITI (G64934)

YOUTH

  8 & above

21

KeRRA/KSI/045/08/39/196/23-24

KEMBERANA-GIANCHORE-MANYASI (G64875)

WOMEN

  8 & above

22

KeRRA/KSI/045/08/39/197/23-24

KIOGORO-KIOBEBO-MASONGO (F6148)

CITIZEN

  8 & above

23

KeRRA/KSI/045/08/39/198/23-24

BOBARACHO-KIONGANYO-NYAMEMISO (G65009)

PWD

  8 & above

24

KeRRA/KSI/045/08/39/199/23-24

KEGATI-RIAKENUCHA-BOBARACHO (G65014)

CITIZEN

  8 & above

25

KeRRA/KSI/045/08/39/200/23-24

KIOMITI-GETERI-SANSORA (G65331)

PWD

  8 & above

26

KeRRA/KSI/045/08/39/201/23-24

NYANTURAGO-OTERI-EKONA (G65152)

CITIZEN

   8 & above

27

KeRRA/KSI/045/08/39/202/23-24

EKERORANO-KIAMBIRI-SUGUNANA (D1914)

YOUTH

   8 & above

28

KeRRA/KSI/045/08/39/203/23-24

EKERORANO-SLAUGHTERHOUSE-RIVERSIDE (UK-45-011)

PWD

   8 & above

29

KeRRA/KSI/045/08/39/204/23-24

NYANGURU-NYAGISAI (F6151)

WOMEN

   8 & above

30

KeRRA/KSI/045/08/39/205/23-24

RIOTACHI BRIDGE-BONYAORO GIRLS (UK-45-012)

WOMEN

   8 & above

31

KeRRA/KSI/045/08/39/206/23-24

GESERO MARKET-BOMARIBA WARD (UK-45-013)

CITIZEN

  8 & above

32

KeRRA/KSI/045/08/39/219/23-24

BOBARACHO-KIONGANYO-RIAMIRUKA-MASHAURI (G64885)

     CITIZEN

  8 & above

Bidders MUST meet the following requirements alongside other requirements contained in tender documents. 

  1. To enhance equity bidders will only be awarded a maximum of two tenders either as a director or a company under this tender notice.
  2. Bidders are requested to familiarised themselves with the site before tendering.
  1. MUST provide original document and a copy.
  2. All Interested bidders are required to continually check the KeRRA website kerra.go.ke/tenders for any tender addendum or clarification that may arise before the submission date.

NOTE All attachments must be certified by a commissioner for oaths.         

Note: The cost estimate of the proposed works has been provided in the tender document.

Tender documents detailing requirements shall be obtained from the KeRRA website www.kerra.go.ke from Friday 26th July, 2024. Complete tender document Duly serialized; in Wax Sealed Plain Envelopes marked with Tender Reference (KeRRA/No/Region/….) number and Description, should be sent to the address below or deposited in the Tender Box located KeRRA office boardroom within the Kenya Rural Roads Authority Kisii Region offices situated along Kisii – Kilgoris Road}.

 Regional Director

 Kenya Rural Roads Authority,

P.O. Box 1084 - 40200, Kenya.

So as to be received (as per the table below)/ on Wednesdays 7th August, 2024 at 10:00 am and be opened immediately thereafter in the presence of bidders’ representatives who may wish to attend, however bidders may request for any information through the office.

   

SHEM OMARI

FOR: REGIONAL DIRECTOR, 

KISII REGION

KISII REGION JULY 2024 TENDERS FY 2023/2024 FOR ROUTINE MAINTENANCE

KENYA RURAL ROADS AUTHORITY

                                                                                                                                                                                                                                      23rd July, 2024

TENDER NOTICE

DOWNLOAD TENDER NOTICE HERE

The Kenya Rural Roads Authority (KeRRA) is a state corporate established under the Kenya Roads Act 2007 with a mandate to manage, develop, and maintain the rural road network in the country.

Kisii Region, wish to hereby invite bids from REGISTERED contractors in the Region and others within the special category (YWPLD) for Road Maintenance project for FY 2023/24 for the following tenders.

S.NO

Tender Ref.

Region: Kisii

Road Name

Category & Target group

Eligible bidders/

NCA

1

KeRRA/KSI/045/08/39/159/23-24

 GESUSU-GETERI       (G65331)

PWD

  8 & above

2

KeRRA/KSI/045/08/39/160/23-24

  MATERIO-BORANGI   (F6164)

 YOUTH

  8 & above

3

KeRRA/KSI/045/08/39/161/23-24

MOTICHO-SUGUTA-MAROO-NYABITONKONO (G65483)

 WOMEN

  8 & above

4

KeRRA/KSI/045/08/39/164/23-24

EMBASSY-KEORE (G64976)

 CITIZEN

  8 & above

5

KeRRA/KSI/045/08/39/165/23-24

 NYABERA-MOCHENGO (F6155)

  CITIZEN

  8 & above

6

KeRRA/KSI/045/08/39/166/23-24

 MWATA-MUGOIRI-NYOTOIMA-NYAMIOBO PRI. (G64991)

  YOUTH

  8 & above

7

KeRRA/KSI/045/08/39/208/23-24

 ETONO-SAMBA (G65440)

  YOUTH

   8 & above

8

KeRRA/KSI/045/08/39/209/23-24

 NYABIOSI-RIAMACHARIA (G65071)

  CITIZEN

   8 & above

9

KeRRA/KSI/045/08/39/173/23-24

NYAKOE-IRIANYI (G64981)

  WOMEN

   8 & above

10

KeRRA/KSI/045/08/39/210/23-24

 BOGUSERO-NYAMAOSE (UK-45-149)

  CITIZEN

   8 & above

11

KeRRA/KSI/045/08/39/211/23-24

BUYONGE-NYAGENKE (URP18)

   WOMEN

   8 & above

12

KeRRA/KSI/045/08/39/212/23-24

ESAMBA-CHONGOI (UK-45-130)

CITIZEN

   8 & above

13

KeRRA/KSI/045/08/39/213/23-24

NYAMBOSERO BOX CULVERT (G64914)

CITIZEN

   8 & above

14

KeRRA/KSI/045/08/39/214/23-24

RIOCHAKO-RIANA (G6500)

YOUTH

   8 & above

15

KeRRA/KSI/045/08/39/167/23-24

 GESONSO-NYAMISEBE       (G64992)

  WOMEN

  8 & above

16

KeRRA/KSI/045/08/39/168/23-24

  KIOMITI-RIATIRIMBA   (G65031)

  YOUTH

  8 & above

17

KeRRA/KSI/045/08/39/169/23-24

MENYINKWA-MASONGO (D1963)

  PWD

  8 & above

18

KeRRA/KSI/045/08/39/170/23-24

 NYAKEGOGI-IYABE (G65556)

  PWD

  8 & above

19

KeRRA/KSI/045/08/39/171/23-24

 OROBOTI-NYATIEKO-MIRUKA (C863)

  CITIZEN

  8 & above

20

KeRRA/KSI/045/08/39/172/23-24

 RIOSIRI-MOSACHE-OKEMERI (G65630)

  WOMEN

   8 & above

21

KeRRA/KSI/045/08/39/174/23-24

 RIANGOKO-MONEKE-MOTEMOMWAMU (D6055)

  YOUTH

   8 & above

22

KeRRA/KSI/045/08/39/215/23-24

IBENCHO-RITEKA-NYAMIUMO (G65503)

  CITIZEN

   8 & above

23

KeRRA/KSI/045/08/39/217/23-24

NYABITUNWA-NYABIORE (E6266)

   YOUTH

   8 & above

Bidders MUST meet the following requirements alongside other requirements contained in tender documents. 

  1. To enhance equity bidders will only be awarded a maximum of two tenders either as a director or a company under this tender notice.
  2. Bidders are requested to familiarised themselves with the site before tendering.
  1. MUST provide original document and a copy.
  2. All Interested bidders are required to continually check the KeRRA website kerra.go.ke/tenders for any tender addendum or clarification that may arise before the submission date.

NOTE All attachments must be certified by a commissioner for oaths.         

Note: The cost estimate of the proposed works has been provided in the tender document.

Tender documents detailing requirements shall be obtained from the KeRRA website www.kerra.go.ke from Friday 26th July, 2024. Complete tender document Duly serialized; in Wax Sealed Plain Envelopes marked with Tender Reference (KeRRA/No/Region/….) number and Description, should be sent to the address below or deposited in the Tender Box located KeRRA office boardroom within the Kenya Rural Roads Authority Kisii Region offices situated along Kisii – Kilgoris Road}.

 Regional Director

 Kenya Rural Roads Authority,

P.O. Box 1084 - 40200, Kenya.

So as to be received (as per the table below)/ on Wednesdays 7th August, 2024 at 10:00 am and be opened immediately thereafter in the presence of bidders’ representatives who may wish to attend, however bidders may request for any information through the office.

   

SHEM OMARI

FOR: REGIONAL DIRECTOR, 

KISII REGION

KISII REGION SAVINGS 22% RMLF FY 2021-2022.

                                                                                                                                                                           WI/24

 

KENYA RURAL ROADS AUTHORITY

Tel: :0790094945                                                                                   Regional Director

Fax:                                                                                                  Kisii Region  

E-mail: This email address is being protected from spambots. You need JavaScript enabled to view it.                                                                  P.O. Box 1084-40200

Website: www.Kerra.go.ke                                                                    KISII

REF NO: KeRRA/15/KSI/11/ITT/VOL.1/026                                                                                    Date: 6th July, 2022

 

INVITATION TO TENDER.

 22% RMLF SAVINGS

 

download advert here

Kenya Rural Roads Authority (KeRRA) – Kisii Region invites bids from contractors in the stated Category for financial year 2021/2022 in the Region for the Procurement of below stated Roads funded by 22% RMLF Savings Allocation Financial Year 2021-2022

 

S/NO

 

PACKAGE

NO.

 

TENDER No.

 

TENDER NAME

 

CATEGORY

 

1

181

KeRRA/008/KSI/039/181/ 2021-2022

Bigogo-Raganga

Prequalified

download

2

182

KeRRA/008/KSI/039/182/ 2021-2022

Nyamataro-Iranda

PWD

download

3

183

KeRRA/008/KSI/039/183/ 2021-2022

Etago-Magenche

Prequalified

download

4

184

KeRRA/008/KSI/039/184/ 2021-2022

Gesero-Sigisi-Sae-Kona Mbaya

Youth

download

5

185

KeRRA/008/KSI/039/185/ 2021-2022

Itierio-Riamonda-Oroche-Sewage

Prequalified

download

6

186

KeRRA/008/KSI/039/186/ 2021-2022

Kegogi-Nyaigwa CF-Eronge

Women

download

7

187

KeRRA/008/KSI/039/187/ 2021-2022

Masimba-Kerema-Gesusu Hospital

Youth

download

8

188

KeRRA/008/KSI/039/188/ 2021-2022

Nyamache-Bigogo-Riokibeni

Prequalified

download

9

189

KeRRA/008/KSI/039/189/ 2021-2022

Nyanturago-Matibo

Prequalified

download

10

190

KeRRA/008/KSI/039/190/ 2021-2022

Omobera-Metembe

Women

download

11

191

KeRRA/008/KSI/039/191/ 2021-2022

Rionyoni-Majimazuri-Nyacheki

Women

download

12

192

KeRRA/008/KSI/039/192/ 2021-2022

Sani-Tunta-Itabago

Women

download

13

199

KeRRA/008/KSI/039/199/ 2021-2022

Kiagware-Openda

Prequalified

download

14

201

KeRRA/008/KSI/039/201/ 2021-2022

Nyankororo-Nyanturago-Birongo

PWD

download

15

202

KeRRA/008/KSI/039/202/ 2021-2022

Keumbu-Kabora-Chindwani

Prequalified

download

16

204

KeRRA/008/KSI/039/204/ 2021-2022

Marani-Kegogi

Prequalified

download
 

The Tender Documents can be bought at the Kisii Regional Headquarters, Regional Accounts Office with Bankers Deposit Slips Payable to KCB Bank Account Name KeRRA A.I.A A/C No. 11143433196 and documents collected at the Regional Procurement Office, each bid is Kshs.1,000.00 (One Thousand Shillings Only) which is non-refundable. The documents can also be downloaded for free from KeRRA website www.kerra.go.ke.

 

QUALIFICATION FOR TENDERING

 

Mandatory requirements for tendering are;

 

  1. Certified copy of Certificate of Incorporation
  2. Certified copy of Registration with NCA (Categories 8 and above)
  3. Certified contractors Annual Practicing License.
  4. Certified copy of a Valid Tax Compliance Certificate
  5. Certified copy of a VAT and PIN Certificate
  6. Certified copy of recent CR12 (Issued within the last twelve months before opening date)
  7. Certified copies of National Identity Cards for the Directors listed
  8. Subsequent to presidential directive issued on the COVID-19 Pandemic there shall be no pre-tender site visit, bidders are advised to make their own personal arrangements to familiarize themselves with the site before submission of their bids
  9. Thresholds specified in the Tender Document covering the following;
  10. Similar previous experience.
  11. Equipment holding supported by relevant documentation.
  12. Audited accounts for the last three years initialized by both the Director and the Practicing auditor
  13. Certified current trading license.
  14. Proof of having a bank account for the last one year.
  15. Duly filled Confidential Business Questionnaire.
  16. Duly filled form of tender.
  17. Duly filled Bill of quantities.
  18. Well sequentially serialized pages by the bidder.

 

YOUTH WOMEN AND PEOPLE LIVING WITH DISABILITIES

 

  1. From the above mandatory requirements (a, b, c, d, e, f and g )
  2. Valid Certified copy of Youth Women and people living with disabilities Certificate for (YAGPO) from The National Treasury.
  3. Tenderers bidding for Persons with Disabilities Bids Must attach certified copies of IDS by NCPWD for the directors who are disabled.
  4. Thresholds specified in the tender Document covering the following.
  5. Equipment holding supported by relevant documentation.
  6. Certified current trading license.
  7. Proof of having a bank account for the last one year
  8. Duly filled Confidential Business Questionnaire.
  9. Duly Filled Form of Tender.
  10. Duly Filled Bills of Quantities.
  11. Well sequentially serialized pages by the bidder.

NOTE:

         

  1. All certifications of documents shall be original and executed by a commissioner of oaths or Notaries Public

 

  1. Bidders shall ensure that attachments provided are legible and information provided is correct and consistence to the best of their knowledge, Provision of incorrect and inconsistent information with an intention to win a tender will lead to automatic disqualification of the bid.
  1. To enhance equity, Bidders may bid for more than one tender pursuant to this Tender Notice but can only be considered for award of one bid under this Tender Notice. Bidders who have been awarded 10%, RMLF, 22% RMLF or GOK bids for FY 2021/2022 may apply but will not be considered

 

 

Duly filled Tender Document shall be submitted in sealed envelope (One Document per envelope) marked with Tender Number and Road Name and dropped in the right tender box for each constituency Address to:

REGIONAL DIRECTOR

KENYA RURAL ROADS AUTHORITY

KISII REGION

P.O.BOX 1084 - 40200

KISII

And be deposited in the Tender Box on or before 18th July, 2022 at 10.00 A.m. Tenders will be opened immediately thereafter in the presence of those Tender’s representatives who choose to attend.

Eng. W. O. Nyariki

REGIONAL DIRECTOR

KISII-REGION

KENYA RURAL ROADS AUTHORITY

KISII REGION

P O BOX 1084 KISII.

 

TENDER RE-ADVERTISEMENT

DATE: 11th October, 2018

ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF VARIOUS ROADS UNDER 22%, 10% RMLF AND GoK DEVELOPMENT FOR THE FINANCIAL YEARS 2016/17 AND 2017/18

 

The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of Rural Roads.

KeRRA (Kisii Region) invites bids from eligible Construction Companies on behalf of Ministry of Transport, Infrastructure, Housing and Urban Development, State Department of Infrastructure to bid for Routine Maintenance and Spot Improvement Works on roads to be funded by the Government of Kenya through the 22% , 10% RMLF and GoK Development Fund.

 

 Download Tender Notice Here

 

DOWNLOAD ADDENDUM HERE

S/No

CONSTITUENCY

ROAD CODE & NAME

RESERVATIONS

Download

TENDER No.

1

Nyaribari Chache

R25-Gucha Riobara-Keumbu

10% YWD

Document

KeRRA/011/KSI/39/56/2017-18

2

Bobasi

R13-Gucha Mogonga-Nyamache

10% YWD

Document

KeRRA/011/KSI/39/68/2017-18

    3

South Mugirango

U_G65603 Nyandiwa-Omagwa-Nyamarambe

GoK Dev YWD

Document

KeRRA/011/KSI/39/9996/2016-17

TENDER NOTICE

DATE: 11th October, 2018

ROUTINE MAINTENANCE AND SPOT IMPROVEMENT OF VARIOUS ROADS UNDER THE GoK DEVELOPMENT FUND FOR THE FINANCIAL YEAR 2017/18.

 

The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of Rural Roads.

KeRRA (Kisii Region) invites bids from eligible Construction Companies on behalf of Ministry of Transport, Infrastructure, Housing and Urban Development, State Department of Infrastructure to bid for Routine Maintenance and Spot Improvement Works on roads to be funded by the Government of Kenya through the GoK Development Fund.

DOWNLOAD TENDER NOTICE HERE

 

S/No

CONSTITUENCY

ROAD CODE & NAME

RESERVATIONS

TENDER No.

DOWNLOAD

1

Bomachoge Borabu

E202 Kiango-Riobonyo

Open

KeRRA/011/KSI/39/104/2017-18

DOCUMENT

2

E1041 Nyabitunwa-Kiango

PWD

KeRRA/011/KSI/39/101/2017-18

DOCUMENT

3

E203 Nyamaiya-Kenyenya

Women

KeRRA/011/KSI/39/106/2017-18

DOCUMENT

4

U_G65381 Nyamasogota-Gesabakwa

Youth

KeRRA/011/KSI/39/103/2017-18

DOCUMENT

5

URP3-Transmara Rianyanchabera-Riyabu-Tongeri

Open

KeRRA/011/KSI/39/102/2017-18

DOCUMENT

6

URP7-Gucha Riobonyo-Ekona ya Ngare

Open

KeRRA/011/KSI/39/100/2017-18

DOCUMENT

7

U_G65414 Tongeri-Riyabu

Open

KeRRA/011/KSI/39/105/2017-18

DOCUMENT

8

Bonchari

R56-Kisii Itierio-Nyagwekoa-Mogumo

Open

KeRRA/011/KSI/39/97/2017-18

DOCUMENT

9

E1054 Itibo-Riamasagara

Women

KeRRA/011/KSI/39/99/2017-18

DOCUMENT

10

E207J1 Motonto-Ekerorano-Okiendege

Open

KeRRA/011/KSI/39/96/2017-18

DOCUMENT

11

Kitutu Chache South

R69-Kisii Nyatieko-Nyakoe

Open

KeRRA/011/KSI/39/95/2017-18

DOCUMENT

12

Nyaribari Chache

URF5-Kisii Gusii Highlights-Gekomu-Menyinkwa

Women

KeRRA/011/KSI/39/90/2017-18

DOCUMENT

13

R82-Kisii Kegati-Nyabisabo

Youth

KeRRA/011/KSI/39/93/2017-18

DOCUMENT

14

U_G65080 Kerongo Jnct-Riangabi Pri. School

Open

KeRRA/011/KSI/39/88/2017-18

DOCUMENT

15

E1054A Kisii University-Menyikwa-Nyansancha  

Open

KeRRA/011/KSI/39/91/2017-18

DOCUMENT

16

U_G65081 Nyamagwa Sda-Riangabi Pri. School

Open

KeRRA/011/KSI/39/94/2017-18

DOCUMENT

17

U_G65083 Sokoro Jnct-Riangabi Pri. School

Open

KeRRA/011/KSI/39/89/2017-18

DOCUMENT

18

Nyaribari Masaba

D223J1 Birongo-Nyacheki

Open

KeRRA/011/KSI/39/92/2017-18

DOCUMENT

19

E1050 Ibacho-Masimba

Youth

KeRRA/011/KSI/39/85/2017-18

DOCUMENT

20

URP1-Kisii Kiomiti Jnct-Riochungo-Keera Mkt

Open

KeRRA/011/KSI/39/87/2017-18

DOCUMENT

21

URA1 Masimba-Ekona

Women

KeRRA/011/KSI/39/86/2017-18

DOCUMENT

22

D223J1 Nyacheki-Kiamokama-Birongo

Open

KeRRA/011/KSI/39/107/2017-18

DOCUMENT

23

E192 Nyanturago-Njipship

Open

KeRRA/011/KSI/39/84/2017-18

DOCUMENT

24

South Mugirango

URA3J1-Gucha Eberege-Ekona

Youth

KeRRA/011/KSI/39/82/2017-18

DOCUMENT

25

D204 Nyabera-Nyansembe

PWD

KeRRA/011/KSI/39/78/2017-18

DOCUMENT

26

E203 Ekona-Mogenda

Open

KeRRA/011/KSI/39/80/2017-18

DOCUMENT

27

R25-Gucha Etago-Nyamaiya

Open

KeRRA/011/KSI/39/79/2017-18

DOCUMENT

28

R23-Gucha Mochengo-Suguta

Open

KeRRA/011/KSI/39/77/2017-18

DOCUMENT

29

U_G65489 Mogenda-Nyamagenamabariri

Women

KeRRA/011/KSI/39/81/2017-18

DOCUMENT

30

E203 Mogenda-Nyamondo-Geteni

Open

KeRRA/011/KSI/39/83/2017-18

DOCUMENT

31

U_G65603 Nyandiwa-Omogwa-Nyamarambe-Coffee Factory

Open

KeRRA/011/KSI/39/76/2017-18

DOCUMENT

32

Bobasi

T1101-Gucha Bendera-Friends

Youth

KeRRA/011/KSI/39/108/2017-18

DOCUMENT

MANDATORY Pre-bid site shall be held as indicated in the schedule below starting at 10:00 am. Bidders are advised to make their own transport arrangements for pre-tender site visits. No transport will be provided.

Kisumu Region

Thursday,8th March 2018

The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility for the management, development, rehabilitation and maintenance of Rural Roads.

