Tel: +254 711 851103
 
 
Language:

Google Translate Widget by Infofru

Author Site Reviewresults

Friday, 06 September 2024

KENYA RURAL ROADS AUTHORITY

 

LAMU REGION

 

REF: ADDENDUM NUMBER 1

TO ALL TENDERERS OF THE FOLLOWING TENDERS

PACKAGE NAME

ROAD CODE

KeRRA/011/LMU/39/01/2018-2019

UNCL. 12

KeRRA/011/LMU/39/02/2018-2019

UNCL. 13

KeRRA/011/LMU/39/03/2018-2019

UNCL. 14

KeRRA/011/LMU/39/04/2018-2019

UNCL. 15

KeRRA/011/LMU/39/05/2018-2019

UNCL. 16

PACKAGE NAME

ROAD CODE

KeRRA/011/LMU/39/06/2018-2019

U_G32184

KeRRA/011/LMU/39/07/2018-2019

U_G32184

KeRRA/011/LMU/39/08/2018-2019

L3

KeRRA/011/LMU/39/09/2018-2019

UNCL. 36

KeRRA/011/LMU/39/10/2018-2019

UNCL. 35

 

Dear Sir/Madam,

RE: ADDENDUM NUMBER 1/2018-2019:

Pursuant to Section 75(1) of the PPOA Act of 2015, we would like to inform all bidders that the opening day and date for the above Tenders will be Thursday 7th February, 2019 at 12.00 Noon.

All other requirements in the tender document remain the same as per Invitation To Tender dated 15th January, 2019.

 

KENYA RURAL ROADS AUTHORITY (LAMU REGION)

ROAD MAINTENANCE LEVY FUND (RMLF) – (22% VOTE) FY 2018/2019

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 tenders from competent pre-qualified firms and Special Groups (YOUTH ACCESS TO GOVERNMENT PROCUREMENT OPPORTUNITIES, WOMEN and PERSONS LIVING WITH DIASABILITIES (PWD) for Road Works as listed in the table below:

PACKAGE NAME

ROAD CODE

SECTION NAME

 

ESTIMATED COST (KSH.)

        

CATEGORY

 

LAMU EAST CONSTITUENCY

KeRRA/011/LMU/39/01/2018-2019

UNCL. 12

E991- Bori

Download

6,751,200.00

Open Tender

KeRRA/011/LMU/39/02/2018-2019

UNCL. 13

Ndau Jetty- Belebele - Ndau Primary School

Download

4,156,860.00

Open Tender

KeRRA/011/LMU/39/03/2018-2019

UNCL. 14

Kizingitini Jetty - Kizingitini Polytechnic / TVET Colleges

Download

3,542,640.00

Special Group- Youth

KeRRA/011/LMU/39/04/2018-2019

UNCL. 15

Mbwajumwali - Mabiyu

Download

3,529,880.00

Special Group - Women

KeRRA/011/LMU/39/05/2018-2019

UNCL. 16

Kizingitini - Mabiyu

Download

3,275,515.00

Special Group- PWD

 

There will be a Mandatory Pre-tender site visit on Tuesday 29th January, 2019 starting 10.00 AM.  All to assemble at Mtangawanda Jetty and bidders should arrange for their own transport.

   

PACKAGE NAME

ROAD CODE

 

SECTION NAME

ESTIMATED COST (KSH.)

        

CATEGORY

 

LAMU WEST CONSTITUENCY

KeRRA/011/LMU/39/06/2018-2019

U_G32184

 Download

Majembeni - Widho (Kwa Njogu)

2,452,820.00

Special Group - PWD

KeRRA/011/LMU/39/07/2018-2019

U_G32184

Download

Widho (Kwa Njogu) - Pandanguo

4,170,200.00

Special Group- Women

KeRRA/011/LMU/39/08/2018-2019

L3

Download

L.Kenyatta- Jabez-Pastor Muhia- Timboni-Uziwa Sec. School

5,352,240.00

Open Tender

KeRRA/011/LMU/39/09/2018-2019

UNCL. 36

Download

Roka – Magogoni - Game Road

4,675,960.00

Open Tender

KeRRA/011/LMU/39/10/2018-2019

UNCL. 35

Download

Lamu Old Town - Matondoni

4,604,875.20

Special Group- Youth

 

There will be a Mandatory Pre-tender site visit on Wednesday 30th January, 2019 starting 10.00 AM at Mokowe Ministry of public works camp and bidders should arrange for their transport.

