KENYA RURAL ROADS AUTHORITY
TENDER NOTICE
6th 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.
KeRRA, Murang’a Region now invites eligible contractors to bid for the Works on the below roads.
MARAGUA |
||||
S.No. |
Tender No. |
Road No. & Name |
Cost Est. |
Reservations |
1 |
KeRRA/011/39/MUR/MATH/ 16851/10% CS/18/19-61 |
U_G28406(MARAGUA - CHIUMBU) |
5,000,000.00 |
OPEN |
2 |
KeRRA/011/39/MUR/MATH/ 16851/10% CS/18/19-68 |
U_G28406(JCT. C71 - PIONEER SCHOOL) |
5,500,000.00 |
WOMEN |
3 |
KeRRA/011/39/MUR/MATH/ 16851/10% CS/18/19-48 |
U_G28308(KAMBITI - MARANJAU) |
5,000,000.00 |
|
KANDARA |
||||
S.No. |
Tender No. |
Road No. & Name |
Cost Est. |
|
1 |
KeRRA/011/39/MUR/KAND/16851/10% CS/18/19- 46 |
U-G28519(NDUKA NGURU - KAGUMOINI - GAICHANJIRU HIGH SCH.) |
5,500,000.00 |
OPEN |
MATHIOYA |
||||
S.No. |
Tender No. |
Road No. & Name |
Cost Est. |
|
1 |
KeRRA/011/39/MUR/MATH/ 16851/10% CS/18/19-68 |
UNCL.395(RUIRU - KIAMUTURI - MUCHUGAS (MIHUTI-KAMBOGO-KANGUNU - MATHIOYA RIVER) |
5,500,000.00 |
OPEN |
GATANGA |
||||
S.No. |
Tender No. |
Road No. & Name |
Cost Est. |
|
1 |
KeRRA/011/39/MUR/GAT/ 16851/10% CS/18/19-45 |
E530(NDIIRINI-KAGIRA-KARIUA ) |
5,500,000.00 |
|
2 |
KeRRA/011/39/MUR/GAT/ 16851/10% CS/18/19-50 |
E1552(KIGIO - GATUNYU) |
5,500,000.00 |
PWD |
3 |
KeRRA/011/39/MUR/GAT/ 16851/10% CS/18/19-51 |
E1559(KIMEMU - MUKURWE-INI) |
5,500,000.00 |
OPEN |
4 |
KeRRA/011/39/MUR/GAT/ 16851/10% CS/18/19-52 |
E1562(MWAGU - IGANJO) |
5,500,000.00 |
OPEN |
5 |
KeRRA/011/39/MUR/GAT/ 16851/10% CS/18/19-53 |
E491(MACVAST - KAMBI MAWE) |
5,500,000.00 |
OPEN |
6 |
KeRRA/011/39/MUR/GAT/ 16851/10% CS/18/19-54 |
E503(WANDUHI - KIRIA-INI ) |
5,500,000.00 |
OPEN |
7 |
KeRRA/011/39/MUR/GAT/ 16851/10% CS/18/19-55 |
E505(CHOMO - NDAKAINI ) |
5,500,000.00 |
|
8 |
KeRRA/011/39/MUR/GAT/ 16851/10% CS/18/19-56 |
U_G29425(MABAE - RWEGETHA) |
5,500,000.00 |
|
9 |
KeRRA/011/39/MUR/GAT/ 16851/10% CS/18/19-57 |
U_G29545(KIMATU - NGANGAINI) |
5,500,000.00 |
|
10 |
KeRRA/011/39/MUR/GAT/ 16851/10% CS/18/19-58 |
UNCL. 357(CDF ITHANGA - KANDURI PRI. SCHOOL) |
5,500,000.00 |
|
11 |
KeRRA/011/39/MUR/GAT/ 16851/10% CS/18/19-59 |
UNCL. 358(ITHANGA SEC. SCH. - NGELUYA ) |
5,500,000.00 |
|
12 |
KeRRA/011/39/MUR/GAT/ 16851/10% CS/18/19-60 |
URA 8(KIRWARA - GATHANJI) |
5,500,000.00 |
|
Eligible contractors are those registered as road works contractors by the National Construction Authority (NCA) Category 8, 7, 6 or 5 with current practising licence for the maintenance work for the above road. The works are to be funded through the 10% CS RMF Levy.
SCOPE OF WORK
The scope of works shall be as described in the tender document.