The Authority invites bids from Eligible construction companies who are Prequalified in Kisumu Region & AGPO Registered Firms to bid for the Routine Maintenance of various Roads as listed below to be financed by the Government of Kenya through the Road Maintenance Levy Fund for Financial Year 2017/2018

ROUTINE MAINTENANCE OF ROADS FUNDED THROUGH THE 22% RMFL FY 2017/2018

ROAD CODE

TENDER NAME

LINK LENGTH

TENDER NUMBER

TARGET GROUP

Downloads

KISUMU EAST CONSTITUENCY

D290

Routine Maintenance of Chiga-Obuso Road

5.28

KeRRA/011/39/D290/22%/17/18-009

OPEN

Download
Notice

D290

Construction of Obuso-Rabuor Box Culvert on D290 Road

2.00

KeRRA/011/39/D290/22%/17/18-010

OPEN

 Download
Notice

E1130X

Routine Maintenance of Gita-Kaseta Road

3.00

KeRRA/011/39/E1130X/22%/17/18-011

OPEN

 Download
Notice

E1130X

Routine Maintenance of Gita-Kaseta Road

3.46

KeRRA/011/39/E1130X/22%/17/18-012

YOUTH

 Download
Notice

KISUMU WEST CONSTITUENCY

D273

Routine Maintenance of Riat-Nyahera Road

7.38

KeRRA/011/39/D273/22%/17/18-020

OPEN

 Download
Notice

E1113

Routine Maintenance of B1 Maseno-Chulaimbo Road

7.15

KeRRA/011/39/E1113/22%/17/18-021

OPEN

 Download
Notice

E1115

Routine Maintenance of Kisian-kaloka Road

16.05

KeRRA/011/39/E1115/22%/2-48-17|18-065

OPEN

 Download
Notice

U_G62515

Routine Maintenance of Orongo-Odowa Road

3.13

KeRRA/011/39/U-G62515/22%/17/18-022

PWD

 Download
Notice

Uncls23

Routine Maintenance of St Gabriel-Maliera Sch Road

2.00

KeRRA/011/39/UNCLS23/22%/17/18-023

YOUTH

 Download
Notice

Uncls44

Routine Maintenance of B1 Maembe Kodero-C86 Sianda School Road

2.00

KeRRA/011/39/UNCLS44/22%/17/18-024

WOMEN

 Download
Notice

MUHORONI CONSTITUENCY

D311

Routine Maintenance of Muhoroni-Songhor Road

6.41

KeRRA/011/39/D311/22%/17/18-004

OPEN

 Download
Notice

E239

Routine Maintenance of Koru-Fortenan Road

5.75

KeRRA/011/39/E239/22%/17/18-005

OPEN

 Download
Notice

E248

Routine Maintenance of Lialango-Ombeyi Road

6.47

KeRRA/011/39/E248/22%/17/18-006

YOUTH

 Download
Notice

E248J1

Routine Maintenance of Ombeyi-Kibigori Road

5.10

KeRRA/011/39/E248J1/22%/17/18-007

OPEN

 Download
Notice

E249A

Routine Maintenance of Muhoroni-Fortenan Road

5.00

KeRRA/011/39/E248A/22%/17/18-008

WOMEN

 Download
Notice

NYAKACH CONSTITUENCY

ROAD CODE

TENDER NAME

LINK LENGTH

TENDER NUMBER

TARGET GROUP

Downloads

D218

Routine Maintenance of Kona Kagari- Kolweny Road

3.60

KeRRA/011/39/D218/22%/17/18-025

WOMEN

 Download
Notice

D218

Routine Maintenance of Kona kagari-Nyamarimba  Road

5.10

KeRRA/011/39/D218/22%/17/18-029

OPEN

 Download
Notice

E219

Routine Maintenance of Kapserok-Bodi Road

8.80

KeRRA/011/39/D219/22%/17/18-028

OPEN

 Download
Notice

U_G63164

Routine Maintenance of Katito-Parish Road

0.56

KeRRA/011/39/U_G63164/22%/17/18-027

PWD

 Download
Notice

NYANDO CONSTITUENCY

D290A

Routine Maintenance of Korowe-Nyangande Road

6.36

KeRRA/01139/D290A/22%/17/18-013

OPEN

Addendum 1

Download
Notice

D293

Routine Maintenance of Ahero-Bunde Road

6.74

KeRRA/011/39/D293/22%/17/18-014

OPEN

Addendum 1

Download
Notice

D293

Routine Maintenance of Bunde-Ombaka Road

7.00

KeRRA/011/39/D293/22%/17/18-015

OPEN

Addendum 1

Download
Notice

E220

Routine Maintenance of Awach-Awasi Road

16.72

KeRRA/011/39/E220/22%/17/18-016

OPEN

 Download
Notice

R18-Kisumu

Routine Maintenance of Okana-Ranjira Road

5.43

KeRRA/011/39/R18/22%/17/18-017

WOMEN

 Download
Notice

S1223-Nyando

Routine Maintenance of Nyalenda-Nyarenda Road

1.43

KeRRA/011/39/S1223/22%/17/18-018

PWD

 Download
Notice

URP16-Nyando

Routine Maintenance of Ayweyo-Kopon-Nyakongo Road

2.69

KeRRA/011/39/URP16/22%/17/18-019

YOUTH

 Download
Notice

 

SEME CONSTITUENCY

ROAD CODE

TENDER NAME

LINK LENGTH

TENDER NUMBER

TARGET GROUP

 Downloads

E129

Routine Maintenance of Akado-Kolenyo Road

2.33

KeRRA/011/39/E129/22%/17/18-031

YOUTH

 Download
Notice

E255

Routine Maintenance of Kolenyo-kambale Road

6.54

KeRRA/011/39/E255/22%/17/18-032

PWD

 Download
Notice

R11-Kisumu

Routine Maintenance of Bodi-Alwala Road

4.66

KeRRA/011/39/R11/22%/17/18-033

YOUTH

 Download
Notice

R21-Kisumu

Construction of Box Culvert on E128-Reru Road

2.51

KeRRA/011/39/R21/22%/17/18-035

OPEN

 Download
Notice

U_G62364

Routine Maintenance of Kondigo-Ramuya Road

1.39

KeRRA/011/39/U-G62364/22%/17/18-036

OPEN

Addendum 1

Download
Notice

U_G62394

Routine Maintenance of Milugo-Angoga Road

4.30

KeRRA/011/39/U-G62394/22%/17/18-037

OPEN

 Download
Notice

U_G62424

Routine Maintenance of Orengo-Okiro-Agwaya Road

0.65

KeRRA/011/39/U-G62424/22%/17/18-038

OPEN

 Download
Notice

U_G62439

Routine Maintenance of Nyaguda-Owita Road

0.40

KeRRA/011/39/U-G62439/22%/17/18-039

OPEN

Addendum 1

Download
Notice

Uncls57

Routine Maintenance of Kit Mikayi-Lunga Road

0.95

KeRRA/011/39/UNCLS57/22%/17/18-040

WOMEN

 Download
Notice

URA6X-Kisumu

Routine Maintenance of Alwala-Kirindo Road

3.67

KeRRA/011/39/URA6X/22%/17/18-041

OPEN

Addendum 1

Download
Notice

 

KISUMU CENTRAL CONSTITUENCY

ROAD CODE

TENDER NAME

LINK LENGTH

TENDER NUMBER

TARGET GROUP

 

E1117

Routine Maintenance of Mamboleo-Riat Road

5.63

KeRRA/011/39/E1117/22%/17/18-030

OPEN

 Download
Notice

R38-Kisumu

Routine Maintenance of Pipeline-Riat Road

6.77

KeRRA/011/39/R38/22%/17/18-042

OPEN

 Download
Notice

Uncls 49

Routine Maintenance of Obinju Pri-Kona Mbaya Road

0.80

KeRRA/011/39/UNCLS49/22%/17/18-043

PWD

 Download
Notice

Uncls 63

Routine Maintenance of Tunnel -Kondele Road

1.50

KeRRA/011/39/UNCLS63/22%/17/18-044

WOMEN

 Download
Notice

URA14-Kisumu

Routine Maintenance of Magadi-Kibos Road  

5.82

KeRRA/011/39/URA14/22%/17/18-045

OPEN

 Download
Notice

Uncls  53

Routine Maintenance of  World Vision –Ezra Gumbe Pri

2.00

KERRA/011/39/UNCLS53/22%/2-48-17/18-064

YOUTH

 Download
Notice

ROUTINE MAINTENANCE OF ROADS FUNDED THROUGH THE 10% RMFL FY 2017/2018

ROAD CODE

TENDER NAME

LINK LENGTH

TENDER NUMBER

TARGET GROUP

Downloads

KISUMU EAST CONSTITUENCY

D290

Routine Maintenance of Gita-Kaseta Road

3.46

KeRRA/011/39/E1130X/10%/17/18-012

OPEN

Download
Notice

E1130X

Routine Maintenance of Chiga-DB Lialango Road

1.70

KeRRA/011/39/E248/10%/17/18-050

YOUTH

Download
Notice

 

KISUMU WEST CONSTITUENCY

Uncls24

Routine Maintenance of Obambo-Oyiengo Road

2.00

KeRRA/011/39/UNCLS24/10%/17/18-051

OPEN

Download
Notice

URP34

Routine Maintenance of Coptic-Corner Mbaya Road

2.00

KeRRA/011/39/URP34/10%/17/18-053

PWD

Download
Notice

 

MUHORONI CONSTITUENCY

D293J1

Routine Maintenance of Ahero-Ombeyi Road

6.31

KeRRA/011/39/D293J1/10%/17/18-054

YOUTH

Download
Notice

D293J1

Routine Maintenance of Ombeyi-Miwani Road

6.17

KeRRA/011/39/D293J1/10%/17/18-055

OPEN

Download
Notice

 

KISUMU CENTRAL CONSTITUENCY

UNCLS 2

Routine Maintenance of Kenya Breweries-Nyawita Road

1.50

KeRRA/011/39/UNCLS2/10%/17/18-046

OPEN

Download
Notice

URP27KSM

Routine Maintenance of Obunga-Kudho Pri-Metrological Houses

1.40

KeRRA/011/39/URP27/10%/17/18-048

WOMEN

Download
Notice

 

NYAKACH CONSTITUENCY

E220

Routine Maintenance of Katito-Awach Road

2.25

KeRRA/011/39/E220/10%/17/18-056

OPEN

Download
Notice

R13-Nyando

Routine Maintenance of Obuora-Chachi-Nyamarimba Road

5.04

KeRRA/011/39/R13/10%/17/18-057

YOUTH

Download
Notice

NYANDO CONSTITUENCY

E220

Routine Maintenance of Awach-Awasi Road

16.72

KeRRA/011/39/E220/10%/17/18-059

WOMEN

Download
Notice

 

SEME CONSTITUENCY

U_G62506

Routine Maintenance of Rodi-Nyamisri-Kaloka Road

5.2

KeRRA/011/39/U-G62506/10%/17/18-062

PWD

Download
Notice

 

Scope of Work

The scope of works shall be as described in the bid document.

 

Qualification for Tendering (Mandatory)

The following must be submitted together with the Tender among those in the Instructions to Tenderers in the tender document:

  1. Certified Copy of Certificate of Incorporation /Registration
  2. Certified copy of Valid Registration Certificate with National Construction Authority (NCA) in category NCA 8 & above & Practising Licenses from NCA
  3. Copy of Certificate of Valid Tax Compliance Verified from KRA website
  4. Certified copy of recent CR12 Form indicating Directors,Nationality,Shareholding & Copies of IDs for the Directors (Issued within the last 12 Months from the Tender Opening date)
  5. Certified copy of Valid Certificate of Registration for Access to Government Procurement Opportunities from the National Treasury for Youth, Women & Persons with Disability. Category-Small Works & Engineering. This is for Tenders Reserved for Special Groups
  6. Bidders shall sequentially serialize all pages of each tender submitted; failure to which the bidder shall be disqualified  
  7. Litigation History (Provide Sworn Affidavit-Should have been sworn within 3 months of the Tender Opening Date)

NOTE:

  • All Certifications of documents SHALL be original and executed by a Commissioner for Oaths or Notaries Public
  • Procurement shall be based on the Post-Qualification Method and the above details will be submitted with the priced bid
  • Firms participating under Youth, Women & Persons with Disability need not be Pre-Qualified
  • ONLY Bidders Pre-Qualified in either Categories B,C,D & E in the respective Constituency may tender
  • Bidders bidding for Bridge Works Tenders must be Pre-Qualified in Category B-Bridge Works in the respective Constituency
  • To enhance equity, Bidders may bid for more than two tenders in a Constituency pursuant to this tender notice in the Seven (7) Constituencies but can only be considered for two contracts in the entire region.
  • Bidders should deposit the documents in the correct Constituency Tender Boxes. Bids deposited in the wrong tender boxes will be returned unopened.
  • Other Requirements are as specified in the respective tender documents.

The Criteria of Evaluation of Bids

The Criteria shall be as described in the Tender Documents

                  

Pre-Tender Site Visit

Mandatory pre-tender site visit shall be held on the date & time as per the schedule below, starting at the indicated place. Every bidder shall be represented by one person who should come with a letter of introduction bearing a letter head from the company authorizing them to represent the company.

Constituency

Pre-Site Visit Date & Time

Meeting Point

Contact Person

Kisumu East

13th March 2018  @9:00am

Regional Office

R.Owuor

Kisumu Central

14th March 2018 @ 10:00 am

Regional Office

S.Chala

Kisumu West

15th March 2018 @ 9:00am

Regional Office

A.Abuto

Muhoroni

16th March 2018 @9:00am

Ahero Public Works Office

S.Chala

Nyakach

19th March 2018 @9:00am

Ahero Public Works Office

R.Owuor

Nyando

20th March 2018 @9:00am

Ahero Public Works Office

S.Chala

Seme

21st March 2018 @ 9:00am

Regional Office

S.Ayunga

Tender Documents

Interested eligible tenderers may obtain further information and inspect tender documents from Procurement Office, Kenya Rural Roads Authority-Kisumu Region as from 12th March 2018, during normal working hours.A complete set of tender documents may be obtained by interested tenderers form the Kenya Rural Roads Authority website www.kerra.go.ke free of charge or from Procurement Office-KeRRA Kisumu upon payment of a non- refundable fee of Kshs. 1,000 (One thousand shillings only) payable to Kenya Rural Roads Authority, KCB Account No.1114343196, Moi Avenue Branch. The Cash Deposit Slip must indicate the Name of the Contractor & the Region Number (Region No.25).

Bid Submission

Completed tender documents enclosed in separate plain sealed envelopes and clearly marked with the Tender Number, Tender Name should be addressed and sent to the address below :-

The Regional Manager,

Kenya Rural Roads Authority

P.O.Box 1448- 40100 Kisumu.

 

Or be deposited at the Tender Boxes for the Respective Constituency situated at KeRRA Regional Office, Mamboleo on or before 28th March 2018 at 11:00am at the KeRRA offices (Kisumu) boardroom. Thereafter, opening of the bids will take place at the same venue starting from 11:15 am in the presence of tenderers or their representatives who choose to attend. Late bids will not be accepted.

 

Procurement Officer

For: REGIONAL MANAGER

Kisumu Region

KISUMU REGIONAL OFFICE

TENDER NOTICE

ROUTINE MAINTENANCE OF ROADS IN KISUMU REGION FOR FINANCIAL YEAR 2017/2018

 

Thursday,14th JUNE 2018

The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility for the management, development, rehabilitation and maintenance of Rural Roads. The Authority invites bids from Eligible construction companies who are Prequalified in Kisumu Region & AGPO Registered Firms to bid for the Routine Maintenance of various Roads as listed below to be financed by the Government of Kenya through the GOK Development Fund for Financial Year 2017/2018

TENDER NAME

TENDER NUMBER

RESERVATIONS

PRE-TENDER SITE VISIT DATES/VENUE/TIME

Download

Routine Maintenance of Gita-Kaseta Road

KERRA/011/39/10%M/17/18-067

OPEN

Tuesday,19th June,2018.Dubai Complex Hotel @9:00am

Download

Routine Maintenance of Nyamasaria-Manyatta Road

KERRA/011/39/G.O.K/2-48-17|18-091

YWPD

Tuesday,19th June,2018.Dubai Complex Hotel @9:00am

Download

Routine Maintenance of Nyamasaria-Kibos Road

KERRA/011/39/G.O.K/2-48-17|18-092

OPEN

Tuesday,19th June,2018.Dubai Complex Hotel @9:00am

Download

Routine Maintenance of Osiepe-Ongadi Road

KERRA/011/39/G.O.K/2-48-17|18-093

YWPD

Tuesday,19th June,2018.Dubai Complex Hotel @9:00am

Download

Routine Maintenance of Chiga-Obuso Road

KERRA/011/39/D290/10%/17/18-049

YWPD

Tuesday,19th June,2018.Dubai Complex Hotel @9:00am

Download

Routine Maintenance of Kagwel-Beach-Komuga Road

KERRA/011/39/10%M/17/18-066

OPEN

Tuesday,19th June,2018.Holo Market Centre @9:00am

Download

Routine Maintenance of Kombewa Mkt-Nyamgum Pri.School Access

KERRA/011/39/G.O.K/2-48-17|18-089

OPEN

Tuesday,19th June,2018.Holo Market Centre @9:00am

Download

Routine Maintenance of Kombewa-Bodi Road

 KERRA/011/39/G.O.K/2-48-17|18-087

OPEN

Tuesday,19th June,2018.Holo Market Centre @9:00am

Download

Routine Maintenance of Holo-Lunga Kondik Road

KERRA/011/39/G.O.K/2-48-17|18-088

OPEN

Tuesday,19th June,2018.Holo Market Centre @9:00am

Download

Routine Maintenance of Konam-Reru Road

KERRA/011/39/G.O.K/2-48-17|18-086

OPEN

Tuesday,19th June,2018.Holo Market Centre @9:00am

Download

TENDER NAME

TENDER NUMBER

RESERVATIONS

PRE-TENDER SITE VISIT DATES/VENUE/TIME

Download

Routine Maintenance of Namba-Kapiyo Road

KERRA/011/39/G.O.K/2-48-17|18-085

YWPD

Tuesday,19th June,2018.Holo Market Centre @9:00am

Download

Routine Maintenance of Arito-Riat Road

KERRA/011/39/G.O.K/2-48-17|18-090

OPEN

Tuesday,19th June,2018.Holo Market Centre @9:00am

Download

Spot Improvement of R17 Ramba-Akala-Oseno Pri.School Road

 

OPEN

Tuesday,19th June,2018.Ndori Market Centre @3.30Pm

Download

Routine Maintenance of Nderma Paw-Akuche Road

KERRA/011/39/G.O.K/2-48-17|18-098

YWPD

Wednesday,20th June,2018.Kiboswa Junction @9.00am

Download

Routine Maintenance of URA11 Kombok-Dago Thim Road

KERRA/011/39/G.O.K/2-48-17|18-095

OPEN

Wednesday,20th June,2018.Kiboswa Junction @9.00am

Download

Routine Maintenance of Obambo-Ogal Road

KERRA/011/39/10%M/2-48-17|18-070

YWPD

Wednesday,20th June,2018.Kiboswa Junction @9.00am

Download

Routine Maintenance of Huma-Daraja Mbili Road

KERRA/011/39/GOK/2-48-17|18-100

OPEN

Wednesday,20th June,2018.Kiboswa Junction @9.00am

Download

Routine Maintenance of Kiboswa-Obede Road

KERRA/011/39/GOK/2-48-17|18-099

OPEN

Wednesday,20th June,2018.Kiboswa Junction @9.00am

Download

Routine Maintenance of Kiboswa-Bar Ogwal Road

KERRA/011/39/10%/17/18-052

OPEN

Wednesday,20th June,2018.Kiboswa Junction @9.00am

Download

Routine Maintenance of Ahero-Ojere Road

KERRA/011/39/GOK/2-48-17|18-103

OPEN

Wednesday,20th June,2018.Ahero Public Works Office @9.00am

Download

Routine Maintenance of Withur-Riat Road

KERRA/011/39/10%/17/18-060

YWPD

Wednesday,20th June,2018.Ahero Public Works Office @9.00am

Download

Routine Maintenance of Korowe-Nduru Road

KERRA/011/39/G.O.K/2-48-17|18-096

YWPD

Wednesday,20th June,2018.Ahero Public Works Office @9.00am

Download

Construction of Armco Culverts-Ahero Miwani/Chemelil-Oduwo/Lialango-Ombeyi

KERRA/011/39/10%M/17/18-074

OPEN

Thursday,21st June,2018.Ahero Public Works Office @9.00am

Download

Routine Maintenance of Koru-Fortenan Road Part A

KERRA/011/39/10%M/17/18-069

YWPD

Thursday,21st June,2018.Ahero Public Works Office @9.00am

Download

Routine Maintenance of Muhoroni Songhor Road

KERRA/011/39/10%M/17/18-071

OPEN

Thursday,21st June,2018.Ahero Public Works Office @9.00am

Download

Routine Maintenance of Othoo-Wangaya Road-Part A

KERRA/011/39/10%M/17/18-066

OPEN

Thursday,21st June,2018.Ahero Public Works Office @9.00am

Download

TENDER NAME

TENDER NUMBER

RESERVATIONS

PRE-TENDER SITE VISIT DATES/VENUE/TIME

Download

Routine Maintenance of Koru-Fortenan Road Part B

KERRA/011/39/GOK/17/18-102

OPEN

Thursday,21st June,2018.Ahero Public Works Office @9.00am

Download

Routine Maintenance of Othoo-Wangaya Road-Part B

KERRA/011/39/GOK/17/18-101

OPEN

Thursday,21st June,2018.Ahero Public Works Office @9.00am

Download

Routine Maintenance of Kongou-Sangorota Road

KERRA/011/39/G.O.K/2-48-17|18-094

OPEN

Thursday,21st June,2018.Katito Market Centre @9.00am

Download

Routine Maintenance of Sondu-Nyamarimba Road

KERRA/011/39/R13/10%/17/18-058

YWPD

Thursday,21st June,2018.Katito Market Centre @9.00am

Download

Routine Maintenance of Sango-Nyadima Road

KERRA/011/39/G.O.K/2-48-17|18-097

YWPD

Thursday,21st June,2018.Katito Market Centre @9.00am

Download

Routine Maintenance of Access Road To KERRA Office

KERRA/011/39/10%/17/18-047

OPEN

Friday,22nd June,2018.KeRRA Kisumu Regional Office @9.00am

Download

 

Scope of Work

The scope of works shall be as described in the bid document.

Qualification for Tendering (Mandatory)

The following must be submitted together with the Tender among those in the Instructions to Tenderers in the tender document:

  1. Certified Copy of Certificate of Incorporation /Registration
  2. Certified copy of Valid Registration Certificate with National Construction Authority (NCA) in category NCA 8 & above & Practising Licenses from NCA
  3. Copy of Certificate of Valid Tax Compliance Verified from KRA website
  4. Certified copy of recent CR12 Form indicating Directors,Nationality,Shareholding & Copies of IDs for the Directors (Issued within the last 12 Months from the Tender Opening date)
  5. Certified copy of Valid Certificate of Registration for Access to Government Procurement Opportunities from the National Treasury for Youth, Women & Persons with Disability. Category-Small Works & Engineering. This is for Tenders Reserved for Special Groups
  6. Bidders shall sequentially serialize all pages of each tender submitted; failure to which the bidder shall be disqualified  
  7. Litigation History (Provide Sworn Affidavit-Should have been sworn within 3 months of the Tender Opening Date)

NOTE:

  • All Certifications of documents SHALL be original and executed by a Commissioner for Oaths or Notaries Public
  • Procurement shall be based on the Post-Qualification Method and the above details will be submitted with the priced bid
  • Firms participating under Youth, Women & Persons with Disability need not be Pre-Qualified
  • ONLY Bidders Pre-Qualified in either Categories B,C,D & E in the respective Constituency may tender
  • To enhance equity, Bidders may bid for more than two tenders in a Constituency pursuant to this tender notice in the Seven (7) Constituencies but can only be considered for two contracts in the entire region.
  • Bidders should deposit the documents in the correct Constituency Tender Boxes. Bids deposited in the wrong tender boxes will be returned unopened.
  • Other Requirements are as specified in the respective tender documents.

 

The Criteria of Evaluation of Bids

The Criteria shall be as described in the Tender Documents

Tender Documents

Interested eligible tenderers may obtain further information and inspect tender documents from Procurement Office, Kenya Rural Roads Authority-Kisumu Region as from 19th June 2018, during normal working hours.A complete set of tender documents may be obtained by interested tenderers form the Kenya Rural Roads Authority website www.kerra.go.ke free of charge or from Procurement Office-KeRRA Kisumu upon payment of a non- refundable fee of Kshs. 1,000 (One thousand shillings only) payable to Kenya Rural Roads Authority, KCB Account No.1114343196, Moi Avenue Branch. The Cash Deposit Slip must indicate the Name of the Contractor & the Region Number (Region No.25).

Bid Submission

Completed tender documents enclosed in separate plain sealed envelopes and clearly marked with the Tender Number, Tender Name should be addressed and sent to the address below :-

The Regional Manager,

Kenya Rural Roads Authority

P.O.Box 1448- 40100 Kisumu.

Or be deposited at the Tender Boxes for the Respective Constituency situated at KeRRA Regional Office, Mamboleo on or before 27th June 2018 at 11:00am at the KeRRA offices (Kisumu) boardroom. Thereafter, opening of the bids will take place at the same venue starting from 11:15 am in the presence of tenderers or their representatives who choose to attend. Late bids will not be accepted.