                 

 

Tender documents can be downloaded from Kenya Rural Roads Authority’s website; www.kerra.go.ke at the tenders portal free of charge or obtained strictly from Kenya Rural Roads Authority, Lamu Regional Office – Procurement Department starting from 15th January, 2019 during working hours from 8AM To 5PM  upon payment of non refundable fee of Ksh. 1,000/= by banker’s cheque payable to Kenya Rural Roads Authority or deposited to Kenya Rural Roads Authority A/c No. 1114343196 KCB Moi Avenue Branch and ensure you get a Receipt for the same from KeRRA; Lamu Regional Office- Accounts Department.

SUMMARY OF INSTRUCTIONS TO OPEN TENDERERS.

TABLE 1: MANDATORY REQUIREMENTS:

1.       

Pre-qualification in the respective constituency by KeRRA in the relevant category for Open Tenders Only.

2.       

Attach Pre-tender Site Visit Attendance Certificate. This is Mandatory.

3.       

Attach a Certified Copy of Certificate of Incorporation.

4.       

Attach a Certified Copy of valid Practicing Licence and valid  Registration Certificate for road works with National Construction Authority (NCA 8 and above)

5.       

Certified Copy of Active VAT/PIN Registration certificate.

6.       

Attach a Copy of valid Tax Compliance Certificate

7.       

Properly and dully filled Form of Tender; stamped / company sealed; signed by the authorized person.

8.       

Properly and dully filled Confidential Business Questionnaire; stamped / company sealed; signed by the authorized person.

9.       

Dully Filled Form Of Written Power-Of-Attorney; stamped / company sealed; signed by the authorized person.

10.   

Attach   Certified Copies  of AGPO Certificates of  registration by the National Treasury for special Categories Only

11.   

Attach Certified Copies of National Identification cards and PIN certificates of the ALL the Directors

12.   

Attach a Certified copy of CR12 valid for the last 12 months.

13.   

Work Methodology for contracts above Three (3) Million Only.

14.   

All documents must be bound and serialized / pages indicated for each bid submitted.

15.   

Certified Copy of certificate of principal place of business by County Government.

TABLE 2: POST-QUALIFICATION REQUIREMENTS

ITEM

 

DESCRIPTION

1

 

FINANCIAL CAPACITY

 

a)       

1.      Authority to seek references from the tenderer’s bankers.

 

b)       

2.      Auditor’s reports for the past 2 (Two) years or Letter indicating when the company was registered for New Companies.

 

c)       

Proof of bank account in the Tenderer’s name.

2

 

EXPERIENCE

 

a)       

General Experience.

 

b)       

Specific Experience In Related Works. Attach a Certified Copy of Certificate of Completion.

3

 

CURRENT COMMITMENTS

   

On-going Works. Attach evidence.

4

 

KEY PERSONNEL - Attach their Certified Copies of Certificates and Profile (Resume)

 

a)       

HQ Staff

 

b)       

Site Agent

.

c)       

Foreman

5

 

TECHNOLOGY

 

a)       

Equipment Capabilities (source and availability) for Equipment Based works.

 

b)       

Kenya Institute Of Highways And Building Technology Certificate (KIHBT) For Labour Based Works. (Certified Copy)

SUMMARY OF INSTRUCTIONS TO SPECIAL (30%)  OR PREFERENCES AND RESERVATIONS GROUP

  • Youth Access To Government Procurement Opportunities
  • Disadvantaged Group-Women

(iii) Disadvantaged Group-Persons Living with Disabilities (PWD)

TABLE 1: MANDATORY REQUIREMENTS

The following attachments are essential for appraisal and you are required to ensure that they are all attached, failure to which your application may be rejected:

1)       

Attach Certificate of attending pre-tender site visit for the works.