QUALIFICATION FOR TENDERING MANDATORY REQUIREMENTS
Eligible bidders must also submit the following among other eligibility requirements list in the instruction to bidders;
- Certified Copy of Certificate of Incorporation/Business Registration under the Companies Act
- ii) A certified current copy of form CR12 for limited companies issued by the Registrar of
Companies that clearly indicates the ownership of the companies (not older than 12 months)
iii) Copy of a valid Tax Compliance Certificate from Kenya Revenue Authority (KRA) as the date of tender closing.
- iv) Copy of Registration Certificate issued by National Construction Authority (NCA) for categories 8, 7,6 or 5.
- v) Current annual NCA practicing licences for the specified category
- vi) A declaration that the bidder will not engage in any corrupt or fraudulent practice
vii) A declaration that the bidder or her sub-contractors are not debarred from participating in procurement proceedings by Public Procurement Regulatory Authority
viii) A duly completed and signed Tender Securing Declaration Form in standard format provided in the tender document. This shall be acceptable as bid security
- ix) Certified copy of AGPO Certificate under the category of Works & Engineering as proof of Registration in the target Group of AGPO as issued by the National Treasury. The Certificate should remain valid as at the date of tender closing.
- x) Evidence of access to funds or financing agreement/Credit facility from banks or deposit taking microfinance institutions, SACCO societies, Youth Enterprise Development Fund or Women Enterprise Development Fu
- xi) Pre-bid site visits shall be MANDATORY and will be held on 11th February 2019 at 9.00am starting from Deputy Director’s. The attendance register and certificate of site visit shall be signed at the end of the pre- tender site visit by the bidder and witnessed by the Procuring Entity representative.
xii) Bidders having ongoing works with KeRRA that have not been substantially completed will not be eligible for bidding in this tender and will be disqualified.
xiii) The bidders shall comply with all the instructions of the tender and particularly ensure that all the forms required are properly filled for completeness as Prequalification Checklist for Completeness and responsiveness. All the pages of bid document MUST be serialized. Bidders who fail to comply with this criterion will be disqualified.
Tender documents containing detailed specifications can be downloaded for free at our website; www.kerra.go.ke with effect from Friday, 8th February 2019.
All clarifications and/or amendments will be published in KeRRA website and tenderers are required to check for any addendums or amendments in the course of the bidding period prior to the closing date.
The complete tenders enclosed in sealed envelopes clearly marked with the appropriate Tender Number and Road Name shall be submitted to:
The Deputy Director
Kenya Rural Roads Authority
Murang’a Region
P O Box 633
MURANG’A
Or to be deposited in the Tender Box placed next to Procurement Office on or before Thursday 21st February, 2019 at 10.00am.
Opening of the Tenders will take place immediately thereafter in the presence of bidders’ representatives who wish to attend.
Senior Supply Chain Officer
For Deputy Director
MURANG’A REGION
KENYA RURAL ROADS AUTHORITY
TENDER NOTICE
4th 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.
KeRRA, Murang’a Region now invites eligible contractors to bid for the Works on the below roads.
MATHIOYA |
||||
S.No. |
Tender No. |
Road No. & Name |
Cost Est. |
|
1 |
KeRRA/011/39/MUR/MATH/ 16794/10% CS/18/19-64 |
UNCL.395(RUIRU - KIAMUTURI - BENJAMIN KIRUNDI_s (ACK MANANGA - WARUGARA - BAGHDAD) |
5,400,000.00 |
OPEN |
2 |
KeRRA/011/39/MUR/MATH/ 16794/10% CS/18/19-65 |
UNCL.394(MEREREINI - RURU - HEMBE RIVER (GATHII - KIRIMIGA PRI. SCH) |
5,400,000.00 |
OPEN |
3 |
KeRRA/011/39/MUR/MATH/ 16794/10% CS/18/19-63 |
UNCL.394(KIONI - KANIARU - KAIRO - KIAMUTURI (KANJAHI COFFEE FACTORY - KIGANJO - GITHIMI - GATARAGWA) |
5,400,000.00 |
OPEN |
KIGUMO |
||||
S.No. |
Tender No. |
Road No. & Name |
Cost Est. |
|
1 |
KeRRA/011/39/MUR/KIG/ 16794/10% CS/18/19-61 |
R22J1(KIRERE - THANGAINI ROAD (U_G28733 TURUTURU - GATUNE - KIUGU) |
5,500,000.00 |