Procurement Officer

For: REGIONAL MANAGER

KeRRA is ISO 9001: 2008 CERTIFIED

Opening up Rural Kenya

 

Kisumu Region

KISUMU REGIONAL OFFICE

TENDER NOTICE

ROUTINE MAINTENANCE OF ROADS IN KISUMU REGION FOR FINANCIAL YEAR 2018/2019

 

13th December 2018

The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility for the management, development, rehabilitation and maintenance of Rural Roads. The Authority invites bids from Eligible construction companies who are Prequalified in Kisumu Region & AGPO Registered Firms to bid for the Routine Maintenance of various Roads as listed below to be financed by the Government of Kenya through the RMLF Fund for Financial Year 2018/2019

CONSTITUENCY

PROJECT NAME

TENDER NUMBER

 

SITE VISIT DATE & VENUE

 

TARGET GROUP

Download
 

 

Muhoroni

 

 

20/12/2018

Ahero Public Works Office.

 

Download

1

 

Access To Cdf Office-Ngeny Road

KERRA/011/39/C853/22%/2-48-18|19-003     

YOUTHS

Download

2

 

Miwani – Chemason  Road

KERRA/011/39/C676/22%/2-48-18|19-004

PWD’S

Download

3

 

Kopere-Songhor Road

KERRA/011/39/C677/22%/2-48-18|19-005                                     

OPEN

Download

4

 

Lie Lango-Ombeyi Road

KERRA/011/39/C852/22%/2-48-18|19-006

OPEN

Download

5

 

Ombeyi - Masogo Road

KERRA/011/39/C852/22%/2-48-18|19-007

OPEN

Download

6

 

Masogo – Kibigori Road

KERRA/011/39/C852/22%/2-48-18|19-008

OPEN

Download

7

 

Ombeyi – Miwani Road

KERRA/011/39/C851/10%/2-48-18|19-048

YOUTHS

Download

8

 

Ahero–Ombeyi Road

KERRA/011/39/ C851/10%/2-48-18|19-049

OPEN

Download
 

KISUMU CENTRAL

PROJECT NAME

TENDER NUMBER

SITE VISIT DATE & VENUE

21/12/2018

REGIONAL OFFICE

 

TARGET GROUP

Download

1

 

Mamboleo Riat Road

KERRA/011/39/K11/22%/2-48-18|19-009

OPEN

Download

2

 

Migosi Jnct – Lolwe

KERRA/011/39/P206/22%/2-48-18|19-010

OPEN

Download

3

 

Otonglo-Riat Lower Road

KERRA/011/39/N26/22%/2-48-18|19-011

PWD’S

Download

4

 

Western Wigwa - Ring Road

KERRA/011/39/P308/22%/2-48-18|19-012

OPEN

Download

5

 

Kenya Breweries Nyawita Road

KERRA/011/39/P209/22%/2-48-18|19-013

OPEN

Download

6

 

Ogango-Star Hospital Road

KERRA/011/39/P243/22%/2-48-18|19-014

WOMEN

Download

7

 

Tako – Kapuothe Road

KERRA/011/39/P63/22%/2-48-18|19-015

YOUTHS

Download

8

 

Sewage – Riat Road

KERRA/011/39/P71/22%/2-48-18|19-016

YOUTHS

Download

9

 

Access To Kerra Offices Road

KERRA/011/39/P24/10%/2-48-18|19-047

YOUTHS

Download
 

 

NYAKACH

PROJECT NAME

TENDER NUMBER

SITE VISIT DATE & VENUE

19/12/2018

AHERO PUBLIC WORKS OFFICE

 

TARGET GROUP

Download

1

 

Obuora – Dirubi Road

KERRA/011/39/C758/22%/2-48-18|19-017

OPEN

Download

2

 

Dirubi -  Sondu Road

KERRA/011/39/C758/22%/2-48-18|19-018

WOMEN

Download

3

 

Pap Onditi – Bodi Road

KERRA/011/39/E6129/22%/2-48-18|19-019

OPEN

Download

4

 

Nyadima – Sangorota Road

KERRA/011/39/E6132/22%/2-48-18|19-020

OPEN

Download

5

 

Kanyamlori –Cherwa Road

KERRA/011/39/E6137/22%/2-48-18|19-021

YOUTHS

Download

6

 

Sango–Nyadima Road

KERRA/011/39/E6132/22%/2-48-18|19-022

PWD’S

Download

7

 

Nyamarimba -Jnc G1 Road

KERRA/011/39/C757/10%/2-48-18|19-023

Download
 

KISUMU EAST

PROJECT NAME

TENDER NUMBER

SITE VISIT DATE & VENUE 17/12/2018 REGIONAL OFFICE

 

TARGET GROUP

Download

1

 

Chiga-Obuso Road

KERRA/011/39/C853/22%/2-48-18|19-026            

OPEN

Download

2

 

Kibos-Chiga Road

KERRA/011/39/C853/22%/2-48-18|19-027

WOMEN

Download

3

 

End Of Slab-Kaseta Road

KERRA/011/39/N28/22%/2-48-18|19-028

OPEN

Download

4

 

Foerst-End Slab Road

KERRA /011/39/N28/22%/2-48-18|19-029

OPEN

Download

5

 

Carwash – Kibos Road

KERRA/011/39/C853/10%/2-48-18|19-030

OPEN

Download
 

KISUMU WEST

PROJECT NAME

TENDER NUMBER

SITE VISIT DATE & VENUE

17/12/2018 

REGIONAL OFFICE

 

TARGET GROUP

Download

1

 

Riat-Sinyolo-Kigadahi Road

KERRA/011/39/C853/22%/2-48-18|19-032

YOUTHS

Download

2

 

Riat-Nyahera Road

KERRA 011/39/D1893/22%/2-48-18|19-033

OPEN

Download

4

 

Chulaimbo-Maseno Road

KERRA /011/39/ F6084/22%/2-48-18|19-034

OPEN

Download

5

 

Kisian-Kaloka Road

KERRA/011/39/K13/22%/2-48-18|19-035                                     

OPEN

Download

6

 

Coptic - Kona Mbaya Road

KERRA/011/39/G93187/10%/2-48-18|19-036

WOMEN

Download
 

 

SEME

PROJECT NAME

TENDER NUMBER

SITE VISIT DATE & VENUE

18/12/2018 HOLO MARKET

 

TARGET GROUP

Download

1

 

Akado – Kolwenyo  Road

KERRA/011/39/E6124/22%/2-48-18|19-039

OPEN

Download

2

 

Korumba – Kawega

KERRA/011/39/F6082/22%/2-48-18|19-040

WOMEN

Download

3

 

Orengo-Okiro-Agwanya Road

KERRA/011/39/G62425/22%/2-48-18|19-041

OPEN

Download

4

 

Kit Mikayi - Lunga Pri Sch Road

KERRA/011/39/G62437/22%/2-48-18|19-042

YOUTHS

Download
 

 

NYANDO

PROJECT NAME

TENDER NUMBER

SITE VISIT DATE & VENUE

21/12/2018 AHERO PUBLIC WORKS

  Download

1

 

Lake Victoria – Riat Road

KERRA/011/39/ C851/22%/2-48-18|19-050

PWD’S

Download

2

 

Riat–Ahero Road

KERRA/011/39/C851/22%/2-48-18|19-051

OPEN

Download

3

 

Korowe – Withur Road

KERRA/011/39/ C854/22%/2-48-18|19-052

YOUTHS

Download

4

 

Withur–Nyangande Road

KERRA/011/39/ C854/22%/2-48-18|19-053

YOUTHS

Download

5

 

Awach Awasi Road

KERRA/011/39/D1887/22%/2-48-18|19-054

PWD’S

Download

6

 

Othoo - Oriedo - Magendo Road

KERRA/011/39/E6135/22%/2-48-18|19-055

OPEN

Download

7

 

Ranjira Nur  Sch-Okana Nam Road

KERRA/011/39/G62841/22%/2-48-18|19-056

OPEN

Download

8

 

Wangneno - Olasi – Kapserok Road

KERRA/011/39/G63185/22%/2-48-18|19-057

OPEN

Download

9

 

Rabuor-Withur Road

KERRA/011/39/G62850/10%/2-48-18|19-060

PWD’S

Download

Scope of Work

The scope of works shall be as described in the bid document.

Qualification for Tendering (Mandatory)

The following must be submitted together with the Tender among those in the Instructions to Tenderers in the tender document:

  1. Certified Copy of Certificate of Incorporation /Registration
  2. Certified copy of Valid Registration Certificate with National Construction Authority (NCA) in category NCA 8 & above & Practising Licenses from NCA
  3. Copy of Certificate of Valid Tax Compliance Verified from KRA website
  4. Certified copy of recent CR12 Form indicating Directors,Nationality,Shareholding & Copies of IDs for the Directors (Issued within the last 12 Months from the Tender Opening date)
  5. Certified copy of Valid Certificate of Registration for Access to Government Procurement Opportunities from the National Treasury for Youth, Women & Persons with Disability. Category-Small Works & Engineering. This is for Tenders Reserved for Special Groups
  6. Bidders shall sequentially serialize all pages of each tender submitted; failure to which the bidder shall be disqualified  
  7. Litigation History (Provide Sworn Affidavit-Should have been sworn within 3 months of the Tender Opening Date)

NOTE:

  • All Certifications of documents SHALL be original and executed by a Commissioner for Oaths or Notaries Public
  • Procurement shall be based on the Post-Qualification Method and the above details will be submitted with the priced bid
  • Firms participating under Youth, Women & Persons with Disability need not be Pre-Qualified
  • ONLY Bidders Pre-Qualified in either Categories B,C,D & E in the respective Constituency may tender
  • Bidders should deposit the documents in the correct Constituency Tender Boxes. Bids deposited in the wrong tender boxes will be returned unopened.
  • Other Requirements are as specified in the respective tender documents.

 

The Criteria of Evaluation of Bids

The Criteria shall be as described in the Tender Documents

Tender Documents

Interested eligible tenderers may obtain further information and inspect tender documents from Procurement Office, Kenya Rural Roads Authority-Kisumu Region as from 17th December 2018, during normal working hours.A complete set of tender documents may be obtained by interested tenderers form the Kenya Rural Roads Authority website www.kerra.go.ke free of charge or from Procurement Office-KeRRA Kisumu upon payment of a non- refundable fee of Kshs. 1,000 (One thousand shillings only) payable to Kenya Rural Roads Authority, KCB Account No.1114343196, Moi Avenue Branch. The Cash Deposit Slip must indicate the Name of the Contractor & the Region Number (Region No.25).

Pre tender site visit

Mandatory pre tender site visit shall be held on the date and time as per schedule above, starting at the indicated place 9.00am.

Bid Submission

Completed tender documents enclosed in separate plain sealed envelopes and clearly marked with the Tender Number, Tender Name should be addressed and sent to the address below :-

The Regional Manager,

Kenya Rural Roads Authority

P.O.Box 1448- 40100 Kisumu.

Or be deposited at the Tender Boxes for the Respective Constituency situated at KeRRA Regional Office, Mamboleo on or before 8th January 2019 at 11:00am at the KeRRA offices (Kisumu) boardroom. Thereafter, opening of the bids will take place at the same venue starting from 11:15 am in the presence of tenderers or their representatives who choose to attend. Late bids will not be accepted.Procurement Officer

For: REGIONAL MANAGER

KeRRA is ISO 9001: 2008 CERTIFIED

Opening up Rural Kenya

 

Kisumu Region

Tender Notice

INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS

The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.

Bids are invited from contractors who are pre-qualified in the respective Constituencies in KeRRA Kisumu Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under GOK Savings Funds for FY 2019-20.

 

              S/No.

ROAD NAME AND CONTRACT NO

Work Category

Pre-tender site visit date

Contract Type

Download

KISUMU EAST CONSTITUENCY

1

MOWLEM-RAGUMO(P238) ROAD

KeRRA/011/39/P238/KSM/EAST/GOK(S)/2-48-19/20-128

C

Bidders to arrange own visit

General

Download

2

MANYATTA-CHIGA(N29) ROAD

KeRRA/011/39/N29/KSM/EAST/GOK(S)/2-48-19/20-123

C

Bidders to arrange own visit

General

Download

3

KIBOS-ANGOLA-RABUOR(P238) ROAD

KeRRA/011/39/P238/KSM/EAST/GOK(S)/2-48-19/20-124

C

Bidders to arrange own visit

Women

Download

KISUMU WEST CONSTITUENCY

1

KISIAN-ROTA(P78) ROAD

KeRRA/011/39/P78/KSM/WEST/GOK(S)/2-48-19/20-121

C

Bidders to arrange own visit

PWD

Download

2

KISIAN-KALOKA(K13) ROAD

KeRRA/011/39/K13/KSM/WEST/GOK(S)/2-48-19/20-122

C

Bidders to arrange own visit

General

Download

 

KISUMU CENTRAL CONSTITUENCY

1

MAMBOLEO-RIAT(K11) ROAD

KeRRA/011/39/K11/KSM/CENTRAL/GOK(S)/2-48-19/20-125

C

Bidders to arrange own visit

General

Download

SEME CONSTITUENCY

1

KOMBEWA-KORUMBA(F6082) ROAD

KeRRA/011/39/F6082/KSM/SEME/GOK(S)/2-48-19/20-126

C

Bidders to arrange own visit

Youth

Download

2

KORUMBA-KAWEGA(F6082) ROAD

KeRRA/011/39/F6082/KSM/SEME/GOK(S)/2-48-19/20-127

C

Bidders to arrange own visit

General

Download

 

INSTRUCTIONS TO TENDERES

 

  1. Bidders who are prequalified in respective work category and Constituencies may tender
  2. 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.
  3. Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria are outlined in the Bid document.
  4. Bidders participating under Youth, Women or Persons with Disability Must attach certified copies of their registration certificates issued by National Treasury.
  5. Due to Covid19 Pandemic and consequently the Presidential directives issued, there shall be no Pre tender site visits arranged by the authority. However, bidders are encouraged to make personal arrangement to acquaint themselves with the sites before submission of bids.
  1. You MUST attach the following copies of MANDATORY requirements:
  • Certified Certificate of incorporation (by commissioner of oaths)
  • Valid Registration certificate with National Construction Authority (NCA) NCA 8 and above.
  • Valid and Current Practicing License with National Construction Authority (NCA)
  • VAT & PIN Certificate
  • Valid Tax Compliance Certificate (To be verified from the KRA TCC Checker)
  • Dully filled and stamped form of tender
  • Dully filled confidential business questionnaire
  • Certified current and valid Certificates of Registration from the National Treasury and copies of National Identification cards for the directors for Youth, Women and People with Disability for those bidding for roads in that category
  • Recent/Current CR12 generated forms for the last 12 months indicating Directors, Nationality, shareholding
  • Provide litigation history (sworn affidavit), certificates and CV’S of key personnel, experience in similar works (in scope and amount) as per the evaluation criteria in the tender document,
  • Bank statements in the name of the firm for the last three months from the date of tender for the General tenders and Proof of bank account in the name of the firm for reserved tenders
  • A bidder may bid for more than one tender in the region, but will only be considered for two contracts in the entire region, but in different constituencies.
  • Bidders MUST serialize all the pages of their tender documents.
  • Bidders MUST provide all the information required as per the tender document.
  • Prices quoted must remain valid for One Hundred and Twenty (120 days) from the tender opening date.
  • Bidders who do not meet any of the above conditions will NOT be considered for award for any contract.
  1. Other qualification requirements are as outlined in the Tender Document.
  1. Bidders are requested to continually check the KeRRA website www.kerra.go.ke for any tender addenda or clarifications that may arise before submission date.
  1. Bidders are requested to submit the Tender Document as it is uploaded in the website.

Interested eligible bidders will download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke from Tuesday 4th May, 2021.

Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:

                                     

Regional Director - Roads,

Kenya Rural Roads Authority,

P.O. Box 1448-40100

KISUMU

All filled and sealed tenders MUST be submitted not later than 10.00 am on or before Thursday 13th May, 2021 and deposited in the Tender Boxes of the respective constituencies located at the Kisumu Regional Office in Kisumu County, Mamboleo Office.

Due to Covid-19 Pandemic and MOH guidelines on social distancing, opening of the tenders will take place immediately thereafter at Kisumu Regional Office in the presence of the first Twenty (20) contractors to arrive.

NB: Canvassing by tenderers will lead to automatic disqualification.

Eng. K. A. Ochieng

Regional Director

KISUMU REGION

 

KISUMU REGION SPECIAL FUNDS -F/Y 2020-21

Downlaod Tender Notice Here

Downoad Addedum Notice 1 Here

 

KENYA RURAL ROADS AUTHORITY

Tel: 055-22003/22004                                                                                                                                      Regional Director

                    055-22003/22004                                                                                                                                       Mamboleo Regional Office

        Email: This email address is being protected from spambots. You need JavaScript enabled to view it./ This email address is being protected from spambots. You need JavaScript enabled to view it.                                                                                               P.O. Box 1448-40100

Website: www.kerra.go.ke                                                                                                                                   Kisumu, KENYA

Fax: 2710442                                                                                                                                                                                                                                                                                                         

 

                                                                                                                                                                                                                      30th April, 2021                                                                          

TENDER NOTICE

INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS

 

The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.

Bids are invited from contractors who are pre-qualified in the respective Constituencies in KeRRA Kisumu Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under GOK, 10%CS & AIA Funds for FY 2020-21.

 

 

              S/No.

ROAD NAME AND CONTRACT NO

Work Category

Pre-tender site visit date

Contract Type

KISUMU EAST CONSTITUENCY

1

KIBOS-KUNYA-TIDO B (P257) ROAD

KeRRA/011/39/P257/KSM/EAST/GOK/2-48-20/21-072

C

Bidders to arrange own visit

General

2

KIBOS-NYAMASARIA B (P297) ROAD

KeRRA/011/39/P297/KSM/EAST/GOK/2-48-20/21-073

C

Bidders to arrange own visit

General

3

ORONGO-NYAMWARE B (F6091) ROAD

KeRRA/011/39/F6091/KSM/EAST/GOK/2-48-20/21-074

C

Bidders to arrange own visit

Women

4

TIDO-MBEME B (P325) ROAD

KeRRA/011/39/P325/KSM/EAST/GOK/2-48-20/21-081

C

Bidders to arrange own visit

General

5

ANGIRA SCH-MAMBOLEO(C674) ROAD

KeRRA/011/39/C674/KSM/EAST/10%CS/2-48-20/21-083

C

Bidders to arrange own visit

Youth

6

OGANGO SCH-GLORY SCH-MBEME SCH(P325) ROAD

KeRRA/011/39/P325/KSM/EAST/10%CS/2-48-20/21-082

C

Bidders to arrange own visit

General

MUHORONI CONSTITUENCY

1

MUHORONI-TAMU(C677) ROAD

KeRRA/011/39/C677/KSM/MUHORONI/AIA/2-48-20/21-054

C

Bidders to arrange own visit

General

2

NGERE-KAGORO(G63238) ROAD

KeRRA/011/39/G63238/KSM/MUHORONI/AIA/2-48-20/21-080

C

Bidders to arrange own visit

Women

3

NYANGOTO-MITANDO A (G63198) ROAD

KeRRA/011/39/G63198/KSM/MUHORONI/GOK/2-48-20/21-075

C

Bidders to arrange own visit

General

4

NYANGOTO-MITANDO B (G63198) ROAD

KeRRA/011/39/G63198/KSM/MUHORONI/GOK/2-48-20/21-076

C

Bidders to arrange own visit

General

 

KISUMU CENTRAL CONSTITUENCY

1

ACCESS TO UZIMA UNIVERSITY(K11) ROAD

KeRRA/011/39/K11/KSM/CENTRAL/AIA/2-48-20/21-053

C

Bidders to arrange own visit

General

SEME CONSTITUENCY

1

BODI-ALWALA A(G62410) ROAD

KeRRA/011/39/G62410/KSM/SEME/GOK/2-48-20/21-067

C

Bidders to arrange own visit

General

2

BODI-ALWALA B(G62410) ROAD

KeRRA/011/39/G62410/KSM/SEME/GOK/2-48-20/21-077

C

Bidders to arrange own visit

PWD

3

HOLO-EKWANDA(G93234) ROAD

KeRRA/011/39/G93234/KSM/SEME/10%CS/2-48-20/21-066

C

Bidders to arrange own visit

General

NYAKACH CONSTITUENCY

1

KATITO-MAGUNGA A (G63161) ROAD

KeRRA/011/39/G63161/KSM/NYAKACH/GOK/2-48-20/21-079

C

Bidders to arrange own visit

General

2

KATITO-MAGUNGA B (G63161) ROAD

KeRRA/011/39/G63161/KSM/NYAKACH/GOK/2-48-20/21-078

C

Bidders to arrange own visit

Youth

 

INSTRUCTIONS TO TENDERES

 

  1. Bidders who are prequalified in respective work category and Constituencies may tender.
  1. 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.
  1. Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria are outlined in the Bid document.
  1. Bidders participating under Youth, Women or Persons with Disability Must attach certified copies of their registration certificates issued by National Treasury.
  1. Due to Covid19 Pandemic and consequently the Presidential directives issued, there shall be no Pre tender site visits arranged by the authority. However, bidders are encouraged to make personal arrangement to acquaint themselves with the sites before submission of bids.
  1. You MUST attach the following copies of MANDATORY requirements:
  • Certified Certificate of incorporation (by commissioner of oaths)
  • Valid Registration certificate with National Construction Authority (NCA) NCA 8 and above.
  • Valid and Current Practicing License with National Construction Authority (NCA)
  • VAT & PIN Certificate
  • Valid Tax Compliance Certificate (To be verified from the KRA TCC Checker)
  • Dully filled and stamped form of tender
  • Dully filled confidential business questionnaire
  • Certified current and valid Certificates of Registration from the National Treasury and copies of National Identification cards for the directors for Youth, Women and People with Disability for those bidding for roads in that category
  • Recent/Current CR12 generated forms for the last 12 months indicating Directors, Nationality, shareholding
  • Provide litigation history (sworn affidavit), certificates and CV’S of key personnel, experience in similar works (in scope and amount) as per the evaluation criteria in the tender document,
  • Bank statements in the name of the firm for the last three months from the date of tender for the General tenders and Proof of bank account in the name of the firm for reserved tenders
  • A bidder may bid for more than one tender in the region, but will only be considered for two contracts in the entire region, but in different constituencies.
  • Bidders MUST serialize all the pages of their tender documents.
  • Bidders MUST provide all the information required as per the tender document.
  • Prices quoted must remain valid for One Hundred and Twenty (120 days) from the tender opening date.
  • Bidders who do not meet any of the above conditions will NOT be considered for award for any contract.
  • Bidders are requested to submit the Tender Document as it is uploaded in the website.
  1. Other qualification requirements are as outlined in the Tender Document.
  1. Bidders are requested to continually check the KeRRA website www.kerra.go.ke for any tender addenda or clarifications that may arise before submission date.
  1. Bidders are requested to submit the Tender Document as it is uploaded in the website.

Interested eligible bidders will download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke from Tuesday, 4th May, 2021.

Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:

                                     

Regional Director - Roads,

Kenya Rural Roads Authority,

P.O. Box 1448-40100

KISUMU

All filled and sealed tenders MUST be submitted not later than 10.00 am on or before Thursday 13th May, 2021 and deposited in the Tender Boxes of the respective constituencies located at the Kisumu Regional Office in Kisumu County, Mamboleo Office.

Due to Covid-19 Pandemic and MOH guidelines on social distancing, opening of the tenders will take place immediately thereafter at Kisumu Regional Office in the presence of the first Twenty (20) contractors to arrive.

NB: Canvassing by tenderers will lead to automatic disqualification.