2)       

Attach Certified Copy of certificate of incorporation / registration.

3)       

Certified Copy of Active VAT/PIN Registration certificate.

4)       

Attach Copy of Valid Tax Compliance

5)       

Attach Certified Copy of Certificate of Registration in a target group issued by the Ministry of Finance (Treasury) for the preferences and reservations - (30%) group:

(i)     Youth Access To Government Procurement Opportunities

(ii)   Disadvantaged Group-Women

(iii) Disadvantaged Group-Persons Lining With Disabilities

6)       

Attach Certified Copy of Valid Practicing  Licence and Valid registration for road works with National Construction Authority (NCA 8 and above)

7)       

Properly and dully filled Form of Tender; stamped / company sealed; signed by the authorized person.

8)       

Properly and dully filled Tender Questionnaire; stamped and/ company sealed; signed by the authorized person.

9)       

Properly and dully filled Confidential Business Questionnaire; stamped/ company sealed; signed by the authorized person.

10)   

Dully Filled Form Of Written Power-Of-Attorney; stamped / company sealed; signed by the authorized person.

11)   

Attach Proof of bank account in the name of the company

12)   

Attach a Certified copy of CR12 valid for the last 12 months.

13)   

Attach Certified Copies of National Identification cards and PIN certificates of the ALL the Directors

14)   

Work Methodology for contracts above Three (3) Million Only.

15)   

All documents must be bound and serialized / pages indicated for each bid submitted.

16)   

Certified Copy of certificate of principal place of business by County Government.

ALL BIDDERS MUST NOTE:

1.       

Bind the document  before dropping in the tender box

2.       

Attach copies of supportive documents for all the requirements above.

3.       

Applications received after the closing date and time shall be rejected and unopened.

4.       

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.

5.       

Canvassing in any form will lead to outright disqualification.

6.       

If the outer envelope is not sealed and marked as instructed above, the Authority will assume no responsibility for the misplacement or premature opening of the tender document.

7.       

If the outer envelope discloses the Candidate’s identity the Authority will not guarantee the anonymity of the prequalification submission, but this shall not constitute grounds for rejection of the tender document.

8.       

Failure to provide information that is essential for effective evaluation of the applicant’s qualifications or to provide timely clarification or substantiation of the information supplied may result in the applicant’s disqualification.

9.       

Any alteration or white-out without countersigning will be disqualified.

10.   

Pursuant to section 80 of Public Procurement and asset disposal act 2015, the Lowest Evaluated bids will be awarded. This does not necessarily mean the Lowest Quoted price but the quality of Tender document and compliance to criteria there in.

11.   

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.

 

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 at Kenya Rural Roads Authority Lamu Regional Office Situated at Public Works Offices next To King Fahad Hospital Lamu, Or Addressed To:

                                                                                                   THE DEPUTY DIRECTOR

                                                                                       KENYA RURAL ROADS AUTHORITY (KERRA),

                                                                                       P. O. BOX 102, 80500 LAMU.

To be received on or before Thursday 7th February, 2019 at 11.00 Am and the opening will take place immediately thereafter. Bidders or their representatives wishing to witness the opening may attend.

 

SENIOR SUPPLY CHAIN MANAGEMENT OFFICER.

For: DEPUTY DIRECTOR

KENYA RURAL ROADS AUTHORITY

LAMU REGION

Contact Us

Our Head Office

Kenya Rural Roads Authority,
Barabara Plaza, Block B
Airport South Road, Opp. KCAA
P.o. Box 48151-00100,
Nairobi. Kenya

Email: dg@kerra.go.ke 
Tel: 020-7807600 (01-05)
Mobile: +254 711 851103

**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.