WOMEN |
2 |
KeRRA/011/39/MUR/KIG/ 16794/10% CS/18/19-62 |
UNCL.381(KIRERE - MIIGUAINI ROADI) |
5,500,000.00 |
PWD |
3 |
KeRRA/011/39/MUR/KIG/ 16794/10% CS/18/19-73 |
E540(C540 KAREGA – KAHARATI |
5,000,000.00 |
PWD |
KIHARU |
||||
S.No. |
Tender No. |
Road No. & Name |
Cost Est. |
|
1 |
KeRRA/011/39/MUR/KIH/ 16794/10% CS/18/19-70 |
U-G27570(GACHII - GATURI (U_G27694 CHAMCATHY - COFFEE FACTORY) |
5,000,000.00 |
OPEN |
2 |
KeRRA/011/39/MUR/KIH/ 16794/10% CS/18/19-67 |
U-G27396(KIMATHI SHOPPING CENTRE - MATONGU PRI. SCH) |
5,500,000.00 |
RESERVED |
3 |
KeRRA/011/39/MUR/KIH/ 16794/10% CS/18/19-71 |
D426(GITHUURI - MUTHIGIRIRI (R17-Muranga KANGURE FOREST - NYAKIHAI) |
5,500,000.00 |
RESERVED |
4 |
KeRRA/011/39/MUR/KIH/ 16794/10% CS/18/19-71 |
R1-MURANG'A (GITHUNGURI – THANGATHI) |
5,000,000.00 |
WOMEN |
Eligible contractors are those registered as road works contractors by the National Construction Authority (NCA) Category 8, 7, 6 or 5 with current practising licence for the maintenance work for the above road. The works are to be funded through the 10% CS RMF Levy.
SCOPE OF WORK
The scope of works shall be as described in the tender document.
QUALIFICATION FOR TENDERING MANDATORY REQUIREMENTS
Eligible bidders must also submit the following among other eligibility requirements list in the instruction to bidders;
- Certified Copy of Certificate of Incorporation/Business Registration under the Companies Act
- ii) A certified current copy of form CR12 for limited companies issued by the Registrar of
Companies that clearly indicates the ownership of the companies (not older than 12 months)
iii) Copy of a valid Tax Compliance Certificate from Kenya Revenue Authority (KRA) as the date of tender closing.
- iv) Copy of Registration Certificate issued by National Construction Authority (NCA) for categories 8, 7,6 or 5.
- v) Current annual NCA practicing licences for the specified category
- vi) A declaration that the bidder will not engage in any corrupt or fraudulent practice
vii) A declaration that the bidder or her sub-contractors are not debarred from participating in procurement proceedings by Public Procurement Regulatory Authority
viii) A duly completed and signed Tender Securing Declaration Form in standard format provided in the tender document. This shall be acceptable as bid security
- ix) Certified copy of AGPO Certificate under the category of Works & Engineering as proof of Registration in the target Group of AGPO as issued by the National Treasury. The Certificate should remain valid as at the date of tender closing.
- x) Evidence of access to funds or financing agreement/Credit facility from banks or deposit taking microfinance institutions, SACCO societies, Youth Enterprise Development Fund or Women Enterprise Development Fu
- xi) Pre-bid site visits shall be MANDATORY and will be held on 8th February 2019 at 9.00am starting from Deputy Director’s. The attendance register and certificate of site visit shall be signed at the end of the pre- tender site visit by the bidder and witnessed by the Procuring Entity representative.
xii) Bidders having ongoing works with KeRRA that have not been substantially completed will not be eligible for bidding in this tender and will be disqualified.
xiii) The bidders shall comply with all the instructions of the tender and particularly ensure that all the forms required are properly filled for completeness as Prequalification Checklist for Completeness and responsiveness. All the pages of bid document MUST be serialized. Bidders who fail to comply with this criterion will be disqualified.
Tender documents containing detailed specifications can be downloaded for free at our website; www.kerra.go.ke with effect from 6th February 2019.
All clarifications and/or amendments will be published in KeRRA website and tenderers are required to check for any addendums or amendments in the course of the bidding period prior to the closing date.
The complete tenders enclosed in sealed envelopes clearly marked with the appropriate Tender Number and Road Name shall be submitted to:
The Deputy Director
Kenya Rural Roads Authority
Murang’a Region
P O Box 633
MURANG’A
Or to be deposited in the Tender Box placed next to Procurement Office on or before 19TH February, 2019 at 10.00am.