 

 

Eng. K. A. Ochieng

Regional Director

KISUMU REGION

 

KISUMU REGION 10% RMLF Funds FY 2023-2024

KENYA RURAL ROADS AUTHORITY

           Tel: 020-200157                                                                                                                                                                                                                Regional Director

                                                                                                                                                                                                                                  Mamboleo Regional Office

           Email: This email address is being protected from spambots. You need JavaScript enabled to view it.                                                                                                                                                                           P.O. Box 1448-40100

           Website: www.kerra.go.ke                                                                                                                                        Kisumu, KENYA

                                                 

 

                                                                                                                                                       18th October, 2023                

TENDER NOTICE

INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS 

 

The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.

Bids are invited from contractors who are pre-qualified for YR 2023-2025 in the respective Constituencies in KeRRA Kisumu Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under 10% RMLF Funds.

 DOWNLOAD ADVERT HERE

 

     S/No.

ROAD NAME AND CONTRACT NO

Work

Category

Pre-tender site visit date

Contract Type

KISUMU CENTRAL CONSTITUENCY

1.

P24_Kisumu:ACCESS TO KERRA- UZIMA UNIVERSITY ROAD

KERRA/008/39/KSM/10% RMLF for CRC/KSM CENTRAL/2-48-23|24-024

C

23rd October, 2023

General

2.

P212_Kisumu:EZRA GUMBE – MAMBOLEO ROAD

KERRA/008/39/KSM/10% RMLF for CRC/KSM CENTRAL/2-48-23|24-025

N/A

23rd October, 2023

Women

3.

P63_Kisumu: JOEL OMINO PRI.- KATUORO- SHAKEEL FOOTBRIDGE ROAD

KERRA/008/39/KSM/10% RMLF for CRC/KSM CENTRAL/2-48-23|24-026

C

23rd October, 2023

General

4.

P206_Kisumu: OBUNGA – KUDHO ROAD

KERRA/008/39/KSM/10% RMLF for CRC/KSM CENTRAL/2-48-23|24-027

C

23rd October, 2023

General

5.

P71_Kisumu:TOYOTA KENYA BANDANI ROAD

KERRA/008/39/KSM/10% RMLF for CRC/KSM CENTRAL/2-48-23|24-028

N/A

23rd October, 2023

Youth

KISUMU EAST CONSTITUENCY

1.

C852: CHIGA - LIE LANGO ROAD

KERRA/008/39/KSM/10% RMLF for CRC/KSM EAST/2-48-23|24-007

C

23rd October, 2023

General

2.

C853: KIBOS – CHIGA ROAD

KERRA/008/39/KSM/10% RMLF for CRC/KSM EAST/2-48-23|24-008

N/A

23rd October, 2023

Youth

3.

P238_Kisumu: KIBOS- ANGOLA- RABUOR ROAD

KERRA/008/39/KSM/10% RMLF for CRC/KSM EAST/2-48-23|24-009

N/A

23rd October, 2023

Women

4.

P297_Kisumu: D290 – NYAMASARIA ROAD

KERRA/008/39/KSM/10% RMLF for CRC/KSM EAST/2-48-23|24-010

C

23rd October, 2023

General

KISUMU WEST CONSTITUENCY

1.

D1593: KIBOSWA- DARAJA MBILI ROAD

KERRA/008/39/KSM/10% RMLF for CRC/KSM WEST/2-48-23|24-073

C

23rd October, 2023

General

2.

D1801: RIAT -SINYOLO-KIGADAHI ROAD

KERRA/008/39/KSM/10% RMLF for CRC/KSM WEST/2-48-23|24-074

C

23rd October, 2023

General

3.

P102_Kisumu: KIBOSWA OBEDE- DAGO ROAD

KERRA/008/39/KSM/10% RMLF for CRC/KSM WEST/2-48-23|24-075

C

23rd October, 2023

General

4.

G62511: DARAJA MBILI- HUMA ROAD

KERRA/008/39/KSM/10% RMLF for CRC/KSM WEST/2-48-23|24-076

N/A

23rd October, 2023

Women

5.

P109_Kisumu: DAGO ULALO ROAD

KERRA/008/39/KSM/10% RMLF for CRC/KSM WEST/2-48-23|24-077

C

23rd October, 2023

General

MUHORONI CONSTITUENCY

1.

C851: OMBEYI – MIWANI ROAD

KERRA/008/39/KSM/10% RMLF for CRC/MUHORONI/2-48-23|24-059

N/A

24th October, 2023

Persons With Disability

2.

C851: AHERO – OMBEYI ROAD

KERRA/008/39/KSM/10% RMLF for CRC/MUHORONI/2-48-23|24-060

C

24th October, 2023

General

3.

C852: OMBEYI – MASOGO ROAD

KERRA/008/39/KSM/10% RMLF for CRC/MUHORONI/2-48-23|24-061

C

24th October, 2023

General

4.

C852: MASOGO – KIBIGORI ROAD

KERRA/008/39/KSM/10% RMLF for CRC/MUHORONI/2-48-23|24-062

N/A

24th October, 2023

Women

5.

C677: MUHORONI- SONGHOR ROAD

KERRA/008/39/KSM/10% RMLF for CRC/MUHORONI/2-48-23|24-063

C

24th October, 2023

General

NYAKACH CONSTITUENCY

1.

C757: NYAMARIMBA –OBOCH ROAD

KERRA/008/39/KSM/10% RMLF for CRC/NYAKACH/2-48-23|24-036

N/A

24th October, 2023

Youth

2.

C757: KOLWENY -MBUGRA-NYAMARIMBA ROAD

KERRA/008/39/KSM/10% RMLF for CRC/NYAKACH/2-48-23|24-037

N/A

24th October, 2023

Women

3.

C758: OBUORA – DIRUBI ROAD

KERRA/008/39/KSM/10% RMLF for CRC/NYAKACH/2-48-23|24-038

C

24th October, 2023

General

4.

C758: NYAMARIMBA – OBUORA ROAD

KERRA/008/39/KSM/10% RMLF for CRC/NYAKACH/2-48-23|24-039

C

24th October, 2023

General

NYANDO CONSTITUENCY

1.

C851: RIAT – AHERO ROAD

KERRA/008/39/KSM/10% RMLF for CRC/NYANDO/2-48-23|24-046

N/A

24th October, 2023

Youth

2.

C851: LAKE VICTORIA – RIAT ROAD

KERRA/008/39/KSM/10% RMLF for CRC/NYANDO/2-48-23|24-047

C

24th October, 2023

General

3.

C854: KOROWE – NYANGANDE ROAD

KERRA/008/39/KSM/10% RMLF for CRC/NYANDO/2-48-23|24-048

C

24th October, 2023

General

4.

C854: POMBO- NYAMRUNDU ROAD

KERRA/008/39/KSM/10% RMLF for CRC/NYANDO/2-48-23|24-049

C

24th October, 2023

General

SEME CONSTITUENCY

1.

C800: OTWERO PRI.- AWACH ROAD

KERRA/008/39/KSM/10% RMLF for CRC/SEME/2-48-23|24-086

N/A

25th October, 2023

Persons With Disability

2.

F6082: BODI - ASAT BEACH ROAD

KERRA/008/39/KSM/10% RMLF for CRC/SEME/2-48-23|24-087

N/A

25th October, 2023

Youth

3.

G62384: KOLWEYO – HARAMBEE ROAD

KERRA/008/39/KSM/10% RMLF for CRC/SEME/2-48-23|24-088

N/A

25th October, 2023

Women

4.

G62410: BODI – ALWALA ROAD

KERRA/008/39/KSM/10% RMLF for CRC/SEME/2-48-23|24-089

C

25th October, 2023

General

5.

G62499: OGAL- HOLO( NYAGUDA- KALOKA) ROAD

KERRA/008/39/KSM/10% RMLF for CRC/SEME/2-48-23|24-090

C

25th October, 2023

General

6.

G62429: KOMBEWA- ASOL ROAD

KERRA/008/39/KSM/10% RMLF for CRC/SEME/2-48-23|24-091

C

25th October, 2023

General

INSTRUCTIONS TO TENDERERS

 

  1. Bidders are advised to give the correct email addresses to ease communication regarding the tendering process.
  1. Bidders who are prequalified in respective work category and Constituencies may tender.
  1. The scope of works for various contracts are as stipulated in Tender Documents and in the pre-qualification work categories that have been outlined above.
  1. Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria are outlined in the Bid document.
  1. Bidders participating under Youth, Women or Persons with Disability Must attach certified copies of their registration certificates issued by National Treasury.
  1. Bidders are required to attach all Company MANDATORY requirements:
  2. Other qualification requirements are as outlined in the Tender Document & company statutory requirements.
  1. Bidders are requested to continually check the KeRRA website kerra.go.ke & Public Procurement Information Portal for any addenda or clarifications that may arise before submission date.
  1. All the Bidders are expected to converge at the KeRRA KISUMU Regional Office, Mamboleo by 9.00 am for the Pre-tender site visit briefings on the material day as scheduled on the advertisement notice above.

Interested eligible bidders can download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke and the Public Procurement Information Portal(PPIP) from Monday 23rd October, 2023.

Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:

                                      

Regional Director - Roads,

Kenya Rural Roads Authority,

P.O. Box 1448-40100

KISUMU

 All filled and sealed tenders MUST be submitted not later than 10.00 am on or before Wednesday 1st November, 2023 and deposited in the Tender Boxes of the respective constituencies located at the Kisumu Regional Office in Kisumu County, Mamboleo Office.

Opening of the Tenders will take place immediately thereafter at the Kisumu Regional Office in the presence of bidders and/or their representatives.

 

NB: Canvassing by tenderers will lead to automatic disqualification.

 

Eng. K. A. Ochieng

Regional Director

KISUMU REGION

KISUMU REGION 10% RMLF SAVINGS Funds FY 2022-2023

KENYA RURAL ROADS AUTHORITY

           Tel: 020-200157                                                                                                                                                                                                                Regional Director

                                                                                                                                                                                                                                  Mamboleo Regional Office

           Email: This email address is being protected from spambots. You need JavaScript enabled to view it.                                                                                                                                                                           P.O. Box 1448-40100

           Website: www.kerra.go.ke                                                                                                                                        Kisumu, KENYA

                                                 

 

                                                                                                                                                       18th October, 2023                

TENDER NOTICE

INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS 

 

The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.

Bids are invited from contractors who are pre-qualified for YR 2023-2025 in the respective Constituencies in KeRRA Kisumu Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under 10% Savings Funds.

 DOWNLOAD ADVERT HERE

 

     S/No.

ROAD NAME AND CONTRACT NO

Work

Category

Pre-tender site visit date

Contract Type

KISUMU EAST CONSTITUENCY

1.

P238_Kisumu: KIBOS- ANGOLA- RABUOR ROAD

KERRA/008/39/KSM/10%SAVINGS/KSM EAST/2-48-22|23-081

N/A

23rd October, 2023

Youth

SEME CONSTITUENCY

1.

G62371: RERU – OPAPLA ROAD

KERRA/008/39/KSM/10%SAVINGS/SEME/2-48-22|23-086

N/A

25th October, 2023

Women

NYAKACH CONSTITUENCY

1.

E6129: PAP ONDITI- BODI ROAD

KERRA/008/39/KSM/10%SAVINGS/NYAKACH/2-48-22|23-089

C

24th October, 2023

General

MUHORONI CONSTITUENCY

1.

C851: AHERO- OMBEYI ROAD

KERRA/008/39/KSM/10%SAVINGS/MUHORONI/2-48-22|23-090

C

24th October, 2023

General

NYANDO CONSTITUENCY

1.

C854: KOROWE- WITHUR ROAD

KERRA/008/39/KSM/10%SAVINGS/NYANDO/2-48-22|23-091

C

24th October, 2023

General

KISUMU WEST CONSTITUENCY

1.

D1801: RIAT -SINYOLO-KIGADAHI ROAD

KERRA/008/39/KSM/10%SAVINGS/KSM WEST/2-48-22|23-099

C

23rd October, 2023

General

KISUMU CENTRAL CONSTITUENCY

1.

P308_Kisumu: JOEL OMINO PRI.- KATWORO ROAD

KERRA/008/39/KSM/10%SAVINGS/KSM CENTRAL/2-48-22|23-100

N/A

23rd October, 2023

Persons With Disability

INSTRUCTIONS TO TENDERERS

 

  1. Bidders are advised to give the correct email addresses to ease communication regarding the tendering process.
  1. Bidders who are prequalified in respective work category and Constituencies may tender.
  1. The scope of works for various contracts are as stipulated in Tender Documents and in the pre-qualification work categories that have been outlined above.
  1. Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria are outlined in the Bid document.
  1. Bidders participating under Youth, Women or Persons with Disability Must attach certified copies of their registration certificates issued by National Treasury.
  1. Bidders are required to attach all Company MANDATORY requirements:
  2. Other qualification requirements are as outlined in the Tender Document & company statutory requirements.
  1. Bidders are requested to continually check the KeRRA website kerra.go.ke & Public Procurement Information Portal for any addenda or clarifications that may arise before submission date.
  1. All the Bidders are expected to converge at the KeRRA KISUMU Regional Office, Mamboleo by 9.00 am for the Pre-tender site visit briefings on the material day as scheduled on the advertisement notice above.

Interested eligible bidders can download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke and the Public Procurement Information Portal(PPIP) from Monday 23rd October, 2023.

Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:

                                      

Regional Director - Roads,

Kenya Rural Roads Authority,

P.O. Box 1448-40100

KISUMU

 All filled and sealed tenders MUST be submitted not later than 10.00 am on or before Wednesday 1st November, 2023 and deposited in the Tender Boxes of the respective constituencies located at the Kisumu Regional Office in Kisumu County, Mamboleo Office.

Opening of the Tenders will take place immediately thereafter at the Kisumu Regional Office in the presence of bidders and/or their representatives.

 

NB: Canvassing by tenderers will lead to automatic disqualification.

 

Eng. K. A. Ochieng

Regional Director

KISUMU REGION

KISUMU REGION 10%CS & GOK TENDERS

                                                                                                                                                       21st August, 2023                

TENDER NOTICE

INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS 

 

The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.

Bids are invited from contractors who are pre-qualified for YR 2021-2023 in the respective Constituencies in KeRRA Kisumu Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under 10%CS & GOK Funds.

 

 

     S/No.

ROAD NAME AND CONTRACT NO

Work

Category

Pre-tender site visit date

Contract Type

1.

G62398: KINDU- RAPOGI- RERU ROAD

KERRA/008/39/KSM/10% CS/SEME/2-48-22|23-071

N/A

Thursday, 24th August, 2023

Persons With Disability

2.

G62364: RAMUYA- NYAUNDI- KONDIGO ROAD

KERRA/008/39/KSM/10% CS/SEME/2-48-22|23-072

N/A

Thursday, 24th August, 2023

Youth

3.

C800: SANDAKI - KONDIK(OPASI- OTWERO PRIMARY ACCESS) ROAD

KERRA/008/39/KSM/10% CS/SEME/2-48-22|23-073

C

Thursday, 24th August, 2023

General

4.

C800: KONDIK – ANGWAYA ROAD

KERRA/008/39/KSM/GOK/SEME/2-48-22|23-074

C

Thursday, 24th August, 2023

General

5.

F6082: KORUMBA(AROM) – KAWEGA ROAD

KERRA/008/39/KSM/GOK/SEME/2-48-22|23-075

C

Thursday, 24th August, 2023

General

6.

G62425: KOWE- AGWAYA ROAD

KERRA/008/39/KSM/GOK/SEME/2-48-22|23-076

C

Thursday, 24th August, 2023

General

7.

G62437: KITMIKAYI- GOT ODONGO ROAD

KERRA/008/39/KSM/GOK/SEME/2-48-22|23-077

N/A

Thursday, 24th August, 2023

Women

8.

G62429: ASOL- RATA ROAD

KERRA/008/39/KSM/GOK/SEME/2-48-22|23-078

C

Thursday, 24th August, 2023

General

9.

F6082: KAWEGA - ASAT BEACH(BODI- ALUNGO)  ROAD

KERRA/008/39/KSM/GOK/SEME/2-48-22|23-079

C

Thursday, 24th August, 2023

General

10.

N28: GOT NYABONDO- ST.JOHN ORIANG ROAD

KERRA/008/39/KSM/GOK/KSM EAST/2-48-22|23-080

C

Friday, 25th August, 2023

General

INSTRUCTIONS TO TENDERES

 

  1. Bidders are advised to give the correct email addresses to ease communication regarding the tendering process.
  1. Bidders who are prequalified in respective work category and Constituencies may tender.
  1. The scope of works for various contracts are as stipulated in Tender Documents and in the pre-qualification work categories that have been outlined above.
  1. Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria are outlined in the Bid document.
  1. Bidders participating under Youth, Women or Persons with Disability Must attach certified copies of their registration certificates issued by National Treasury.
  1. Bidders are required to attach all Company MANDATORY requirements:
  2. Other qualification requirements are as outlined in the Tender Document & company statutory requirements.
  1. Bidders are requested to continually check the KeRRA website kerra.go.ke & Public Procurement Information Portal for any addenda or clarifications that may arise before submission date.
  1. All the Bidders are expected to converge at the KeRRA KISUMU Regional Office, Mamboleo by 9.00 am for the Pre-tender site visit briefings on the material day as scheduled on the advertisement notice above.

Interested eligible bidders can download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke and the Public Procurement Information Portal(PPIP) from Monday 21st August, 2023.

Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:

                                      

Regional Director - Roads,

Kenya Rural Roads Authority,

P.O. Box 1448-40100

KISUMU

 All filled and sealed tenders MUST be submitted not later than 10.00 am on or before Monday 4th September, 2023 and deposited in the Tender Boxes of the respective constituencies located at the Kisumu Regional Office in Kisumu County, Mamboleo Office.

Opening of the Tenders will take place immediately thereafter at the Kisumu Regional Office in the presence of bidders and/or their representatives.

 

NB: Canvassing by tenderers will lead to automatic disqualification.

 

Eng. K. A. Ochieng

Regional Director

KISUMU REGION

KISUMU REGION 22% & 10% RMLF FUNDS TENDERS ADDENDUM 1

Kenya Rural Roads Authority

KISUMU REGION

 

22% & 10% RMLF FUNDS FOR FY 2022-2023.

Date: 19th December, 2022

ADDENDUM 1

The Kenya Rural Roads Authority (Kisumu Region) wishes to inform firms/bidders wishing to participate in the recently advertised tenders for 22% & 10% RMLF Funds for FY 2022-2023 that the Tender Submission date has been extended to 28th December, 2022 at 10.00am.

All other instructions remain unchanged.

Eng. K. A. Ochieng

Regional Director

KISUMU REGION

kisumu region 22% AND 10% RMLF FOR FY 2022-2023 ADDENDUM 2

Kisumu Region

 

22% AND 10% RMLF FOR FY 2022-2023

Date: 22nd December 2022

ADDENDUM 2

The Kenya Rural Roads Authority (Kisumu) wishes to inform firms participating in the tenders for 22% and 10% FY 2022-2022 that clarification is deemed necessary calling for an addendum.

  1. Kindly take note that the tender document uploaded on the KeRRA official website for Contract numbers:
  • KeRRA/008/39/KSM/22%CRC/NYAKACH/2-48-22/23-028 E6129: PAP ONDITI-BODI Road had error in the Bill of Quantities. The error has been corrected and Bid document with correct BOQs has been uploaded on the KeRRA website.-DOCUMENT DOWNLOAD
  • KeRRA/008/39/KSM/10%CRC/NYAKACH/2-48-22/23-088 C757: NYAMARIMBA-OBOCH Road had error in the Bill of Quantities. The error has been corrected and Bid document with correct BOQs has been uploaded on the KeRRA website.-DOCUMENT DOWNLOAD
  1. Submission date and time remain unchanged as earlier communicated via addendum 1.

Eng. K. A. Ochieng

Regional Director

KISUMU REGION

kisumu region 22% AND 10% RMLF FOR FY 2022-2023 ADDENDUM 3

Kenya Rural Roads Authority

KISUMU REGION

 

22% & 10% RMLF FUNDS FOR FY 2022-2023.

Date: 28th December, 2022

ADDENDUM 3

The Kenya Rural Roads Authority (Kisumu Region) wishes to inform firms/bidders wishing to participate in the recently advertised tenders for 22% & 10% RMLF Funds for FY 2022-2023 that due to a technical hitch in uploading the Tender Documents in the KeRRA website for the past one week, the Tender Submission date has been extended to 3rd January, 2023 at 10.00am.

All other instructions remain unchanged.

Eng. K. A. Ochieng

Regional Director

KISUMU REGION

kisumu region 22% AND 10% RMLF FOR FY 2022-2023 ADDENDUM 4

Kenya Rural Roads Authority

Kisumu Region

 

22% AND 10% RMLF FOR FY 2022-2023

Date: 28th December 2022

ADDENDUM 4

The Kenya Rural Roads Authority (Kisumu) wishes to inform firms participating in the tenders for 22% and 10% FY 2022-2023 that clarification on the below tenders should be noted before submission.

  1. Bid document as earlier uploaded on the KeRRA official website for Contract numbers:
  • KeRRA/008/39/KSM/22%CRC/KSM EAST/2-48-22/23-034 N28_KISUMU: GITA-FOREST Road had error in the Bill of Quantities. The error has been corrected and Bid document with correct BOQs has been uploaded on the KeRRA website.-REVISED BID DOCUMENT DOWNLOAD
  • KeRRA/008/39/KSM/10%CRC/KSM EST/2-48-22/23-046 P238_KISUMU: KIBOS – ANGOLA-RABUOR Road had error in the Bill of Quantities. The error has been corrected and Bid document with correct BOQs has been uploaded on the KeRRA website.--REVISED BID DOCUMENT DOWNLOAD
  1. Submission date and time will be 3rd January 2023 at 10.00 am respectively.

Eng. K. A. Ochieng

Regional Director

KISUMU REGION

KISUMU REGION 22% RMLF -F/Y 2021-22

Download Tender Notice Here

Download Addendum Notice 1

 

 

 

KENYA RURAL ROADS AUTHORITY

Tel: 020-200157                                                                                                                                                                                                                                                                                           Regional Director

                                                                                                                                                                                                                                                                                                                        Mamboleo Regional Office

Email: This email address is being protected from spambots. You need JavaScript enabled to view it.                                                                                                                                                                                                                                                                     P.O. Box 1448-40100

Website: www.kerra.go.ke                                                                                                                                                                                                                                                                         Kisumu, KENYA

                                                                                                                                                                                                                                                                                                                         

 

                                                                                                                                                                                                                                                                                                                       30th September 2021                                                                          

TENDER NOTICE

INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS

 

The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.

Bids are invited from contractors who are pre-qualified for YR 2021-2023 in the respective Constituencies in KeRRA Kisumu Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under 22% RMLF Funds for FY 2021-22.

 

 

              S/No.

ROAD NAME AND CONTRACT NO

Work Category

Pre-tender site visit date

Contract Type

KISUMU WEST CONSTITUENCY

1

KIBOSWA-DARAJA MBILI(D1593) ROAD

KERRA/008/39/KSM/22% CRC/KSM WEST/2-48-21|22-039

C

Bidders to arrange own visit

General

2

RIAT-SINYOLO-KIGADAHI(D1801) ROAD

KERRA/008/39/KSM/22% CRC/KSM WEST/2-48-21|22-042

N/A

Bidders to arrange own visit

Women

3

RIAT-NYAHERA(D1893) ROAD

KERRA/008/39/KSM/22% CRC/KSM WEST/2-48-21|22-040

C

Bidders to arrange own visit

General

4

CHULAIMBO-MASENO(F6084) ROAD

KERRA/008/39/KSM/22% CRC/KSM WEST/2-48-21|22-041

N/A

Bidders to arrange own visit

Youth

5

KISIAN-KALOKA(K13) ROAD

KERRA/008/39/KSM/22% CRC/KSM WEST/2-48-21|22-043

C

Bidders to arrange own visit

General

 

KISUMU EAST CONSTITUENCY

 

1

CHIGA-DB NYANDO(C853)ROAD

KERRA/008/39/KSM/22% CRC/KSM EAST/2-48-21|22-015

C

Bidders to arrange own visit

General

2

KIBOS-CHIGA(C853) ROAD

KERRA/008/39/KSM/22% CRC/KSM EAST/2-48-21|22-016

C

Bidders to arrange own visit

General

3

END OF SLAB-KASETA(N28) ROAD

KERRA/008/39/KSM/22% CRC/KSM EAST/2-48-21|22-017

N/A

Bidders to arrange own visit

Youth

4

GITA-FOREST(N28) ROAD

KERRA/008/39/KSM/22% CRC/KSM EAST/2-48-21|22-018

N/A

Bidders to arrange own visit

Women

KISUMU CENTRAL CONSTITUENCY

1

MAMBOLEO-RIAT(K11) ROAD

KERRA/008/39/KSM/22% CRC/KSM CENTRAL/2-48-21|22-050

C

Bidders to arrange own visit

General

2

SEWAGE-RIAT(P71) ROAD

KERRA/008/39/KSM/22% CRC/KSM CENTRAL/2-48-21|22-051

C

Bidders to arrange own visit

General

3

OTONGLO-RIAT LOWER(PIPELINE-RIAT B)(N26) ROAD

KERRA/008/39/KSM/22% CRC/KSM CENTRAL/2-48-21|22-052

C

Bidders to arrange own visit

General

4

ACCESS TO ST. PAUL KANYAKWAR PRIMARY(P24) ROAD

KERRA/008/39/KSM/22% CRC/KSM CENTRAL/2-48-21|22-053

N/A

Bidders to arrange own visit

PWD

5

WESTERN WIGWA-RING ROAD(P308)

KERRA/008/39/KSM/22% CRC/KSM CENTRAL/2-48-21|22-054

C

Bidders to arrange own visit

General

6

MIGOSI JUNCT-LOLWE(P206) ROAD

KERRA/008/39/KSM/22% CRC/KSM CENTRAL/2-48-21|22-055

N/A

Bidders to arrange own visit

Women

NYAKACH CONSTIYTUENCY

1

KONGOU-SANGOROTA(E6132) ROAD

KERRA/008/39/KSM/22% CRC/NYAKACH/2-48-21|22-022

N/A

Bidders to arrange own visit

Youth

2

KANYAMLORI-CHERWA(E6137) ROAD

KERRA/008/39/KSM/22% CRC/NYAKACH/2-48-21|22-023

C

Bidders to arrange own visit

General

3

DIRUBI-SONDU(C758) ROAD

KERRA/008/39/KSM/22% CRC/NYAKACH/2-48-21|22-024

N/A

Bidders to arrange own visit

PWD

4

PAP ONDITI-STORE PAMBA(E6129) ROAD

KERRA/008/39/KSM/22% CRC/NYAKACH/2-48-21|22-025

C

Bidders to arrange own visit

General

5

PAP ONDITI-BODI(E6129) ROAD

KERRA/008/39/KSM/22% CRC/NYAKACH/2-48-21|22-026

C

Bidders to arrange own visit

General

MUHORONI CONSTITUENCY

1

LIELANGO-OMBEYI(C852) ROAD

KERRA/008/39/KSM/22% CRC/MUHORONI/2-48-21|22-009

C

Bidders to arrange own visit

General

2

OMBEYI-MASOGO(C852) ROAD

KERRA/008/39/KSM/22% CRC/MUHORONI/2-48-21|22-010

C

Bidders to arrange own visit

General

3

MASOGO-KIBIGORI(C852) ROAD

KERRA/008/39/KSM/22% CRC/MUHORONI/2-48-21|22-011

N/A

Bidders to arrange own visit

Women

4

ACHEGO-TAMU(MUHORONI-SONGHOR-C677) ROAD

KERRA/008/39/KSM/22% CRC/MUHORONI/2-48-21|22-012

N/A

Bidders to arrange own visit

Youth

NYANDO CONSTITUENCY

1

LAKE VICTORIA-RIAT(C851) ROAD

KERRA/008/39/KSM/22% CRC/NYANDO/2-48-21|22-033

C

Bidders to arrange own visit

General

2

OTHOO-ORIEDO-MAGENDO(E6135) ROAD

KERRA/008/39/KSM/22% CRC/NYANDO/2-48-21|22-034

C

Bidders to arrange own visit

General

3

AWACH-AWASI(D1887) ROAD

KERRA/008/39/KSM/22% CRC/NYANDO/2-48-21|22-035

N/A

Bidders to arrange own visit

Women

4

AHERO-APONDO(E6133) ROAD

KERRA/008/39/KSM/22% CRC/NYANDO/2-48-21|22-036

N/A

Bidders to arrange own visit

PWD

5

RIAT-AHERO(C851)ROAD

KERRA/008/39/KSM/22% CRC/NYANDO/2-48-21|22-037

C

Bidders to arrange own visit

General

6

RANJIRA NUR SCH-OKANA NAM(G62841) ROAD

KERRA/008/39/KSM/22% CRC/NYANDO/2-48-21|22-038

C

Bidders to arrange own visit

General

SEME CONSTITUENCY

1

ORENGO-OKIRO-AGWAYA(G62425) ROAD

KERRA/008/39/KSM/22% CRC/SEME/2-48-21|22-004

C

Bidders to arrange own visit

General

2

KOMBEWA-KORUMBA(-KOMBEWA-BODI-F6082) ROAD

KERRA/008/39/KSM/22% CRC/SEME/2-48-21|22-005

C

Bidders to arrange own visit

General

3

AKADO-KOLWENYO(E6124) ROAD

KERRA/008/39/KSM/22% CRC/SEME/2-48-21|22-006

C

Bidders to arrange own visit

General

4

KIT MIKAYI-LUNGA PRI SCH(G62437) ROAD

KERRA/008/39/KSM/22% CRC/SEME/2-48-21|22-007

N/A

Bidders to arrange own visit

Youth

5

RERU-OPAPLA(G62371) ROAD

KERRA/008/39/KSM/22% CRC/SEME/2-48-21|22-008

N/A

Bidders to arrange own visit

Women

 

 

INSTRUCTIONS TO TENDERES

 

  1. Bidders are advised to give the correct email addresses to ease communication regarding the tendering process.
  1. Bidders who are prequalified in respective work category and Constituencies may tender.
  1. 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.
  1. Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria are outlined in the Bid document.
  1. Bidders participating under Youth, Women or Persons with Disability Must attach certified copies of their registration certificates issued by National Treasury.
  1. Due to Covid19 Pandemic and consequently the Presidential directives issued, there shall be no Pre tender site visits arranged by the authority. However, bidders are encouraged to make personal arrangement to acquaint themselves with the sites before submission of bids.
  1. Bidders are required to attach copies of Company MANDATORY requirements.
  2. Other qualification requirements are as outlined in the Tender Document.
  1. Bidders are requested to continually check the KeRRA website www.kerra.go.ke for any tender addenda or clarifications that may arise before submission date.

Interested eligible bidders will download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke from Tuesday 5th October 2021.

Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:

                                     

Regional Director - Roads,

Kenya Rural Roads Authority,

P.O. Box 1448-40100

KISUMU

All filled and sealed tenders MUST be submitted not later than 10.00 am on or before Friday 15th October, 2021 and deposited in the Tender Boxes of the respective constituencies located at the Kisumu Regional Office in Kisumu County, Mamboleo Office.

Due to Covid-19 Pandemic and MOH guidelines on social distancing, opening of the tenders will take place immediately thereafter at Kisumu Regional Office in the presence of a few bidders selected on first come first served basis.

NB: Canvassing by tenderers will lead to automatic disqualification.

 

 

Eng. K. A. Ochieng

Regional Director

KISUMU REGION

 

KISUMU REGION 22% RMLF -JANUARY TENDERS

Download Here Tender Notice

Download Here Addedum Notice 1

 

KENYA RURAL ROADS AUTHORITY

Tel: 055-22003/22004                                                                                                                                                    Deputy Director

055-22003/22004                                                                                                                                                          Mamboleo Regional Office

Email: This email address is being protected from spambots. You need JavaScript enabled to view it./ This email address is being protected from spambots. You need JavaScript enabled to view it.                                                                                                             P.O. Box 1448-40100

Website: www.kerra.go.ke                                                                                                                                             Kisumu, KENYA

Fax: 2710442                                                                                                                                                                                                                                                                                                         

 

                                                                                                                                                                          8th January, 2021                                                                          

TENDER NOTICE

 

INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS

 

The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.

Bids are invited from contractors who are pre-qualified in the respective Constituencies in KeRRA Kisumu Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under 22% RMLF Funds for FY 2020-21.

 

              S/No.

ROAD NAME AND CONTRACT NO

Work Category

Pre-tender site visit date

Contract Type

KISUMU EAST CONSTITUENCY

1

KIBOS-CHIGA(C853) ROAD

KeRRA/011/39/C853/KSM/EAST/22%/2-48-20/21-028

C

Bidders to arrange own visit

General

2

KIBOS-ANGOLA-RABUOR(P238) ROAD

KeRRA/011/39/P238/KSM/EAST/22%/2-48-20/21-027

N/A

Bidders to arrange own visit

Youth

3

END SLAB-KASETA(N28) ROAD

KeRRA/011/39/N28/KSM/EAST/22%/2-48-20/21-026

N/A

Bidders to arrange own visit

PWD

4

GITA-FOREST(N28) ROAD

KeRRA/011/39/N28/KSM/EAST/22%/2-48-20/21-025

C

Bidders to arrange own visit

General

KISUMU WEST CONSTITUENCY

1

RIAT-NYAHERA(D1893) ROAD

KeRRA/011/39/D1893/KSM/WEST/22%/2-48-20/21-062

C

Bidders to arrange own visit

General

2

KISIAN-KALOKA(K13) ROAD

KeRRA/011/39/K13/KSM/WEST/22%/2-48-20/21-063

N/A

Bidders to arrange own visit

Women

3

RIAT-SINYOLO-KIGADAHI(D1801) ROAD

KeRRA/011/39/D1801/KSM/WEST/22%/2-48-20/21-064

C

Bidders to arrange own visit

General

4

CHULAIMBO-MASENO(F6084) ROAD

KeRRA/011/39/F6084/KSM/WEST/22%/2-48-20/21-065

C

Bidders to arrange own visit

General

5

KIBOSWA-DARAJA MBILI(D1593) ROAD

KeRRA/011/39/D1593/KSM/WEST/22%/2-48-20/21-071

C

Bidders to arrange own visit

General

MUHORONI CONSTITUENCY

1

MUHORONI-SONGHOR(C677) ROAD

KeRRA/011/39/C677/KSM/MUHORONI/22%/2-48-20/21-031

C

Bidders to arrange own visit

General

2

LIELANGO-OMBEYI(C852) ROAD

KeRRA/011/39/C852/KSM/MUHORONI/22%/2-48-20/21-032

C

Bidders to arrange own visit

General

3

OMBEYI-MASOGO(C852) ROAD

KeRRA/011/39/C852/KSM/MUHORONI/22%/2-48-20/21-033

N/A

Bidders to arrange own visit

Women

4

MASOGO-KIBIGORI(C852) ROAD

KeRRA/011/39/C852/KSM/MUHORONI/22%/2-48-20/21-034

C

Bidders to arrange own visit

General

 

KISUMU CENTRAL CONSTITUENCY

1

MIGOSI JUNCT-LOLWE(P206) ROAD

KeRRA/011/39/P206/KSM/CENTRAL/22%/2-48-20/21-019

C

Bidders to arrange own visit

General

2

MAMBOLEO-RIAT(K11) ROAD

KeRRA/011/39/K11/KSM/CENTRAL/22%/2-48-20/21-020

N/A

Bidders to arrange own visit

Women

3

OGANGO-STAR HOSPITAL(P243) ROAD

KeRRA/011/39/P243/KSM/CENTRAL/22%/2-48-20/21-021

N/A

Bidders to arrange own visit

Women

4

WESTERN WIGWA-RING ROAD(P308) ROAD

KeRRA/011/39/P308/KSM/CENTRAL/22%/2-48-20/21-022

C

Bidders to arrange own visit

General

5

OTONGLO-RIAT LOWER(N26) ROAD

KeRRA/011/39/N26/KSM/CENTRAL/22%/2-48-20/21-023

C

Bidders to arrange own visit

General

6

SEWAGE-RIAT(P71) ROAD

KeRRA/011/39/P71/KSM/CENTRAL/22%/2-48-20/21-024

C

Bidders to arrange own visit

General

SEME CONSTITUENCY

1

KORUMBA-KAWEGA(F6082) ROAD

KeRRA/011/39/F6082/KSM/SEME/22%/2-48-20/21-048

N/A

Bidders to arrange own visit

PWD

 

AKADO-KOLWENYO(E6124) ROAD

KeRRA/011/39/E6124/KSM/SEME/22%/2-48-20/21-049

C

Bidders to arrange own visit

General

2

ORENGO-OKIRO-AGWAYA(G62425) ROAD

KeRRA/011/39/G62425/KSM/SEME/22%/2-48-20/21-050

C

Bidders to arrange own visit

General

3

RERU-OPAPLA(G62371) ROAD

KeRRA/011/39/G62371/KSM/SEME/22%/2-48-20/21-051

C

Bidders to arrange own visit

General

4

KIT MIKAYI-LUNGA PRI SCH(G62437) ROAD

KeRRA/011/39/G62437/KSM/SEME/22%/2-48-20/21-052

N/A

Bidders to arrange own visit

Youth

 

NYANDO CONSTITUENCY

1

LAKE VICTORIA-RIAT(C851) ROAD

KeRRA/011/39/C851/KSM/NYANDO/22%/2-48-20/21-038

C

Bidders to arrange own visit

General

2

OTHOO-ORIEDO-MAGENDO(E6135) ROAD

KeRRA/011/39/E6135/KSM/NYANDO/22%/2-48-20/21-039

C

Bidders to arrange own visit

General

3

RIAT-AHERO(C851) ROAD

KeRRA/011/39/C851/KSM/NYANDO/22%/2-48-20/21-040

C

Bidders to arrange own visit

General

4

RANJIRA NUR SCH-OKANA NAM(G62841) ROAD

KeRRA/011/39/G62841/KSM/NYANDO/22%/2-48-20/21-041

N/A

Bidders to arrange own visit

Women

5

AWACH-AWASI(D1887) ROAD

KeRRA/011/39/D1887/KSM/NYANDO/22%/2-48-20/21-042

N/A

Bidders to arrange own visit

Youth

6

AHERO-APONDO(E6133) ROAD

KeRRA/011/39/E6133/KSM/NYANDO/22%/2-48-20/21-043

C

Bidders to arrange own visit

General

NYAKACH CONSTITUENCY

1

PAP ONDITI-BODI(E6129) ROAD

KeRRA/011/39/E6129/KSM/NYAKACH/22%/2-48-20/21-055

C

Bidders to arrange own visit

General

2

KONGOU-SANGOROTA(E6132) ROAD

KeRRA/011/39/E6132/KSM/NYAKACH/22%/2-48-20/21-056

N/A

Bidders to arrange own visit

Youth

3

URUDI-PAW TANGE ECD(E6137) ROAD

KeRRA/011/39/E6137/KSM/NYAKACH/22%/2-48-20/21-057

C

Bidders to arrange own visit

General

4

KANYAMLORI-CHERWA(E6137) ROAD

KeRRA/011/39/E6137/KSM/NYAKACH/22%/2-48-20/21-058

C

Bidders to arrange own visit

General

 

 

INSTRUCTIONS TO TENDERES

 

  1. Bidders who are prequalified in respective work category and Constituencies may tender.
  1. 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.
  1. Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria are outlined in the Bid document.
  1. Bidders participating under Youth, Women or Persons with Disability Must attach certified copies of their registration certificates issued by National Treasury.
  1. Due to Covid19 Pandemic and consequently the Presidential directives issued, there shall be no Pre tender site visits arranged by the authority. However, bidders are encouraged to make personal arrangement to acquaint themselves with the sites before submission of bids.
  1. You MUST attach the following copies of MANDATORY requirements:
  • Certified Certificate of incorporation (by commissioner of oaths)
  • Valid Registration certificate with National Construction Authority (NCA) NCA 8 and above
  • Valid and Current Practicing License with National Construction Authority (NCA)
  • VAT & PIN Certificate
  • Valid Tax Compliance Certificate (To be verified from the KRA TCC Checker)
  • Dully filled and stamped form of tender
  • Dully filled confidential business questionnaire
  • Certified current and valid Certificates of Registration from the National Treasury and copies of National Identification cards for the directors for Youth, Women and People with Disability for those bidding for roads in that category
  • Recent/Current CR12 generated forms for the last 12 months indicating Directors, Nationality, shareholding
  • Provide litigation history (sworn affidavit), certificates and CV’S of key personnel, experience in similar works (in scope and amount) as per the evaluation criteria in the tender document,
  • Bank statements in the name of the firm for the last three months from the date of tender for the General tenders and Proof of bank account in the name of the firm for reserved tenders
  • A bidder may bid for more than one tender in the region, but will only be considered for two contracts in the entire region, but in different constituencies.
  • Bidders MUST serialize all the pages of their tender documents.
  • Bidders MUST provide all the information required as per the tender document.
  • Prices quoted must remain valid for One Hundred and Twenty (120 days) from the tender opening date.
  • Bidders who do not meet any of the above conditions will NOT be considered for award for any contract.
  1. Other qualification requirements are as outlined in the Tender Document.
  1. Bidders are requested to continually check the KeRRA website www.kerra.go.ke for any tender addenda or clarifications that may arise before submission date.

Interested eligible bidders will download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke from Tuesday 12th January 2021.

Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:

                                     

Deputy Director - Roads,

Kenya Rural Roads Authority,

P.O. Box 1448-40100

KISUMU

All filled and sealed tenders MUST be submitted not later than 10.00 am on or before Friday 22nd January 2021 and deposited in the Tender Boxes of the respective constituencies located at the Kisumu Regional Office in Kisumu County, Mamboleo Office.

Due to Covid-19 Pandemic and MOH guidelines on social distancing, opening of the tenders will take place immediately thereafter at Kisumu Regional Office in the presence of the first twenty (20) contractors to arrive.

NB: Canvassing by tenderers will lead to automatic disqualification.

 

 

Eng. K. A. Ochieng

Deputy Director

KISUMU REGION

KISUMU REGION 22% RMLF Funds FY 2023-2024

KENYA RURAL ROADS AUTHORITY

           Tel: 020-200157                                                                                                                                                                                                                Regional Director

                                                                                                                                                                                                                                  Mamboleo Regional Office

           Email: This email address is being protected from spambots. You need JavaScript enabled to view it.                                                                                                                                                                           P.O. Box 1448-40100

           Website: www.kerra.go.ke                                                                                                                                        Kisumu, KENYA

                                                 

 

                                                                                                                                                       18th October, 2023                

TENDER NOTICE

INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS 

 

The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.

Bids are invited from contractors who are pre-qualified for YR 2023-2025 in the respective Constituencies in KeRRA Kisumu Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under 22% RMLF Funds.

DOWNLOAD ADVERT 

 

     S/No.

ROAD NAME AND CONTRACT NO

Work

Category

Pre-tender site visit date

Contract Type

 

KISUMU CENTRAL CONSTITUENCY

1.

P24_Kisumu: ACCESS TO ST. PAUL KANYAKWAR PRIMARY ROAD

KERRA/008/39/KSM/22% RMLF for CRC/KSM CENTRAL/2-48-23|24-011

N/A

23rd October, 2023

Persons With Disability

DOWNLOAD

2.

P241_Kisumu:CALL BOX- WHITE GATE ROAD

KERRA/008/39/KSM/22% RMLF for CRC/KSM CENTRAL/2-48-23|24-012

N/A

23rd October, 2023

Youth

 

3.

P206:KENYA BREWARIES – NYAWITA ROAD

KERRA/008/39/KSM/22% RMLF for CRC/KSM CENTRAL/2-48-23|24-013

N/A

23rd October, 2023

Women

 

4.

N26_Kisumu:KIREMBE – USOMA ROAD

KERRA/008/39/KSM/22% RMLF for CRC/KSM CENTRAL/2-48-23|24-014

C

23rd October, 2023

General

 

5.

K11_Kisumu: MAMBOLEO RIAT ROAD

KERRA/008/39/KSM/22% RMLF for CRC/KSM CENTRAL/2-48-23|24-015

C

23rd October, 2023

General

 

6.

P206_Kisumu: MIGOSI JUNT – LOLWE ROAD

KERRA/008/39/KSM/22% RMLF for CRC/KSM CENTRAL/2-48-23|24-016

C

23rd October, 2023

General

 

7.

P243:OGANGO - STAR HOSPITAL ROAD

KERRA/008/39/KSM/22% RMLF for CRC/KSM CENTRAL/2-48-23|24-017

N/A

23rd October, 2023

Youth

 

8.

P266_Kisumu: OMBINJU CORNER MBAYA ROAD

KERRA/008/39/KSM/22% RMLF for CRC/KSM CENTRAL/2-48-23|24-018

C

23rd October, 2023

General

 

9.

N26_Kisumu: OTONGLO-RIAT LOWER ROAD

KERRA/008/39/KSM/22% RMLF for CRC/KSM CENTRAL/2-48-23|24-019

C

23rd October, 2023

General

 

10.

P71:SEWAGE – RIAT ROAD

KERRA/008/39/KSM/22% RMLF for CRC/KSM CENTRAL/2-48-23|24-020

N/A

23rd October, 2023

Women

 

11.

P63_Kisumu: TAKO – KAPUOTHE ROAD

KERRA/008/39/KSM/22% RMLF for CRC/KSM CENTRAL/2-48-23|24-021

N/A

23rd October, 2023

Youth

 

12.

P207_Kisumu:TUNNEL-KONDELE ROAD

KERRA/008/39/KSM/22% RMLF for CRC/KSM CENTRAL/2-48-23|24-022

C

23rd October, 2023

General

 

13.

 P308_Kisumu:WESTERN WIGWA - RING ROAD

KERRA/008/39/KSM/22% RMLF for CRC/KSM CENTRAL/2-48-23|24-023

N/A

23rd October, 2023

Women

 

KISUMU EAST CONSTITUENCY

1.

C853: CHIGA - DB NYANDO ROAD

KERRA/008/39/KSM/22% RMLF for CRC/KSM EAST/2-48-23|24-001

C

23rd October, 2023

General

 

2.

C853: KIBOS – CHIGA ROAD

KERRA/008/39/KSM/22% RMLF for CRC/KSM EAST/2-48-23|24-002

C

23rd October, 2023

General

 

3.

N28_Kisumu:END OF SLAB – KASETA ROAD

KERRA/008/39/KSM/22% RMLF for CRC/KSM EAST/2-48-23|24-003

C

23rd October, 2023

General

 

4.

P147: OSIEPE- ONGADI ROAD

KERRA/008/39/KSM/22% RMLF for CRC/KSM EAST/2-48-23|24-004

C

23rd October, 2023

General

 

5.

N28_Kisumu:GITA – FOREST ROAD

KERRA/008/39/KSM/22% RMLF for CRC/KSM EAST/2-48-23|24-005

N/A

23rd October, 2023

Youth

 

6.

P238_Kisumu: KIBOS- ANGOLA- RABUOR ROAD

KERRA/008/39/KSM/22% RMLF for CRC/KSM EAST/2-48-23|24-006

N/A

23rd October, 2023

Women

 

KISUMU WEST CONSTITUENCY

1.

K13_Kisumu: KISIAN KALOKA ROAD

KERRA/008/39/KSM/22% RMLF for CRC/KSM WEST/2-48-23|24-064

C

23rd October, 2023

General

 

2.