Opening of the Tenders will take place immediately thereafter in the presence of bidders’ representatives who wish to attend.
Senior Supply Chain Officer
For Deputy Director
MURANG’A REGION
30th January, 2019
Tender Reference No. KERRA/011/MUR/GAT/22%/2-39-18|19 -23
Tender Name: Routine Maintenance of (Greystone - Mathitima Stima Stage - Nanga Kihoto) Road UNCL.385)
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, Murang’a Region now invites eligible contractors to bid for the Works on various Roads listed in Annex 1. Eligible contractors are those registered as road works contractors by the National Construction Authority (NCA) Category 8, 7, 6 or 5 with current practising licence for the maintenance work for the above road. The works are to be funded through the 22% Fuel Levy.
Download the advert here
SCOPE OF WORK
The scope of works shall be as described in the tender document.
S.No. |
Tender No. |
Constituency. |
Road No. & Name |
Cost Est. |
Reservations |
|
1 |
KERRA/011/MUR/MAR/22%/2-39-18|19-02 |
Maragua. Mobile no. 0725 814 685 |
UNCL. 344(GIKONO - MANGOTO - KWA BATON) |
5,000,000.00 |
OPEN |
|
2 |
KERRA/011/MUR/MAR/22%/2-39-18|19-03 |
U_E2197(MANGOTO - KATIPANGA) |
1,747,000.00 |
OPEN |
||
3 |
KERRA/011/MUR/MAR/22%/2-39-18|19-04 |
URA 11(KIAMBAMBA - MARANJAU) |
4,980,000.00 |
YOUTH |
||
4 |
KERRA/011/MUR/MAR/10%/2-39-18|19-10 |
C547(DB KIGUMO - JCT. C538 GAKOIGO) |
3,864,000.00 |
OPEN |
||
5 |
KERRA/011/MUR/MAR/22%/2-39-18|19-39 |
E1577(KAGAA - THANGIRA) |
5,371,000.00 |
OPEN |
||
|
|
|
|
|
|
|
1 |
KERRA/011/MUR/KAND/22%/2-39-18|19-06 |
Kandara. Mobile no. 0725 814 685 |
E1570(KARIUA - KAGIRA) |
5,520,000.00 |
OPEN |
|
2 |
KERRA/011/MUR/KAND/22%/2-39-18|19-07 |
E530J1(KAGUNDUINI - GITHIMA |
4,472,000.00 |
OPEN |
||
3 |
KERRA/011/MUR/KAND/22%/2-39-18|19-08 |
UNCL. 384(ORPHANAGE - SUNSET - RUONA - GITHUYA |
4,472,000.00 |
PWD |
||
4 |
KERRA/011/MUR/KAND/22%/2-39-18|19-09 |
R19J1(MUNGARIA - CICU - GITHUMU) |
5,764,000.00 |
OPEN |
||
5 |
KERRA/011/MUR/KAND/10%/2-39-18|19-11 |
E1570(KAGIRA - KAGURU - MAHURIA |
3,808,000.00 |
YOUTH |
||
|
|
|
|
|
|
|
1 |
KERRA/011/MUR/KANG/22%/2-39-18|19-12 |
Kangema. Mobile no. 0704 440 172 |
U_G27901(JCT. E511J2 KIRURI - KARURUMO - KIRIKO FOREST BORDER) |
3,843,000.00 |
YOUTH |
|
2 |
KERRA/011/MUR/KANG/22%/2-39-18|19-13 |
U_G27914(JCT. E511J2 GONDO - JCT. E543 KIBAGE) |
3,013,000.00 |
WOMEN |
||
3 |
KERRA/011/MUR/KANG/22%/2-39-18|19-14 |
U_G27747(JCT. E538 MURINGAINI - JCT. E1591 KIBANGO) |
2,800,000.00 |
PWD |
||
4 |
KERRA/011/MUR/KANG/22%/2-39-18|19-15 |
C536(GAKIRA - GITUGU) |
5,300,000.00 |
OPEN |
||
5 |
KERRA/011/MUR/KANG/22%/2-39-18|19-16 |
C536(GITUGU - KANYENYAINI) |
5,300,000.00 |
OPEN |
||
6 |
KERRA/011/MUR/KANG/10%/2-39-18|19-31 |
E539(JCT. E538 KIAMARA - DB KIHARU) |
1,570,000.00 |
OPEN |
||
7 |
KERRA/011/MUR/KANG/10%/2-39-18|19-39 |
U_G27448(JCT. E538 HA KAGWANJA - JCT. U_G27539 NYAKAHURA) |
3,016,000.00 |
OPEN |
||
|
|
|
|
|
|
|
1 |
KERRA/011/MUR/MATH/22%/2-39-18|19-17 |
Mathioya. Mobile no. 0724 326 454 |
U_G27851(JCT. C70 KIRIGUINI - JCT. E540 KORA) |
3,170,000.00 |
OPEN |
|
2 |
KERRA/011/MUR/MATH/22%/2-39-18|19-18 |
UNCL. 317(CHUI - KARUKU |
1,765,000.00 |