K13_Kisumu: OBAMBO- OGAL BEACH ROAD

KERRA/008/39/KSM/22% RMLF for CRC/KSM WEST/2-48-23|24-065

N/A

23rd October, 2023

Women

 

3.

F6084: CHULAIMBO – MASENO ROAD

KERRA/008/39/KSM/22% RMLF for CRC/KSM WEST/2-48-23|24-066

C

23rd October, 2023

General

 

4.

P76_KSM:LWALA JNCT- PAW AKUCHE ROAD

KERRA/008/39/KSM/22% RMLF for CRC/KSM WEST/2-48-23|24-067

C

23rd October, 2023

General

 

5.

P76_KSM: OJOLLA- LWALA JNCT ROAD

KERRA/008/39/KSM/22% RMLF for CRC/KSM WEST/2-48-23|24-068

N/A

23rd October, 2023

Youth

 

6.

UK42_006: LELA- LWALA JUNCTION ROAD

KERRA/008/39/KSM/22% RMLF for CRC/KSM WEST/2-48-23|24-069

C

23rd October, 2023

General

 

7.

D1893: RIAT- AKINGILI ROAD

KERRA/008/39/KSM/22% RMLF for CRC/KSM WEST/2-48-23|24-070

N/A

23rd October, 2023

Women

 

8.

D1893: RIAT NYAHERA ROAD

KERRA/008/39/KSM/22% RMLF for CRC/KSM WEST/2-48-23|24-071

C

23rd October, 2023

General

 

9.

P78: KISIAN- OGONGO- KODIAGA ROAD

KERRA/008/39/KSM/22% RMLF for CRC/KSM WEST/2-48-23|24-072

C

23rd October, 2023

General

 

MUHORONI CONSTITUENCY

1.

C674: CHEMELIL – ACHEGO ROAD

KERRA/008/39/KSM/22% RMLF for CRC/MUHORONI/2-48-23|24-050

N/A

24th October, 2023

Persons With Disability

 

2.

E6165: SHIRIKA- SAUSET ROAD

KERRA/008/39/KSM/22% RMLF for CRC/MUHORONI/2-48-23|24-051

C

24th October, 2023

General

 

3.

G63459: CHEMELIL- NYAKUNGURU- OMANYI ROAD

KERRA/008/39/KSM/22% RMLF for CRC/MUHORONI/2-48-23|24-052

C

24th October, 2023

General

 

4.

D1892: YAO BOX CULVERT ROAD

KERRA/008/39/KSM/22% RMLF for CRC/MUHORONI/2-48-23|24-053

N/A

24th October, 2023

Youth

 

5.

D1892: OBUMBA- ORENGE ROAD

KERRA/008/39/KSM/22% RMLF for CRC/MUHORONI/2-48-23|24-054

C

24th October, 2023

General

 

6.

G63355: ACCESS TO ORENGE ROAD

KERRA/008/39/KSM/22% RMLF for CRC/MUHORONI/2-48-23|24-055

C

24th October, 2023

General

 

7.

E6161: KORU – FORTENAN ROAD

KERRA/008/39/KSM/22% RMLF for CRC/MUHORONI/2-48-23|24-056

C

24th October, 2023

General

 

8.

C852: LIE LANGO – OMBEYI ROAD

KERRA/008/39/KSM/22% RMLF for CRC/MUHORONI/2-48-23|24-057

N/A

24th October, 2023

Women

 

9.

G63387:ST. BONIFACE MAGARE ROAD

KERRA/008/39/KSM/22% RMLF for CRC/MUHORONI/2-48-23|24-058

C

24th October, 2023

General

 

NYAKACH CONSTITUENCY

1.

C758: DIRUBI -  SONDU ROAD

KERRA/008/39/KSM/22% RMLF for CRC/NYAKACH/2-48-23|24-029

C

24th October, 2023

General

 

2.

E6129: PAP ONDITI- STORE PAMBA ROAD

KERRA/008/39/KSM/22% RMLF for CRC/NYAKACH/2-48-23|24-030

C

24th October, 2023

General

 

3.

E6137: URUDI- PAW TANGE ROAD

KERRA/008/39/KSM/22% RMLF for CRC/NYAKACH/2-48-23|24-031

N/A

24th October, 2023

Youth

 

4.

E6137: KANYAMLORI – CHERWA ROAD

KERRA/008/39/KSM/22% RMLF for CRC/NYAKACH/2-48-23|24-032

C

24th October, 2023

General

 

5.

E6131: OROBI- ANDINGO OPANGA ROAD

KERRA/008/39/KSM/22% RMLF for CRC/NYAKACH/2-48-23|24-033

N/A

24th October, 2023

Women

 

6.

E6132: SANGOROTA - KONG_OU ROAD

KERRA/008/39/KSM/22% RMLF for CRC/NYAKACH/2-48-23|24-034

C

24th October, 2023

General

 

7.

E6129: PAP ONDITI – BODI ROAD

KERRA/008/39/KSM/22% RMLF for CRC/NYAKACH/2-48-23|24-035

C

24th October, 2023

General

 

NYANDO CONSTITUENCY

1.

G62841: RANJIRA NUR  SCH-OKANA NAM ROAD

KERRA/008/39/KSM/22% RMLF for CRC/NYANDO/2-48-23|24-040

N/A

24th October, 2023

Persons With Disability

 

2.

E6133: AHERO- APONDO ROAD

KERRA/008/39/KSM/22% RMLF for CRC/NYANDO/2-48-23|24-041

C

24th October, 2023

General

 

3.

G62850: WITHUR – RIAT ROAD

KERRA/008/39/KSM/22% RMLF for CRC/NYANDO/2-48-23|24-042

C

24th October, 2023

General

 

4.

D1886: BOYA- MAGENDO ROAD

KERRA/008/39/KSM/22% RMLF for CRC/NYANDO/2-48-23|24-043

C

24th October, 2023

General

 

5.

E6135: OTHO - ORIEDO – MAGENDO ROAD

KERRA/008/39/KSM/22% RMLF for CRC/NYANDO/2-48-23|24-044

N/A

24th October, 2023

Youth

 

6.

E6135: NYALENDA- NYIRENDA ROAD

KERRA/008/39/KSM/22% RMLF for CRC/NYANDO/2-48-23|24-045

N/A

24th October, 2023

Women

 

SEME CONSTITUENCY

1.

E6124: AKADO – KOLWENYO ROAD

KERRA/008/39/KSM/22% RMLF for CRC/SEME/2-48-23|24-078

C

25th October, 2023

General

 

2.

G62371: RERU – OPAPLA ROAD

KERRA/008/39/KSM/22% RMLF for CRC/SEME/2-48-23|24-079

N/A

25th October, 2023

Persons With Disability

 

3.

G62499: HOLO-EKWANDA ROAD

KERRA/008/39/KSM/22% RMLF for CRC/SEME/2-48-23|24-080

C

25th October, 2023

General

 

4.

G62508: RODI - NYAMISRI – KALOKA ROAD

KERRA/008/39/KSM/22% RMLF for CRC/SEME/2-48-23|24-081

C

25th October, 2023

General

 

5.

G62384: HARAMBEE- DAGO ROAD

KERRA/008/39/KSM/22% RMLF for CRC/SEME/2-48-23|24-082

C

25th October, 2023

General

 

6.

G62404: KONAM - RERU-MANYWANDA ROAD

KERRA/008/39/KSM/22% RMLF for CRC/SEME/2-48-23|24-083

C

25th October, 2023

General

 

7.

G62410: ALWALA- KIRINDO ROAD

KERRA/008/39/KSM/22% RMLF for CRC/SEME/2-48-23|24-084

N/A

25th October, 2023

Youth

 

8.

F6082: KOMBEWA- OTENGA JNCT ROAD

KERRA/008/39/KSM/22% RMLF for CRC/SEME/2-48-23|24-085

C

25th October, 2023

General

 

 

INSTRUCTIONS TO TENDERERS

  1. Bidders are advised to give the correct email addresses to ease communication regarding the tendering process.
  1. Bidders who are prequalified in respective work category and Constituencies may tender.
  1. The scope of works for various contracts are as stipulated in Tender Documents and in the pre-qualification work categories that have been outlined above.
  1. Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria are outlined in the Bid document.
  1. Bidders participating under Youth, Women or Persons with Disability Must attach certified copies of their registration certificates issued by National Treasury.
  1. Bidders are required to attach all Company MANDATORY requirements:
  2. Other qualification requirements are as outlined in the Tender Document & company statutory requirements.
  1. Bidders are requested to continually check the KeRRA website kerra.go.ke & Public Procurement Information Portal for any addenda or clarifications that may arise before submission date.
  1. All the Bidders are expected to converge at the KeRRA KISUMU Regional Office, Mamboleo by 9.00 am for the Pre-tender site visit briefings on the material day as scheduled on the advertisement notice above.

Interested eligible bidders can download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke and the Public Procurement Information Portal(PPIP) from Monday 23rd October, 2023.

Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:

                                      

Regional Director - Roads,

Kenya Rural Roads Authority,

P.O. Box 1448-40100

KISUMU

 All filled and sealed tenders MUST be submitted not later than 10.00 am on or before Wednesday 1st November, 2023 and deposited in the Tender Boxes of the respective constituencies located at the Kisumu Regional Office in Kisumu County, Mamboleo Office.

Opening of the Tenders will take place immediately thereafter at the Kisumu Regional Office in the presence of bidders and/or their representatives.

 

NB: Canvassing by tenderers will lead to automatic disqualification.

 

Eng. K. A. Ochieng

Regional Director

KISUMU REGION

KISUMU REGION 22% RMLF SAVINGS -F/Y 2021-22

Download Tender Notice Here

KENYA RURAL ROADS AUTHORITY

Tel: 020-200157                                                                                                                                                                                                                                                                                Regional Director

                                                                                                                                                                                                                                                                                                              Mamboleo Regional Office

Email: This email address is being protected from spambots. You need JavaScript enabled to view it.                                                                                                                                                                                                                                                           P.O. Box 1448-40100

Website: www.kerra.go.ke                                                                                                                                                                                                                                                               Kisumu, KENYA

                                                                                                                                                                                                                                                                                                                         

 

                                                                                                                                                                                                                                                                                                               23rd May, 2022                                                                          

TENDER NOTICE

INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS

The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.

Bids are invited from contractors who are pre-qualified for YR 2021-2023 in the respective Constituencies in KeRRA Kisumu Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under 22% SAVINGS RMLF Funds for FY 2020-21.

 

 

              S/No.

ROAD NAME AND CONTRACT NO

Work Category

Pre-tender site visit date

Contract Type

NYAKACH CONSTITUENCY

1.

KONGOU – SANGOROTA(E6132)ROAD

KERRA/011/39/KSM/22%SAVINGS/NYAKACH/2-48-20|21-109

C

30th May, 2022

General

 

 

INSTRUCTIONS TO TENDERES

 

  1. Bidders are advised to give the correct email addresses to ease communication regarding the tendering process.
  1. Bidders who are prequalified in respective work category and Constituencies may tender.
  1. 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.
  1. Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria are outlined in the Bid document.
  1. Bidders participating under Youth, Women or Persons with Disability Must attach certified copies of their registration certificates issued by National Treasury.
  1. Due to covid-19 and consequently the presidential directive issued, MANDATORY PRE-TENDER site visits shall be held between  30th May, 2022 from 8.00 am to 3.00 pm.  Bidders are required to make their own arrangements in liaison with the respective CROs to visit the site, and have their site visit Certificate signed by the respective Constituency Roads Officers. 
  1. Bidders are required to attach copies of Company MANDATORY requirements.
  2. Other qualification requirements are as outlined in the Tender Document.
  1. Bidders are requested to continually check the KeRRA website www.kerra.go.ke for any tender addenda or clarifications that may arise before submission date.

Interested eligible bidders will download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke from Wednesday 25th May, 2022.

Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:

                                     

Regional Director - Roads,

Kenya Rural Roads Authority,

P.O. Box 1448-40100

KISUMU

All filled and sealed tenders MUST be submitted not later than 10.00 am on or before Monday 6th June, 2022 and deposited in the Tender Boxes of the respective constituencies located at the Kisumu Regional Office in Kisumu County, Mamboleo Office.

Due to Covid-19 Pandemic and MOH guidelines on social distancing, opening of the tenders will take place immediately thereafter at Kisumu Regional Office in the presence of a few bidders selected on first come first served basis.

NB: Canvassing by tenderers will lead to automatic disqualification.

Eng. K. A. Ochieng

Regional Director

KISUMU REGION

 

KISUMU REGION 22% RMLF SAVINGS Funds FY 2022-2023

KENYA RURAL ROADS AUTHORITY

           Tel: 020-200157                                                                                                                                                                                                                                                    Regional Director

                                                                                                                                                                                                                                                                      Mamboleo Regional Office

           Email: This email address is being protected from spambots. You need JavaScript enabled to view it.                                                                                                                                                                                                               P.O. Box 1448-40100

           Website: www.kerra.go.ke                                                                                                                                                                            Kisumu, KENYA

                                                 

 

                                                                                                                                                       18th October, 2023                

TENDER NOTICE

INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS 

 

The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.

Bids are invited from contractors who are pre-qualified for YR 2023-2025 in the respective Constituencies in KeRRA Kisumu Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under 22% Savings Funds.

 DOWNLOAD ADVERT HERE

 

     S/No.

ROAD NAME AND CONTRACT NO

Work

Category

Pre-tender site visit date

Contract Type

KISUMU EAST CONSTITUENCY

1.

C853: CHIGA - DB NYANDO ROAD

KERRA/008/39/KSM/22%SAVINGS/KSM EAST/2-48-22|23-082

N/A

23rd October, 2023

Women

SEME CONSTITUENCY

1.

G62410: BODI – ALWALA ROAD

KERRA/008/39/KSM/22%SAVINGS/SEME/2-48-22|23-083

C

25th October, 2023

General

2.

G62425: ORENGO - OKIRO – AGWAYA ROAD

KERRA/008/39/KSM/22%SAVINGS/SEME/2-48-22|23-084

N/A

25th October, 2023

Persons With Disability

3.

F6082: KORUMBA- BODI ROAD

KERRA/008/39/KSM/22%SAVINGS/SEME/2-48-22|23-085

C

25th October, 2023

General

NYAKACH CONSTITUENCY

1.

E6137: KANYAMLORI- CHERWA ROAD

KERRA/008/39/KSM/22%SAVINGS/NYAKACH/2-48-22|23-087

N/A

24th October, 2023

Women

2.

C758: DIRUBI -  SONDU ROAD

KERRA/008/39/KSM/22%SAVINGS/NYAKACH/2-48-22|23-088

N/A

24th October, 2023

Youth

MUHORONI CONSTITUENCY

1.

G63238: OTHOO- WANGAYA ROAD

KERRA/008/39/KSM/22%SAVINGS/MUHORONI/2-48-22|23-092

C

24th October, 2023

General

NYANDO CONSTITUENCY

1.

E6135: OTHO - ORIEDO – MAGENDO ROAD

KERRA/008/39/KSM/22%SAVINGS/NYANDO/2-48-22|23-093

N/A

24th October, 2023

Women

2.

C851: AHERO- OMBAKA ROAD

KERRA/008/39/KSM/22%SAVINGS/NYANDO/2-48-22|23-094

C

24th October, 2023

General

3.

G62850: WITHUR – RIAT ROAD

KERRA/008/39/KSM/22%SAVINGS/NYANDO/2-48-22|23-095

N/A

24th October, 2023

Youth

KISUMU WEST CONSTITUENCY

1.

K13_Kisumu: KISIAN KALOKA ROAD

KERRA/008/39/KSM/22%SAVINGS/KSM WEST/2-48-22|23-096

C

23rd October, 2023

General

KISUMU CENTRAL CONSTITUENCY

1.

P206_Kisumu: UZIMA UNIVERSITY- VICTORIA GARDENS ROAD

KERRA/008/39/KSM/22%SAVINGS/KISUMU CENTRAL/2-48-22|23-097

C

23rd October, 2023

General

2.

P22_KSM: SHAURI MOYO- PEFA CHURCH ROAD

KERRA/008/39/KSM/22% SAVINGS/KSM CENTRAL/2-48-22|23-098

C

23rd October, 2023

General

INSTRUCTIONS TO TENDERERS

 

  1. Bidders are advised to give the correct email addresses to ease communication regarding the tendering process.
  1. Bidders who are prequalified in respective work category and Constituencies may tender.
  1. The scope of works for various contracts are as stipulated in Tender Documents and in the pre-qualification work categories that have been outlined above.
  1. Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria are outlined in the Bid document.
  1. Bidders participating under Youth, Women or Persons with Disability Must attach certified copies of their registration certificates issued by National Treasury.
  1. Bidders are required to attach all Company MANDATORY requirements:
  2. Other qualification requirements are as outlined in the Tender Document & company statutory requirements.
  1. Bidders are requested to continually check the KeRRA website kerra.go.ke & Public Procurement Information Portal for any addenda or clarifications that may arise before submission date.
  1. All the Bidders are expected to converge at the KeRRA KISUMU Regional Office, Mamboleo by 9.00 am for the Pre-tender site visit briefings on the material day as scheduled on the advertisement notice above.

Interested eligible bidders can download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke and the Public Procurement Information Portal(PPIP) from Monday 23rd October, 2023.

Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:

                                      

Regional Director - Roads,

Kenya Rural Roads Authority,

P.O. Box 1448-40100

KISUMU

 All filled and sealed tenders MUST be submitted not later than 10.00 am on or before Wednesday 1st November, 2023 and deposited in the Tender Boxes of the respective constituencies located at the Kisumu Regional Office in Kisumu County, Mamboleo Office.

Opening of the Tenders will take place immediately thereafter at the Kisumu Regional Office in the presence of bidders and/or their representatives.

 

NB: Canvassing by tenderers will lead to automatic disqualification.

 

Eng. K. A. Ochieng

Regional Director

KISUMU REGION

Kisumu Region april

 

24th April 2019 The Kenya Rural Roads Authority (KeRRA) is a State Corporation established under the Kenya Roads Act, 2007, with the responsibility for the management, development, rehabilitation and maintenance of Rural Roads. The Authority invites bids from Eligible construction companies who are Prequalified in Kisumu Region & AGPO Registered Firms to bid for the Routine Maintenance of various Roads as listed below to be financed by the Government of Kenya through the RMLF Fund for Financial Year 2018/2019

CONSTITU

ENCY

ROAD NAME

CONTRACT NUMBER

SITE VISIT DATE & VENUE

 

 

Download

Kisumu

Central

 

Access To Kerra Office Road

KERRA/011/39/P24/GOK/2-48-18|19-063

30/4/2019 Regional Office

 

YOUTHS

Download

Kisumu E

ast

 

   

 

 

   

 

D290-Nyamonge

KERRA/011/39/U-P296/GOK/2-48-18|19-065

 

OPEN

Download

 

Gita-Forest

KERRA/011/39/N28/GOK/2-48-18|19-066

 

Download

Sem

 

Konam-Reru-Manywanda

                          

KERRA/011/39/G62404/GOK/2-48-18|19-068

30/4/2019 Holo

 

 

WOMEN 

 Download

   

Market

 

 

Muhoroni

 

Junct Koru-Forttenan

                             

KERRA/011/39/E61658/GOK/2-48-18|19-067

 

2/5/2019 Regional

 

 

OPEN 

Download
   

Office

 
 

 

Mamboleo-Miwani-Chemilil-Kipsitet

KERRA/011/39/G62404/GOK/2-48-18|19-069 

 

 YOUTHS

Download

Nyando

 

 

Ayweyo-Nyakongo

 KERRA/011/39/G63142/GOK/2-48-18|19064

 

2/5/2019 Ahero

   PWD’S

Download

   

Public Works Office

 

 

Scope of Work

The scope of works shall be as described in the bid document.

Qualification for Tendering (Mandatory)

The following must be submitted together with the Tender among those in the Instructions to Tenderers in the tender document:

  1. Certified Copy of Certificate of Incorporation /Registration
  2. Certified copy of Valid Registration Certificate with National Construction Authority (NCA) in category NCA 8 & above & Practising

Licenses from NCA

  1. Copy of Certificate of Valid Tax Compliance Verified from KRA website
  2. Certified copy of recent CR12 Form indicating Directors,Nationality,Shareholding & Copies of IDs for the Directors (Issued within the last 12 Months from the Tender Opening date)
  3. Certified copy of Valid Certificate of Registration for Access to Government Procurement Opportunities from the National Treasury for Youth, Women & Persons with Disability. Category-Small Works & Engineering. This is for Tenders Reserved for Special Groups
  4. Bidders shall sequentially serialize all pages of each tender submitted; failure to which the bidder shall be disqualified
  5. Litigation History (Provide Sworn Affidavit-Should have been sworn within 3 months of the Tender Opening Date)

NOTE:

  • All Certifications of documents SHALL be original and executed by a Commissioner for Oaths or Notaries Public
  • Procurement shall be based on the Post-Qualification Method and the above details will be submitted with the priced bid
  • Firms participating under Youth, Women & Persons with Disability need not be Pre-Qualified  
  • ONLY Bidders Pre-Qualified in either Categories B,C,D & E in the respective Constituency may tender
  • To enhance equity, Bidders may bid for more than two tenders in a Constituency pursuant to this tender notice in the Seven (7) Constituencies but can only be considered for two contracts in the entire region.
  • Bidders should deposit the documents in the correct Constituency Tender Boxes. Bids deposited in the wrong tender boxes will be returned unopened.
  • Other Requirements are as specified in the respective tender documents.

 

The Criteria of Evaluation of Bids 

The Criteria shall be as described in the Tender Documents

Tender Documents

Interested eligible tenderers may obtain further information and inspect tender documents from Procurement Office, Kenya Rural Roads AuthorityKisumu Region as from 25th April 2019, during normal working hours.A complete set of tender documents may be obtained by interested tenderers form the Kenya Rural Roads Authority website www.kerra.go.ke free of charge or from Procurement Office-KeRRA Kisumu upon payment of a non- refundable fee of Kshs. 1,000 (One thousand shillings only) payable to Kenya Rural Roads Authority, KCB Account No.1114343196,

Moi Avenue Branch. The Cash Deposit Slip must indicate the Name of the Contractor & the Region Number (Region No.25).

Pre tender site visit

Mandatory pre tender site visit shall be held on the date and time as per schedule above, starting at the indicated place 9.00am. Every bidder shall be represented by one person who is authorized to represent the company.

Bid Submission

Completed tender documents enclosed in separate plain sealed envelopes and clearly marked with the Tender Number, Tender Name should be addressed and sent to the address below :-

The Regional Manager, Kenya Rural Roads Authority P.O.Box 1448- 40100 Kisumu.

Or be deposited at the Tender Boxes for the Respective Constituency situated at KeRRA Regional Office, Mamboleo on or before 9th May 2019 at 11:00am at the KeRRA offices (Kisumu) boardroom. Thereafter, opening of the bids will take place at the same venue starting from 11:15 am in the presence of tenderers or their representatives who choose to attend. Late bids will not be accepted.

Procurement Officer

For: REGIONAL MANAGER

KeRRA is ISO 9001: 2008 CERTIFIED Opening up Rural Kenya

KISUMU REGION CS & GOKD -F/Y 2021-22

Download Tender Notice Here

 

KENYA RURAL ROADS AUTHORITY

           Tel: 020-200157                                                                                                                                                                                                                                                 Regional Director

                                                                                                                                                                                                                                                                                          Mamboleo Regional Office

          Email: This email address is being protected from spambots. You need JavaScript enabled to view it.                                                                                                                                                                                                                                P.O. Box 1448-40100

           Website: www.kerra.go.ke                                                                                                                                                                                                                                  Kisumu, KENYA

                                                    

 

                                                                                                                                                                                                                                                                                             17th May, 2022                

TENDER NOTICE

INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS 

 

The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.

Bids are invited from contractors who are pre-qualified for YR 2021-2023 in the respective Constituencies in KeRRA Kisumu Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under GOK & 10%CS Funds.

 

 

     S/No.

ROAD NAME AND CONTRACT NO

Work

Category

Pre-tender site visit date

Contract Type

1.

F6082:KOMBEWA- OTENGA JNCT ROAD

KERRA/008/39/KSM/GOK/SEME/2-48-21|22-076

N/A

Tuesday, 24th May, 2022

Youth

2.

F6082:OTENGA JNCT - ASAT BEACH ROAD

KERRA/008/39/KSM/GOK/SEME/2-48-21|22-084

N/A

Tuesday, 24th May, 2022

Women

3.

D1887:KATITO-ST. ALLOYS ROAD

KERRA/008/39/KSM/GOK/NYAKACH/2-48-21|22-080

C

Monday, 23rd May, 2022

General

4.

E6129:PAP ONDITI- ONYUONGO ROAD

KERRA/008/39/KSM/GOK/NYAKACH/2-48-21|22-082

C

Monday, 23rd May, 2022

General

5.

C853:KIBOS – CHIGA ROAD

KERRA/008/39/KSM/GOK/KSMEAST/2-48-21|22-081

C

Tuesday, 24th May, 2022

General

6.

P238_KISUMU: KIBOS- ANGOLA ROAD

KERRA/008/39/KSM/GOK/KSMEAST/2-48-21|22-086

C

Tuesday, 24th May, 2022

General

7.

P236:RAGUMO-ANGOLA ROAD

KERRA/008/39/KSM/GOK/KSMEAST/2-48-21|22-085

C

Tuesday, 24th May, 2022

General

8.

D1893: RIAT-KANYAMEDHA ROAD

KERRA/008/39/KSM/GOK/KSM WEST/2-48-21|22-083

C

Tuesday, 24th May, 2022

General

9.

D1893: RIAT-NYAHERA ROAD

KERRA/008/39/KSM/GOK/KSMWEST/2-48-21|22-087

N/A

Tuesday, 24th May, 2022

Persons With Disability

10.

P78: RIAT- KIBOSWA ROAD

KERRA/008/39/KSM/GOK/KSMWEST/2-48-21|22-088

C

Tuesday, 24th May, 2022

General

11.

P78:KODIAGA - OTONGLO - RESEARCH – MIGINGO ROAD

KERRA/008/39/KSM/10%CS/KSMWEST/2-48-21|22-089

C

Tuesday, 24th May, 2022

General

12.

P-127:KIREMBE - NAWA BRIDGE ROAD

KERRA/008/39/KSM/10%CS/KSMWEST/2-48-21|22-090

C

Tuesday, 24th May, 2022

General

 

RE-TENDERED TENDERS

13.

RODI - NYAMISRI – KALOKA: G62508

KERRA/008/39/KSM10% CS/SEME/2-48-21|22-074

N/A

Tuesday, 24th May, 2022

Youth

14.

KIT MIKAYI - LUNGA PRI. SCH: G62437

KERRA/008/39/KSM10% CS/SEME/2-48-21|22-075

N/A

Tuesday, 24th May, 2022

Women

INSTRUCTIONS TO TENDERES

 

  1. Bidders are advised to give the correct email addresses to ease communication regarding the tendering process.
  1. Bidders who are prequalified in respective work category and Constituencies may tender.
  1. The scope of works for various contracts are as stipulated in Tender Documents and in the pre-qualification work categories that have been outlined above.
  1. Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria are outlined in the Bid document.
  1. Bidders participating under Youth, Women or Persons with Disability Must attach certified copies of their registration certificates issued by National Treasury.
  1. Bidders are required to attach all Company MANDATORY requirements:
  2. Other qualification requirements are as outlined in the Tender Document.
  1. Bidders are requested to continually check the KeRRA website kerra.go.ke for any tender addenda or clarifications that may arise before submission date.

Interested eligible bidders will download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke from Thursday 19th May, 2022.

Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:

                                      

Regional Director - Roads,

Kenya Rural Roads Authority,

P.O. Box 1448-40100

KISUMU

 All filled and sealed tenders MUST be submitted not later than 10.00 am on or before Tuesday 31ST May, 2022 and deposited in the Tender Boxes of the respective constituencies located at the Kisumu Regional Office in Kisumu County, Mamboleo Office.

Due to Covid-19 Pandemic and MOH guidelines on social distancing, opening of the tenders will take place immediately thereafter at Kisumu Regional Office in the presence of a few selected bidders on first come first served basis.

 

NB: Canvassing by tenderers will lead to automatic disqualification.

 

Eng. K. A. Ochieng

Regional Director

KISUMU REGION

 

 

KISUMU REGION JULY 2024 TENDERS FY 2023/2024

KENYA RURAL ROADS AUTHORITY

                                                                                                                                                                                                                                      23rd July, 2024

TENDER NOTICE

The Kenya Rural Roads Authority (KeRRA) is a state corporate established under the Kenya Roads Act 2007 with a mandate to manage, develop, and maintain the rural road network in the country. Kisumu Region,

 wish to hereby invite bids from REGISTERED contractors in the Region and others within the special                     category (Y/W/PWD) for Road Maintenance project for FY 2023/24 for the following tenders.

Download Tender Notice Here

S/No.

Tender Ref.

Region:

Road Name

Category & Target group

Eligible bidders/

NCA

1.

KERRA/008/39/KSM/2-48-23|24-095

P188_KISUMU: OBWOLO JUNCTION- ELGONS ROAD

Persons With Disability

NCA 6, 7 & 8.

2.

KERRA/008/39/KSM/2-48-23|24-096

G62423: BAR KORWA- JAPUONJE OGOMO ROAD

YOUTH

NCA 6, 7 & 8.

3.

KERRA/008/39/KSM/2-48-23|24-097

G62384: KMTC LANGI POLYTECHNIC ROAD

YOUTH

NCA 6, 7 & 8.

4.

KERRA/008/39/KSM/2-48-23|24-098

G63238: MASOGO - NGERE – KAGORO ROAD

WOMEN

NCA 6, 7 & 8.

5.

KERRA/008/39/KSM/2-48-23|24-099

G63167: KATITO- MIRUKA ROAD

Registered Contractors in Kisumu Region

NCA 6, 7 & 8.

6.

KERRA/008/39/KSM/2-48-23|24-100

P243: OGANGO - STAR HOSPITAL ROAD

Registered Contractors in Kisumu Region

NCA 6, 7 & 8

7.

KERRA/008/39/KSM/2-48-23|24-101

P166: BUKNA- UKWELI ROAD

Registered Contractors in Kisumu Region

NCA 6, 7 & 8

8.

KERRA/008/39/KSM/2-48-23|24-102

G62429: KITMIKAYI- GOT ODONGO ROAD

Registered Contractors in Kisumu Region

NCA 6, 7 & 8

9.

KERRA/008/39/KSM/2-48-23|24-103

G62387: AMII- NDURU KADERO ROAD

Registered Contractors in Kisumu Region

NCA 6, 7 & 8

10.

KERRA/008/39/KSM/2-48-23|24-104

G62384: KOLENYO- UGONA KADERO ROAD

WOMEN

NCA 6, 7 & 8

11.

KERRA/008/39/KSM/2-48-23|24-105

C853: CHIGA - DB NYANDO ROAD

Registered Contractors in Kisumu Region

NCA 6, 7 & 8

12.

KERRA/008/39/KSM/2-48-23|24-106

C853: CHIGA - DB NYANDO ROAD

Registered Contractors in Kisumu Region

NCA 6, 7 & 8

13.

KERRA/008/39/KSM/2-48-23|24-107

C758: NYAMARIMBA – OBUORA ROAD

Registered Contractors in Kisumu Region

NCA 6, 7 & 8

14.

KERRA/008/39/KSM/2-48-23|24-108

E6129: PAP ONDITI – BODI ROAD

Registered Contractors in Kisumu Region

NCA 6, 7 & 8

15.

KERRA/008/39/KSM/2-48-23|24-109

C756: STORE PAMBA - JNC E1123 ROAD

WOMEN

NCA 6, 7 & 8

16.

KERRA/008/39/KSM/2-48-23|24-110

E6137: URUDI- PAW TANGE ROAD

Registered Contractors in Kisumu Region

NCA 6, 7 & 8

17.

KERRA/008/39/KSM/2-48-23|24-111

G62499: HOLO-EKWANDA ROAD

Registered Contractors in Kisumu Region

NCA 6, 7 & 8

18.

KERRA/008/39/KSM/2-48-23|24-112

F6082: KORUMBA- KAWEGA ROAD

Registered Contractors in Kisumu Region

NCA 6, 7 & 8

19.

KERRA/008/39/KSM/2-48-23|24-113

G63238: OTHOO- WANGAYA ROAD

Registered Contractors in Kisumu Region

NCA 6, 7 & 8

20.

KERRA/008/39/KSM/2-48-23|24-114

C674: CHEMELIL – ACHEGO ROAD

Registered Contractors in Kisumu Region

NCA 6, 7 & 8

21.

KERRA/008/39/KSM/2-48-23|24-115

C677: MUHORONI- SONGHOR ROAD

Registered Contractors in Kisumu Region

NCA 6, 7 & 8

22.

KERRA/008/39/KSM/2-48-23|24-116

N26_Kisumu: KIREMBE SCH - USOMA BEACH ROAD

Registered Contractors in Kisumu Region

NCA 6, 7 & 8

23.

KERRA/008/39/KSM/2-48-23|24-117

K11_Kisumu: MAMBOLEO RIAT ROAD

Registered Contractors in Kisumu Region

NCA 6, 7 & 8

24.

KERRA/008/39/KSM/2-48-23|24-118

N26_Kisumu: OTONGLO-RIAT LOWER ROAD

Registered Contractors in Kisumu Region

NCA 6, 7 & 8

25.

KERRA/008/39/KSM/2-48-23|24-120

D1593: KIBOSWA- DARAJA MBILI ROAD

Registered Contractors in Kisumu Region

NCA 6, 7 & 8

26.

KERRA/008/39/KSM/2-48-23|24-121

C854: KOROWE – WITHUR ROAD

Registered Contractors in Kisumu Region

NCA 6, 7 & 8

27.

KERRA/008/39/KSM/2-48-23|24-122

C854: KOROWE- NYANGANDE ROAD

Registered Contractors in Kisumu Region

NCA 6, 7 & 8

28.

KERRA/008/39/KSM/2-48-23|24-123

C854: POMBO- NYAMRUNDU ROAD

Registered Contractors in Kisumu Region

NCA 6, 7 & 8

29.

KERRA/008/39/KSM/2-48-23|24-124

E6135: NYALENDA- NYIRENDA ROAD

Registered Contractors in Kisumu Region

NCA 6, 7 & 8

30.

KERRA/008/39/KSM/2-48-23|24-125

C854: WITHUR- NYANGANDE ROAD

Registered Contractors in Kisumu Region

NCA 6, 7 & 8

31.

KERRA/008/39/KSM/2-48-23|24-127

K13_Kisumu: OBAMBO- OGAL BEACH ROAD

Registered Contractors in Kisumu Region

NCA 6, 7 & 8

Bidders MUST meet the following requirements alongside other requirements contained in tender documents. 

  1. To enhance equity bidders will only be awarded a maximum of two tenders either as a director or a company under this tender notice.
  2. Bidders are requested to familiarize themselves with the site before tendering.
  3. MUST provide original document clearly marked “ORIGINAL” and a copy clearly marked “COPY”
  4. All Interested bidders are required to continually check the KeRRA website kerra.go.ke/tenders for any tender addendum or clarification that may arise before the submission date.

NOTE

Note: The cost estimate of the proposed works has been provided in the tender document.

Tender documents detailing requirements shall be obtained from the KeRRA website www.kerra.go.ke Complete tender document Duly serialized; in Wax Sealed Plain Envelopes marked with Tender Reference (KeRRA/008/39/KSM….) number and Description, should be sent to the address below or deposited in the Tender Box located at KeRRA KISUMU, Mamboleo Office within the Kenya Rural Roads Authority Kisumu Region offices situated along Kisumu - Kakamega Highway}.

     Regional Director

     Kenya Rural Roads Authority,

P.O. Box 1448-40100,

KISUMU.  

So as to be received on 5th August, 2024 at 10:00 am and be opened immediately thereafter in the presence of bidders’ representatives who may wish to attend, however bidders may request for any information through the office.

   

NAME ENG. K.A.OCHIENG

REGIONAL DIRECTOR, 

KISUMU REGION.

KISUMU REGION MARCH -F/Y 2021-22

Download Tender Notice Here

KENYA RURAL ROADS AUTHORITY

           Tel: 020-200157                                                                                                                                                                                                                                              Regional Director

                                                                                                                                                                                                                                                                                      Mamboleo Regional Office

          Email: This email address is being protected from spambots. You need JavaScript enabled to view it.                                                                                                                                                                                                                           P.O. Box 1448-40100

           Website: www.kerra.go.ke                                                                                                                                                                                                                              Kisumu, KENYA

                                                    

C:UsersHPAppDataLocalTempmsohtmlclip1�1clip_image001.gif 

                                                                                                                                                       8th March, 2022                

TENDER NOTICE

INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS 

 

The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.

Bids are invited from contractors who are pre-qualified for YR 2021-2023 in the respective Constituencies in KeRRA Kisumu Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under 10%CS Funds.

 

 

     S/No.

ROAD NAME AND CONTRACT NO

Work

Category

Pre-tender site visit date

Contract Type

1.

Tido- Sabembe: K13_Kisumu

KERRA/008/39/KSM10% CS/KSM WEST/2-48-21|22-072

C

Bidders to liaise with CROs for Pre tender site visit

General

2.

Tido- Alwangni: K13_Kisumu

KERRA/008/39/KSM10% CS/KSM WEST/2-48-21|22-073

C

Bidders to liaise with CROs for Pre tender site visit

General

3.

Rodi - Nyamisri – Kaloka: G62508

KERRA/008/39/KSM10% CS/SEME/2-48-21|22-074

C

Bidders to liaise with CROs for Pre tender site visit

General

4.

Kit Mikayi - Lunga Pri. Sch: G62437

KERRA/008/39/KSM10% CS/SEME/2-48-21|22-075

N/A

Bidders to liaise with CROs for Pre tender site visit

PWD

5.

Kenya Brewaries – Nyawita Road: P206

KERRA/008/39/KSM10% CS/KSM CENTRAL/2-48-21|22-077

N/A

Bidders to liaise with CROs for Pre tender site visit

Women

6.

Sewage – Riat Road: P71

KERRA/008/39/KSM10% CS/KSM CENTRAL/2-48-21|22-078

N/A

Bidders to liaise with CROs for Pre tender site visit

Youth

7.

Otonglo-Riat Lower Road: N26_Kisumu

KERRA/008/39/KSM10% CS/KSM CENTRAL/2-48-21|22-079

N/A

Bidders to liaise with CROs for Pre tender site visit

Women

 

INSTRUCTIONS TO TENDERES

 

  1. Bidders are advised to give the correct email addresses to ease communication regarding the tendering process.
  1. Bidders who are prequalified in respective work category and Constituencies may tender.
  1. The scope of works for various contracts are as stipulated in Tender Documents and in the pre-qualification work categories that have been outlined above.
  1. Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria are outlined in the Bid document.
  1. Bidders participating under Youth, Women or Persons with Disability Must attach certified copies of their registration certificates issued by National Treasury.
  1. Due to covid-19 and consequently the presidential directive issued, MANDATORY PRE-TENDER site visits shall be held between 16th March, 2022 and 18th March, 2022 from 8.00 am to 3.00 pm. Bidders are required to make their own arrangements in liaison with the respective CROs to visit the site, and have their site visit Certificate signed by the respective Constituency Roads Officers. 
  1. Bidders are required to attach all Company MANDATORY requirements:
  2. Other qualification requirements are as outlined in the Tender Document.
  1. Bidders are requested to continually check the KeRRA website kerra.go.ke for any tender addenda or clarifications that may arise before submission date.

Interested eligible bidders will download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke from Friday 11th March, 2022.

Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:

                                      

Regional Director - Roads,

Kenya Rural Roads Authority,

P.O. Box 1448-40100

KISUMU

 All filled and sealed tenders MUST be submitted not later than 10.00 am on or before Friday 25th March, 2022 and deposited in the Tender Boxes of the respective constituencies located at the Kisumu Regional Office in Kisumu County, Mamboleo Office.

Due to Covid-19 Pandemic and MOH guidelines on social distancing, opening of the tenders will take place immediately thereafter at Kisumu Regional Office in the presence of a few selected bidders on first come first served basis.

 

NB: Canvassing by tenderers will lead to automatic disqualification.

 

Eng. K. A. Ochieng

Regional Director

KISUMU REGION

 

KISUMU REGION SPECIAL FUND -F/Y 2021-22

Download Tender Notice Here

Download Addendum Notice 1 Here

KENYA RURAL ROADS AUTHORITY

Tel: 020-200157                                                                                                                                                                         Regional Director

                                                                                                                                                                                                   Mamboleo Regional Office

Email: This email address is being protected from spambots. You need JavaScript enabled to view it.                                                                                                                                                       P.O. Box 1448-40100

Website: www.kerra.go.ke                                                                                                                                                          Kisumu, KENYA

                                                                                                                                                                                                                                                                                                                         

 

                                                                                                                                                                                                7th February, 2022                                                                         

TENDER NOTICE

INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS

The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.

Bids are invited from contractors who are pre-qualified for YR 2019-2021 in the respective Constituencies in KeRRA Kisumu Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under 10%CS and GOK Funds & UHC Enabler Funds for FY 2021-2022.

 

 

              S/No.

ROAD NAME AND CONTRACT NO

Work Category

Pre-tender site visit date

Contract Type

1.

OKORE JUNCTION- TIENGRE SCHOOL(UK42_001) ROAD

KERRA/008/39/KSM/10% CS/KSM WEST/2-48-21|22-059

C

Bidders to arrange own visit

General

2.

KISIAN RAILWAY JNC-KODIAGA PRISON (P-127) ROAD

KERRA/008/39/KSM/10% CS/KSM WEST/2-48-21|22-058

C

Bidders to arrange own visit

General

3.

ACCESS TO CHULAIMBO HOSPITAL

KERRA/011/39/KSM/UHC ENABLER/KSM WEST/2-48-20|21-128

C

Bidders to arrange own visit

General

4.

WATHOREGO - JNC U_G62825(GITA SUBCOUNTY HOSPITAL) ROAD

KERRA/011/39/KSM/UHC ENABLER/KSM EAST/2-48-20|21-129

C

Bidders to arrange own visit

Women

5.

KANYAMLORI- NDUGA(G63176)ROAD

KERRA/008/39/KSM/GOK/NYAKACH/2-48-21|22-062

C

Bidders to arrange own visit

General

6.

ACCESS TO KATITO SUB-COUNTY

KERRA/011/39/KSM/UHC ENABLER/NYAKACH/2-48-20|21-127

C

Bidders to arrange own visit

General

7.

KOGUTU- MIGERE- ONYALOBIRO (D1890) ROAD

KERRA/008/39/KSM/GOK/MUHORONI/2-48-21|22-060

N/A

Bidders to arrange own visit

Youth

8.

AWASI- NGULA (D1890) ROAD

KERRA/008/39/KSM/GOK/MUHORONI/2-48-21|22-063

N/A

Bidders to arrange own visit

General

9.

RERU- NGERE- KONAM (G62404)ROAD

KERRA/008/39/KSM/AIA/SEME/2-48-21|22-067

N/A

Bidders to arrange own visit

General

10.

ASOL- KABONGO- BAR KORWA(G62429)ROAD

KERRA/008/39/KSM/AIA/SEME/2-48-21|22-068

N/A

Bidders to arrange own visit

General

   11.

KONDIGO- RAMUYA(G62364) ROAD

KERRA/008/39/KSM/AIA/SEME/2-48-21|22-069

N/A

Bidders to arrange own visit

PWD

12.

RAPOGI – KINDU(G62365)ROAD

KERRA/008/39/KSM/AIA/SEME/2-48-21|22-070

C

Bidders to arrange own visit

General

13.

BOYA- CATHOLIC CHURCH(G63215)ROAD

KERRA/008/39/KSM/AIA/NYANDO/2-48-21|22-071

C

Bidders to arrange own visit

Women

 

INSTRUCTIONS TO TENDERES

 

  1. Bidders are advised to give the correct email addresses to ease communication regarding the tendering process.
  1. Bidders who are prequalified in respective work category and Constituencies may tender.
  1. 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.
  1. Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria are outlined in the Bid document.
  1. Bidders participating under Youth, Women or Persons with Disability Must attach certified copies of their registration certificates issued by National Treasury.
  1. Due to Covid19 Pandemic and consequently the Presidential directives issued, there shall be no Pre tender site visits arranged by the authority. However, bidders are encouraged to make personal arrangement to acquaint themselves with the sites before submission of bids.
  1. Bidders are required to attach copies of Company MANDATORY requirements.
  2. Other qualification requirements are as outlined in the Tender Document.
  1. Bidders are requested to continually check the KeRRA website www.kerra.go.ke for any tender addenda or clarifications that may arise before submission date.

Interested eligible bidders will download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke from Wednesday 9th February, 2022.

Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:

                                     

Regional Director - Roads,

Kenya Rural Roads Authority,

P.O. Box 1448-40100

KISUMU

All filled and sealed tenders MUST be submitted not later than 10.00 am on or before Monday 21st February, 2022 and deposited in the Tender Boxes of the respective constituencies located at the Kisumu Regional Office in Kisumu County, Mamboleo Office.

Due to Covid-19 Pandemic and MOH guidelines on social distancing, opening of the tenders will take place immediately thereafter at Kisumu Regional Office in the presence of a few bidders selected on first come first served basis.

NB: Canvassing by tenderers will lead to automatic disqualification.

Eng. K. A. Ochieng

Regional Director

KISUMU REGION

 

KISUMU REGION SPECIAL FUND SAVINGS -F/Y 2020-21

 Download Tender Notice Here

KENYA RURAL ROADS AUTHORITY

Tel: 020-200157                                                                                                                                                                                                          Regional Director

                                                                                                                                                                                                                                Mamboleo Regional Office

Email: This email address is being protected from spambots. You need JavaScript enabled to view it.                                                                                                                                                                                        P.O. Box 1448-40100

Website: www.kerra.go.ke                                                                                                                                                                                           Kisumu, KENYA

                                                                                                                                                                                                                                                                                                                         

 

                                                                                                                                                                                                                              7th February, 2022                                                                          

TENDER NOTICE

INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS

 

The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.

Bids are invited from contractors who are pre-qualified for YR 2019-2021 in the respective Constituencies in KeRRA Kisumu Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under 10% RMLF, 10%CS Savings, AIA Savings Funds and GOK Savings Funds for FY 2020-2021.

 

              S/No.

ROAD NAME AND CONTRACT NO

Work Category

Pre-tender site visit date

Contract Type

1.

RIAT NYAHERA(D1893) ROAD

KERRA/008/39/KSM/10% CS SAVINGS/KSM WEST/2-48-20|21-139

C

Bidders to arrange own visit

General

2.

COPTIC-KONA MBAYA(G93187)ROAD

KERRA/008/39/KSM/10% CS SAVINGS/KSM WEST/2-48-20|21-132

N/A

Bidders to arrange own visit

PWD

3.

ORONGO – NYAMWARE A(F6091)ROAD

KERRA/008/39/KSM/GOK SAVINGS/KSM EAST/2-48-20|21-136

C

Bidders to arrange own visit

General

4.

KUSA – KOLWENY(C757 )ROAD

KERRA/008/39/KSM/10% CS SAVINGS/NYAKACH/2-48-20|21-133

N/A

Bidders to arrange own visit

Youth

5.

NYAMARIMBA-KOLWENY(C757) ROAD

KERRA/011/39/KSM/10% SAVINGS/NYAKACH/2-48-20|21-108

C

Bidders to arrange own visit

General

6.