WOMEN |
||
3 |
KERRA/011/MUR/MATH/22%/2-39-18|19-19A |
UNCL. 377(KAGIOINI PRI. SCH - KAGONGO TEA BUYING CENTRE |
3,342,600.00 |
YOUTH |
||
4 |
KERRA/011/MUR/MATH/22%/2-39-18|19-19B |
UNCL. 377(KAGIOINI PRI. SCH - KAGONGO TEA BUYING CENTRE) |
3,248,000.00 |
PWD |
||
5 |
KERRA/011/MUR/MATH/22%/2-39-18|19-20 |
UNCL. 378(JCT. E553 GACHIBI - JCT. E553 WAHUNDURA) |
5,958,800.00 |
OPEN |
||
6 |
KERRA/011/MUR/MATH/22%/2-39-18|19-21 |
UNCL. 379 (NGUTU - GATITU) |
2,772,400.00 |
OPEN |
||
7 |
KERRA/011/MUR/MATH/10%/2-39-18|19-22 |
C502(DB KANGEMA - DB NYERI) |
4,187,300.00 |
OPEN |
||
|
|
|
|
|
|
|
1 |
KERRA/011/MUR/GAT/22%/2-39-18|19-23 |
Gatanga. Mobile no. 0721 231 938 |
UNCL. 385 (GREYSTONE - MATHITIMA STIMA STAGE - NANGA KIHOTO) |
2,405,600.00 |
OPEN |
|
2 |
KERRA/011/MUR/GAT/22%/2-39-18|19-24 |
UNCL. 386(NGANGAINI - KIMATU - MARANDA - RWAITIRA) |
2,479,800.00 |
OPEN |
||
3 |
KERRA/011/MUR/GAT/22%/2-39-18|19-25 |
UNCL. 388 (KIARUTARA - ITHANJI) |
2,500,000.00 |
WOMEN |
||
4 |
KERRA/011/MUR/GAT/22%/2-39-18|19-26 |
UNCL. 390(KIANJOGU - HA PASTOR JOHN) |
626,750.00 |
PWD |
||
5 |
KERRA/011/MUR/GAT/22%/2-39-18|19-33 |
UNCL. 389(JOGOO KIMAKIA - MAKI ESTATE) |
5,000,000.00 |
OPEN |
||
6 |
KERRA/011/MUR/GAT/10%/2-39-18|19-41 |
UNCL. 398(KIMAKIA RIVER - ELI MAMBO) |
1,880,000.00 |
OPEN |
||
7 |
KERRA/011/MUR/GAT/22%/2-39-18|19-42 |
E1560(JCT. E503 NAGARA - JCT. C67J1 NDIARA) |
2,489,000.00 |
OPEN |
||
8 |
KERRA/011/MUR/GAT/22%/2-39-18|19-43 |
UNCL. 397(MBARI YA RUGA - KIHARIKA - NDIRA) |
2,488,000.00 |
OPEN |
||
9 |
KERRA/011/MUR/GAT/22%/2-39-18|19-44 |
UNCL. 401(JCT. E532 KAHURUKO - JCT. E532) |
2,268,000.00 |
YOUTH |
||
|
|
|||||
1 |
KERRA/011/MUR/KIG/22%/2-39-18|19-27 |
E511J3 (GATIAINI - GATUURA) |
5,214,500.00 |
OPEN |
||
2 |
KERRA/011/MUR/KIG/22%/2-39-18|19-28 |
R20-Maragwa (MAKOMBOKI - KANGARI) |
5,990,000.00 |
OPEN |
||
3 |
KERRA/011/MUR/KIG/22%/2-39-18|19-29 |
R4247-Maragwa(NJIIRIS - NGURWEINI) |
4,862,500.00 |
OPEN |
||
4 |
KERRA/011/MUR/KIG/10%/2-39-18|19-30 |
C502(MAIRI - DB KANGEMA) |
4,242,500.00 |
WOMEN |
||
|
|
|||||
1 |
KERRA/011/MUR/KIH/10%/2-39-18|19-32 |
Kiharu. Mobile no. 0722 603 706 |
C543(JCT. B25 KANJUYA - JCT. K3_ MURANGA) |
4,320,000.00 |
OPEN |
|
2 |
KERRA/011/MUR/KIH/22%/2-39-18|19-34 |
U_G27642(KAHITHE - GITIRI) |
3,642,000.00 |
OPEN |
||
3 |
KERRA/011/MUR/KIH/22%/2-39-18|19-35 |
U_G27760(MUTUNGURUINI - NGORANO) |
1,564,000.00 |
OPEN |
||
4 |
KERRA/011/MUR/KIH/22%/2-39-18|19-36 |
UNCL. 382(KIANGAGE - KAMIRA) |
2,045,000.00 |
OPEN |
||
5 |
KERRA/011/MUR/KIH/22%/2-39-18|19-37 |
R13-Muranga(UPENDO - KAYUYU) |
2,983,000.00 |
YOUTH |
||
6 |
KERRA/011/MUR/KIH/22%/2-39-18|19-38 |
U_G27691(GATHUKIINI - GATURUMBARI) |
3,032,000.00 |
WOMEN |
QUALIFICATION FOR TENDERING MANDATORY REQUIREMENTS
Eligible bidders must also submit the following among other eligibility requirements list in the instruction to bidders;
- Certified Copy of Certificate of Incorporation/Business Registration under the Companies Act
- ii) A certified current copy of form CR12 for limited companies issued by the Registrar of
Companies that clearly indicates the ownership of the companies (not older than 12 months)