TAMU – MARIWA(C677) ROAD

KERRA/008/39/KSM/10% CS SAVINGS/MUHORONI/2-48-20|21-134

N/A

Bidders to arrange own visit

Youth

7.

OMBEYI – MASOGO(C852)ROAD

KERRA/008/39/KSM/AIA SAVINGS/MUHORONI/2-48-20|21-137

N/A

Bidders to arrange own visit

Women

8.

OMBEYI – MASOGO(C852)ROAD

KERRA/011/39/KSM/10% SAVINGS/MUHORONI/2-48-20|21-112

C

Bidders to arrange own visit

General

9.

NYANGOTO- MITANDO(G63198)ROAD

KERRA/008/39/KSM/GOK SAVINGS//2-48-20|21-138

C

Bidders to arrange own visit

General

10.

RIAT-ARITO LANGI(G62365) ROAD

KERRA/011/39/KSM/10% SAVINGS/SEME/2-48-20|21-126

N/A

Bidders to arrange own visit

Women

11.

WITHUR – NYANGANDE (C854) ROAD

KERRA/011/39/KSM/10%SAVINGS/NYANDO/2-48-20|21-118

C

Bidders to arrange own visit

General

 

INSTRUCTIONS TO TENDERES

 

  1. Bidders are advised to give the correct email addresses to ease communication regarding the tendering process.
  1. Bidders who are prequalified in respective work category and Constituencies may tender.
  1. 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.
  1. Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria are outlined in the Bid document.
  1. Bidders participating under Youth, Women or Persons with Disability Must attach certified pies of their registration certificates issued by National Treasury.
  1. Due to Covid19 Pandemic and consequently the Presidential directives issued, there shall be no Pre tender site visits arranged by the authority. However, bidders are encouraged to make personal arrangement to acquaint themselves with the sites before submission of bids.
  1. Bidders are required to attach copies of Company MANDATORY requirements.
  2. Other qualification requirements are as outlined in the Tender Document.
  1. Bidders are requested to continually check the KeRRA website www.kerra.go.ke for any tender addenda or clarifications that may arise before submission date.

Interested eligible bidders will download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke from Wednesday 9th February, 2022.

Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:

                                      

Regional Director - Roads,

Kenya Rural Roads Authority,

P.O. Box 1448-40100

KISUMU

All filled and sealed tenders MUST be submitted not later than 10.00 am on or before Monday 21st February, 2022 and deposited in the Tender Boxes of the respective constituencies located at the Kisumu Regional Office in Kisumu County, Mamboleo Office.

Due to Covid-19 Pandemic and MOH guidelines on social distancing, opening of the tenders will take place immediately thereafter at Kisumu Regional Office in the presence of a few bidders selected on first come first served basis.

NB: Canvassing by tenderers will lead to automatic disqualification.

Eng. K. A. Ochieng

Regional Director

KISUMU REGION

 

KISUMU REGION Spot Improvement Works under 10% Savings, 10%CS Savings, GOK, GOK Savings & 10%CS Funds.

7th February, 2022                

TENDER NOTICE

INVITATION OF BIDS FOR MINOR ROAD WORKS/SPOT IMPROVEMENT WORKS 

 

The Kenya Rural Roads Authority (KeRRA) is a state corporation established under the Kenya Roads Act 2007, with the responsibility of management, development, rehabilitation and maintenance of rural roads.

Bids are invited from contractors who are pre-qualified for YR 2021-2023 in the respective Constituencies in KeRRA Kisumu Region and in the respective work categories for the following Minor Road Maintenance and Spot Improvement Works under 10% Savings, 10%CS Savings, GOK, GOK Savings & 10%CS  Funds.

 

 

     S/No.

ROAD NAME AND CONTRACT NO

Work

Category

Pre-tender site visit date

Contract Type

1.

ORONGO- NYADHOKA(F6091)ROAD

KERRA/008/39/KSM/GOK/KSM EAST/2-48-21|22-061

N/A

Bidders to arrange own visit

Youth

2.

AKADO POLYTECHNIC- JAMAA

SCHOOL(UK42_002 )ROAD

KERRA/008/39/KSM/GOK/KSM EAST/2-48-21|22-064

N/A

Bidders to arrange own visit

Women

3.

GITA – KASETA(N28_Kisumu)ROAD

KERRA/008/39/KSM/GOK/KSM EAST/2-48-21|22-065

C

Bidders to arrange own visit

General

4.

KIBOS – CHIGA(C853)ROAD

KERRA/008/39/KSM/GOK/KSM EAST/2-48-21|22-066

C

Bidders to arrange own visit

General

5.

WESTERN WIGWA – RING(P308_Kisumu) ROAD

KERRA/008/39/KSM/10% CS/KSM CENTRAL/2-48-

21|22-056

C

Bidders to arrange own visit

General

6.

TAKO – KAPUOTHE(P63_Kisumu)ROAD

KERRA/008/39/KSM/10% CS/KSM CENTRAL/2-48-

21|22-057

C

Bidders to arrange own visit

PWD

7.

WESTERN WIGWA – RING(P308_Kisumu) ROAD

KERRA/008/39/KSM/10% CS SAVINGS /KSM CENTRAL/2-48-20|21-131

C

Bidders to arrange own visit

General

8.

CHIGA - DB NYANDO(C853)ROAD

KERRA/011/39/KSM/10%SAVINGS/KSM EAST/2-48-

20|21-107

C

Bidders to arrange own visit

General

9.

KIREMBE SCH - USOMA BEACH(N26)ROAD

KERRA/011/39/KSM/10%SAVINGS/KSM CENTRAL/2-48-20|21-114

C

Bidders to arrange own visit

General

10.

KIBOSWA - BAR OGWAL (U_P117)ROAD

KERRA/011/39/KSM/10%SAVINGS/KSM WEST/2-48-

20|21-124

N/A

Bidders to arrange own visit

Women

11.

RIAT – NYAHERA A (D1893) ROAD

KERRA/008/39/KSM/10% CS SAVINGS/KSM WEST/2-48-20|21-141

C

Bidders to arrange own visit

General

12.

HUMA-LELA-DARAJA MBILI (G62511) ROAD

KERRA/008/39/KSM/10% CS SAVINGS/KSM WEST/2-48-20|21-140

N/A 

Bidders to arrange own visit

Youth

13.

BODI – ALWALA(BODI-ASAT)(G62410)ROAD

KERRA/008/39/KSM/GOK SAVINGS/SEME/2-48-

20|21-130

N/A

Bidders to arrange own visit

General

14.

HOLO – EKWANDA(G93234)ROAD

KERRA/008/39/KSM/10% CS SAVINGS/SEME/2-48-

20|21-135

C

Bidders to arrange own visit

General

 

INSTRUCTIONS TO TENDERES

 

  1. Bidders are advised to give the correct email addresses to ease communication regarding the tendering process.
  1. Bidders who are prequalified in respective work category and Constituencies may tender.
  1. 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.
  1. Bidders participating under Y, W&PWD need not be prequalified and their qualification criteria are outlined in the Bid document.
  1. Bidders participating under Youth, Women or Persons with Disability Must attach certified copies of their registration certificates issued by National Treasury.
  1. Due to Covid19 Pandemic and consequently the Presidential directives issued, there shall be no Pre tender site visits arranged by the authority. However, bidders are encouraged to make personal arrangement to acquaint themselves with the sites before submission of bids.
  1. Bidders are required to attach all Company MANDATORY requirements:
  2. Other qualification requirements are as outlined in the Tender Document.
  1. Bidders are requested to continually check the KeRRA website kerra.go.ke for any tender addenda or clarifications that may arise before submission date.

Interested eligible bidders will download the tender documents from the Kenya Rural Roads Authority (KeRRA) website: www.kerra.go.ke from Wednesday 9th February, 2022.

Duly filled Tender Documents in plain sealed envelopes marked with respective tender number, Project Name and constituency should be addressed to:

                                      

Regional Director - Roads,

Kenya Rural Roads Authority,

P.O. Box 1448-40100

KISUMU

All filled and sealed tenders MUST be submitted not later than 10.00 am on or before Monday 21st February, 2022 and deposited in the Tender Boxes of the respective constituencies located at the Kisumu Regional Office in Kisumu County, Mamboleo Office.

Due to Covid-19 Pandemic and MOH guidelines on social distancing, opening of the tenders will take place immediately thereafter at Kisumu Regional Office in the presence of a few selected bidders on first come first served basis.

NB: Canvassing by tenderers will lead to automatic disqualification.

Eng. K. A. Ochieng

Regional Director

KISUMU REGION

KITUI REGION

 TENDER NOTICE - Download Advert here!

 

KITUI RURAL CONSTITUENCY 22% RMLF

CONTRACT

NO.

 ROAD NO & NAME

ELIGIBLE BIDDERS

 ENGINEEER'S ESTIMATE

SCOPE OF WORK

 Document

SITE VISIT DATE

055

D511: Kiusyani – Kwa Kilui

OPEN

3,242,322.00

Light Bush Clearing, culvert cleaning, Culvert Installation, Concrete Works, Light Grading and Gravel patching

Download

4/6/2018 (Depart from Kitui Regional Office at 10.00AM)

056

D511: Tiva-Kiusyani

AGPO

1,846,826.00

Light Bush Clearing, culvert cleaning, Culvert Installation, Concrete works, Light Grading and Gravel patching

Download

4/6/2018 (Depart from Kitui Regional Office at 10.00AM)

057

E709: Kanyongonyo- Makutano - Ilengi

AGPO

1,346,710.29

Light Bush Clearing, culvert cleaning, Light Grading and Gravel patching

Download

4/6/2018 (Depart from Kitui Regional Office at 10.00AM)

058

E709: Kilumya –Kanyongonyo

OPEN

3,206,705.33

Light Bush Clearing, culvert cleaning, Light Grading and Gravel patching

Download

4/6/2018 (Depart from Kitui Regional Office at 10.00AM)

 

KITUI CENTRAL CONSTITUENCY 22% RMLF

031

E740: Kasyala – Mutune- Kalundu

ALL

4,252,764.00

Light Bush Clearing, Concrete works, Light Grading.

Download

5/6/2018

(Depart from Kitui Regional Office at 10.00AM)

020

D511:C96 Mulutu – Tiva

AGPO

910,280.00

Light Bush Clearing, Light Grading and Gravel patching

Download

5/6/2018

(Depart from Kitui Regional Office at 10.00AM)

 

KITUI WEST CONSTITUENCY 22% RMLF

014

D510: Inyoeni - Tulia

AGPO

2,929,641.84

Light Bush Clearing, Light Grading and Gravel patching

Download

4/6/2018

(Depart from Kitui Regional Office at 10.00AM)

015

D510:Kakumuti- Inyoeni

AGPO

2,998,773.00

Light Bush Clearing, Light Grading and Gravel patching

Download

4/6/2018

(Depart from Kitui Regional Office at 10.00AM)

032

E744J2: Kwa Siku- Yalatani

OPEN

4,106,939.60

Light Bush Clearing, Concrete works, Gabion Installation, Rock fill to Gabions, Light Grading and Gravel patching.

Download

4/6/2018

(Depart from Kitui Regional Office at 10.00AM)

 

KITUI EAST CONSTITUENCY 22% RMLF

054

D507J1: Mwitika - Kivaoni

OPEN

2,457,725.00

Light Bush Clearing, Culvert cleaning, Culvert Installation, Light Grading and Gravel patching

Download

5/6/2018

(Depart from Kitui Regional Office at 10.00AM)

051

D505: Nzangathi -Mbitini

ALL

3,204,213.47

Light Bush Clearing, Culvert Installation, Gabion Installation Light Grading and Gravel patching

Download

5/6/2018

(Depart from Kitui Regional Office at 10.00AM)

052

D505: Kiini - Nzangathi

AGPO

1,880,284.25

Light Bush Clearing, Gabion Installation Light Grading and Gravel patching

Download

5/6/2018

(Depart from Kitui Regional Office at 10.00AM)

053

D507J1: Kivaoni- Kinakoni

ALL

2,467,824.00

Light Bush Clearing, Culvert Cleaning, Light Grading and Gravel patching

Download

5/6/2018

(Depart from Kitui Regional Office at 10.00AM)

 

KITUI SOUTH CONSTITUENCY 22% RMLF

003

D508:B7 Ikutha – Mutha - Kisyuni

OPEN

4,555,876.00

Light Bush Clearing, Light Grading and Gravel Patching.

Download

6/06/2018

(Depart from Mutomo KeRRA  Office at 10.00AM)

047

D507J1: Kinakoni –B7 myei

AGPO

4,065,593.81

Light Bush Clearing, Excavation and spread in soft Material, Rock fill and Compaction, concrete works, Light Grading and Gravel Ptching

Download

6/06/2018 (Depart from Mutomo KeRRA  Office at 10.00AM

 

MWINGI CENTRAL CONSTITUENCY 22% RMLF

065

D507: Nuu- Ndovoini

OPEN

2,707,695.40

Light Bush Clearing, Cut to fill in hard material, culvert Installation, Heavy Grading and gravel patching.

Download

7/06/2018 (Depart from Mwingi KeRRA  Office at 10.00AM)

066

D507: Mikuyuni – Yoonye- Nyaani                                                                                                              

AGPO

3,707,154.47

Heavy Bush Clearing, Cut to fill in soft material, Culvert cleaning, Culvert Installation, Heavy Grading

Download

7/06/2018 (Depart from Mwingi KeRRA  Office at 10.00AM)

068

D507: Nyaani-Nuu

OPEN

2,818,694.61

Light Bush Clearing, Cut to fill in soft material, Gabion Installation, Rock fill, Culvert Installation, Heavy Grading and gravel patching

Download

7/06/2018 (Depart from Mwingi KeRRA  Office at 10.00AM)

 

MWINGI WEST CONSTITUENCY 22% RMLF

061

E744B: Thitani -Yenzuva

AGPO

1,880,052.62

Light Bush Clearing, Culvert cleaning, culvert Installation, Heavy Grading and gravel patching

Download

8/06/2018 (Depart from Mwingi KeRRA  Office at 10.00AM)

062

E744B: Yenzuva-Mavui

AGPO

1,975,122.11

Light Bush Clearing, Culvert Installation Heavy Grading and Gravel patching

Download

8/06/2018 (Depart from Mwingi KeRRA  Office at 10.00AM)

063

D502:A3Mwingi- Mumbuni

OPEN

2,584,685.68

Light Bush Clearing, Culvert cleaning, culvert Installation, Heavy Grading and gravel patching

Download

8/06/2018 (Depart from Mwingi KeRRA  Office at 10.00AM)

064

D502: Mumbuni – Nzeluni - Mwanzilu

OPEN

2,665,085.83

Light Bush Clearing, culvert Installation, Heavy Grading, Gravel Patching.

Download

8/6/2018 (Depart from Mwingi KeRRA  Office at 10.00AM)

 

MWINGI NORTH CONSTITUENCY 22% RMLF

022

D478: Kyuso –Kora Junction- Mwangea

OPEN

4,513,699.30

Light Bush Clearing, Cut to fill in soft material, Culvert Cleaning, Culvert Installation, Heavy Grading, gravel patching

Download

11/06/2018(Depart from Mwingi KeRRA  Office at 10.00AM)

044

R34: Kyuso-Ngaaie- Kithumula

AGPO

1,578,754.50

Heavy bush Clearing, Cut to fill in soft material, Culvert Installation Gabion installation, rock fill to gabions, Heavy Grading.

Download

11/06/2018(Depart from Mwingi KeRRA  Office at 10.00AM)

050

R3-01: Ngiluni-Ngomeni-Mandongoi

OPEN

3,823,999.90

Light bush Clearing, Cut to Fill in soft material, Culvert cleaning, Culvert Installation, Heavy Grading and gravel patching.

Download

11/06/2018(Depart from Mwingi KeRRA  Office at 10.00AM)

                       

 

KITUI REGION - DECEMBER 2018

TENDER NOTICE - Ministry Allocation!

                          - 10% Allocation!

 

INVITATION TO TENDERS UNDER MINISTER ALLOCATION AND 22% BY RMLF FOR THE FY 2018/2019 IN KITUI REGION

 

CONSTITUENCY

CONTRACT NO.

ROAD NAME

DOCUMENT

BUDGET PROVISION

TARGET GROUP

SITE VISIT DATE

 

MWINGI CENTRAL

KeRRA/011/KTI/
039/091/MA/2017-2018

R19- MWINGI: MUTWANGOMBE – NYAANYAA

- KYULUNGWAA

Download

3,273,000.00

YOUTH

4/1/19

KeRRA/011/KTI/
039/147/MA/2017-2018

R19- MWINGI: NYAANYAA- MAONGOA- KYONDONI

Download

3,341,000.00

ALL

4/1/19

KeRRA/011/KTI/039/
102/MA/2018-2019

E745: MUTHWANGOMBE – MATHUKI ROAD

Download

5,120,000.00

ALL

4/1/19

KITUI WEST

KeRRA/011/KTI/039/100/MA/2018-2019

E740 KWA MBELU – MUTHALE – MAKUTANO JUNCTION

Download

5,198,000.00

WOMEN

3/1/19

KITUI WEST

         

 

KeRRA/011/KTI/
039/22%S/148/
2018-2019

URP 148: KABATI -KYONDONI

Download

2,625,000.00

YOUTH

3/1/19

KITUI SOUTH

KeRRA/KTI/011/039/093/MA/2017-2018

UR 721 SYONGUNI - MUVUKO

Download

4,670,000.00

YOUTH

4/1/19

KeRRA/KTI/011/039/094/MA/2017-2018

UR 721 SYONGUNI - MUVUKO

Download

5,975,000.00

ALL

4/1/19

KITUI RURAL

KeRRA/KTI/011/039/103/MA/2017-2018

E732: KISASI – NGUUNI - KAVISUNI

Download

6,084,000.00

ALL

7/1/19

KeRRA/KTI/011/039/104/MA/
2017-2018

E725: KISASI – MBITINI ROAD

Download

6,172,000.00

ALL

7/1/19

KITUI EAST

KeRRA/011/KTI/039/105/MA/2018-2019

URP 54: ZOMBE - NUU

Download

5,212,000.00

ALL

8/1/19

 

KeRRA/011/KTI/039/144/22%/2018-2019

C418: VOO - KISIUNI

Download

3,229,000.00

WOMEN

8/1/19

 

INVITATION TO TENDERS UNDER 10% RMLF FOR THE FY 2018/2019 IN KITUI REGION

 

CONSTITUENCY

CONTRACT NO.

ROAD NAME

CATEGORY

BUDGET PROVISION

TARGET GROUP

SITE VISIT DATE

 

MWINGI WEST

KeRRA/011/KTI/
039/10%/115/
2018/2019

C422: KAUSWINI - NZELUNI

Download

1,971,000.00

YOUTH

3/1/19

MWINGI CENTRAL

KeRRA/011/KTI/
039/101/2018-2019

C417: KYUMBE – KATHANZE (KYUMBE DRIFT)

Download

5,865,000.00

ALL

3/1/19

 

KeRRA/011/KTI/
039/10%S/097/
2018-2019

C422: MWINGI – MUSUKINI-KAUSWINI

Download

2,120,000.00

YOUTH

3/1/19

MWINGI NORTH

KeRRA/011/KTI/
039/10%/096/
2018-2019

C254: NGOMENI - MANDONGOI

Download

2,110,000.00

ALL

3/1/19

 

KeRRA/011/KTI/
039/10%/146/
2018-2019

C254: NGOMENI – DATANI RIVER

Download

3,815,000.00

ALL

3/1/19

KITUI WEST

KeRRA/011/KTI/
039/10%S/131/2018-2019

C395: YALATANI – KWA SIKU

Download

4,186,000.00

ALL

3/1/19

CONSTITUENCY

CONTRACT NO.

ROAD NAME

CATEGORY

BUDGET PROVISION

TARGET GROUP

KeRRA/011/KTI/
039/10%/132/
2018-2019

C427: SYONGILA - KAKUMUTI

Download

2,095,000.00

WOMEN

3/1/19

KITUI CENTRAL

KeRRA/011/KTI/039/10%/129/2018-2019

C416: MIAMBANI - MIKUYUNI

Download

1,635,000.00

YOUTH

4/1/19

KeRRA/011/KTI/039/10%/145/
2018-2019

C416: MUSEVE - MIAMBANI

Download

3,717,000.00

ALL

4/1/19

KITUI SOUTH

KeRRA/011/KTI/
039/10%S/106/
2018-2019

C418: IKUTHA - KANZIKU (KYANGANGA DRIFT)

Download

3,815,000.00

ALL

4/1/19

 

 

 

KITUI REGION - JUNE 2018

ADDENDUM NO.1 Download Here

 

TENDER NOTICE - Download here!

 

 

KITUI RURAL CONSTITUENCY 10% RMLF ALLOCATION

081

E709 JCN D511:Kalulini- Kanyangi

AGPO

3,200,000.00

Gravel Patching

Download

Document

3/7/2018

(Depart from Kitui Regional Office at 10.00AM)

KITUI SOUTH CONSTITUENCY 10% RMLF ALLOCATION

079

R15-Kitui:Katilini - Athi

OPEN

4,280,000.00

Excavation in hard and soft material, Rock fill to Swamp, Concrete Works and Drift Construction.

Download

Document

29/6/2018

(Depart from Kitui Regional Office at 10.00AM)

KITUI EAST CONSTITUENCY 10% RMLF ALLOCATION

082

D509: Ikoo Bridge- Mutitu - Zombe

OPEN

4,090,000.00

Concrete works , Drift construction and Gravel Patching

Download

Document

3/7/2018

(Depart from Kitui Regional Office at 10.00AM)

 

KITUI WEST CONSTITUENCY 10% RMLF ALLOCATION

078

E744J2:Usiani -Yalatani

AGPO

3,190,000.00

Concrete works

Download

Document

2/7/2018

(Depart from Kitui Regional Office at 10.00AM)

KITUI CENTRAL CONSTITUENCY 10% RMLF ALLOCATION

080

D507:B7 Kitui Town – Museve - Mikuyuni

OPEN

5,810,000.00

Culvert Cleaning, Concrete works

Download

Document

2/7/2018

(Depart from Kitui Regional Office at 10.00AM)

KITUI CENTRAL CONSTITUENCY 22% RMLF ALLOCATION

035

E744J2:Usiani -Kasyala

OPEN

4,800,000.00

Light bush clearing, concrete works, light grading

Download

Document

2/7/2018

(Depart from Kitui Regional Office at 10.00AM)

 

MWINGI CENTRAL CONSTITUENCY 10% RMLF ALLOCATION

083

R34:Nguni - Masavi

OPEN

4,300,000.00

Cut to fill in soft material, culvert cleaning and installation, Drift construction Concrete works, Gabion Installation, Rock Fill to Gabions, Heavy Grading and Gravel Patching.

Download

Document

4/7/2018

(Depart from mwingi Office at 10.00AM)

MWINGI NORTH CONSTITUENCY 10% RMLF ALLOCATION

076

R3-01:Ngiluni - Ngomeni

OPEN

4,300,000.00

Excavation for structure, rock fill to structure, concrete works,

Gabion  Installation, rock fill to gabions, and Drift

Download

Document

5/7/2018

(Depart from mwingi Office at 10.00AM)

 

MWINGI WEST CONSTITUENCY 10% RMLF ALLOCATION

029

E731:Mwanzilu –Ikoo- Kamandio

AGPO

3,920,000.00

Light Bush Clearing, Culvert Cleaning, Culvert installation, Concrete works, Light Grading, Drift Construction.

Download

Document

4/7/2018

(Depart from mwingi Office at 10.00AM)

                 

 

 

Tender Complaints Form Click to Fill

Tender Complaint

Joomla forms builder by JoomlaShine

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

**All email Communication to be channelled through the email dg@kerra.go.ke ** 

 

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.