iii) Copy of a valid Tax Compliance Certificate from Kenya Revenue Authority (KRA) as the date of tender closing.
- iv) Copy of Registration Certificate issued by National Construction Authority (NCA) for categories 8, 7,6 or 5.
- v) Current annual NCA practicing licences for the specified category
- vi) A declaration that the bidder will not engage in any corrupt or fraudulent practice
vii) A declaration that the bidder or her sub-contractors are not debarred from participating in procurement proceedings by Public Procurement Regulatory Authority
viii) A duly completed and signed Tender Securing Declaration Form in standard format provided in the tender document. This shall be acceptable as bid security
- ix) Certified copy of YAGPO Certificate under the category of Works & Engineering as proof of Registration in the target Group of AGPO as issued by the National Treasury. The Certificate should remain valid as at the date of tender closing.
- x) Evidence of access to funds or financing agreement/Credit facility from banks or deposit taking microfinance institutions, SACCO societies, Youth Enterprise Development Fund or Women Enterprise Development Fu
- xi) Bidders can only submit up to a maximum of One bid. Bidders submitting more than one bid shall be disqualified.
xii) Pre-bid site visits shall be open BUT MANDATORY and bidders are free to visit the sites with prior arrangements with Constituency Road Officer (CRO) of various Constituencies where the projects are located during normal working hours (8.00am – 5.00pm) before the close of the tender. The attendance register and certificate of site visit shall be signed at the end of the pre- tender site visit by the bidder and witnessed by the Procuring Entity representative on the date of organized site visit.
xiii) Bidders having ongoing works with KeRRA that have not been substantially completed will not be eligible for bidding in this tender and will be disqualified.
xiv) The bidders shall comply with all the instructions of the tender and particularly ensure that all the forms required are properly filled for completeness as Prequalification Checklist for Completeness and responsiveness. All the pages of bid document MUST be serialized. Bidders who fail to comply with this criteria will be disqualified.
Tender documents containing detailed specifications can be downloaded for free at our website; www.kerra.go.ke with effect from Wednesday, 30th January 2019.
All clarifications and/or amendments will be published in KeRRA website and tenderers are required to check for any addendums or amendments in the course of the bidding period prior to the closing date.
The complete tenders enclosed in sealed envelopes clearly marked with the appropriate Tender Number and Road Name shall be submitted to:
The Regional Manager
Kenya Rural Roads Authority
Murang’a Region
P O Box 633
MURANG’A
Or to be deposited in the Tender Box placed next to Procurement Office on or before Thursday, 14th February, 2019 at 10.30am.
Opening of the Tenders will take place immediately thereafter in the presence of bidders representatives who wish to attend.
Procurement Officer
For Regional Manager
MURANG’A REGION