REQUEST FOR TECHNICAL AND FINANCIAL PROPOSALS FOR CONSULTANCY SERVICES FOR SUPERVISION OF OPERATION AND MAINTENANCE OF NGONG – KISERIAN – ISINYA AND KAJIADO – IMARORO ROADS UNDER LOT 33-ADDENDUM 1

February 4, 2026 - In Tender Notice

KENYA RURAL ROADS AUTHORITY

 

ADDENDUM NO. 1

ROADS 10.000 PROGRAMME: THE DEVELOPMENT OF 10,000 KMS OF ROADS SUPPORTING PRIMARY GROWTH SECTORS LOW VOLUME SEAL ROADS (LVSR) PHASE 1, BATCH 1

REQUEST FOR TECHNICAL AND FINANCIAL PROPOSALS FOR CONSULTANCY SERVICES FOR SUPERVISION OF OPERATION AND MAINTENANCE OF NGONG – KISERIAN – ISINYA AND KAJIADO – IMARORO ROADS UNDER LOT 33,

TENDER NUMBER: KeRRA/08/40/01/2025-2026

Addendum No.1 – Lot 33

Reference is made to the Tender Notice that appeared in the MyGov Edition of the Star Newspaper dated 13th January, 2026 and the Invitation Notice Ref. No. KeRRA/08/40/01/2025 – 26/ Vol. I (1)  dated 23rd January, 2026.

The Authority has received requests for clarification on the above referenced procurement and Interested Applicants are requested to note the following clarifications and amendments;

  1. Clarification No. 1 on FORM FIN – 5 BREAKDOWN COST OF PROVISION OF SUPERVISORY VEHICLES ;

 

  1. FORM FIN – 5 on Breakdown Cost of Provision of Supervisory Vehicles is amended as follows;
S/No Description Unit Qty Rate (KShs.) Amount (KShs.)
1 Provide with driver, fuel and maintain Two (2) new 4WD fully loaded station wagon of minimum diesel engine capacity 2700cc(with unlimited mileage per month) (one vehicle shall be provided for the Contracting authority and all shall revert to the Consultant at the end of the Contract). veh Month 60
2 Ditto item 1, but Two (2) new 4WD fully loaded double cabin pick-ups of minimum diesel engine capacity 2700cc(with unlimited mileage per month) (one vehicle shall be provided for the Contracting authority and all shall revert to the Consultant at the end of the Contract) veh Month 60
3 Ditto item 1 but three (3) new 4WD standard double cabin pick-ups of minimum diesel engine capacity 2700cc(with unlimited mileage per month) (one vehicle shall be provided for the Contracting authority and all shall revert to the Consultant at the end of the Contract) veh Month 90
4 Ditto item 1, but two (2) new 4WD Single cabin pick-up with fibre glass body of minimum diesel engine capacity 2000cc(with unlimited mileage per month and all shall revert to the Consultant at the end of the Contract) veh Month 60

 

The Mileage shall remain unlimited and the bidders are requested to Bid Appropriately.

 

  1. Section 5: Terms of Reference (Para 14) is therefore amended to read as follows;

 

The Consultant shall provide and maintain in good working condition:

  1. Two new diesel propelled turbo charged 4WD fully loaded station wagon of minimum engine capacity of 2700cc.
  2. Two new diesel propelled turbo charged 4WD fully loaded double cabin pick-up of minimum engine capacity of 2700cc.
  • Three new diesel propelled turbo charged 4WD standard double cabin pick-ups of minimum engine capacity 2700cc.
  1. One new diesel propelled turbo charged 4WD standard single cabin pick-up with fibre glass body and cushioned benches of minimum engine capacity 2000cc.

 

  1. Clarification No 2 Clause 16.2 of the Data Sheet Price Adjustment

Clarification has been requested on price adjustment based on prevailing practice in supervision projects funded by Multilateral Development Banks.

Response No. 2: The Consultancy is fully funded by the Government of Kenya and there are no escalation clauses in the RFP. Clause 16.2 of the Data Sheet Price Adjustment is therefore retained as is and there shall be no price adjustment provision to remuneration rates.

 

  1. Clarification No. 3 Clause 2.1 of the SCC Service Level Agreement

Clarification have been requested for a format for the Service Level Agreement.

Response No. 3: Similar to APPENDIX A and B for Description of Approach, Methodology, Workplan, Work schedule and Planning of Deliverables, the Service level Agreement shall not have a dictated format, and it is on the onus of the Bidder to determine based on their understanding of the Terms of Reference. For guidance purposes, the planning of Deliverables in APPENDIX B should tie into the Service Level Agreement.

Clause 2.1 of the SCC is therefore amended to read; the Consultant shall sign a Service Level Agreement with the Procuring Entity which shall quantify the minimum acceptable service to the Procuring Entity and the Consultant’s performance will be assessed every quarterly during the implementation of the Contract.

 

  1. Clarification No. 4 Clause 2.1 for note on FIN-4 and FIN-5

Clarification has been requested on the notes on Form FIN-4 and FIN-5.

Response No. 4: Delete the note that states “Bidders shall fill this form for each individual road under the Lot” for Form Fin-3, Form Fin -3A and Form Fin-3B. The Project road is Ngong – Kiserian – Isinya and Kajiado – Imaroro Roads under Lot 33 and comprises both road sections as one project. The Fin forms are therefore to be filled as one for both road sections.

 

  1. Clarification No. 5 on Clause 22.1

Clarification has been requested for a template for the Confidential Business Questionnaire

Response No. 5: The Form is therefore added to the RFP to follow TECH-1 and shall be called TECH-1B: Confidential Business Questionnaire. See Annex I herein for the Form.

 

 

  1. Clarification No. 6 Clause 40.2.1 for Advance Payment

Clarification has been sought as to whether there is provision for Advance Payment under clause 40.2.1.

Response No. 6: The correct clause as per the Tender Document under the GCC/ SCC is clause 41.2.1and not 40.2.1.

The Clause is hereby amended to read “41.2.1 Advance Payment shall Not Apply for this tender” under the SCC.

 

  1. Clarification No. 7 on Site Visit

 

Clarification has been sought as to whether the Site Visit Certificate shall be signed after an interested bidder has gone to site.

 

Response No. 7: Interested bidders are required to acquaint themselves with the sites before submission of their RFP. Site visits shall be held on agreed dates and times with the Contractors Representative. Mr. Nicholas a representative of the Contractor shall be available on site from 8.00 am to 5.00 pm for the pre tender site visit. He’s contact detail is 0727581946.

Interested Bidders shall be required to have the Certificate of Bidder`s visit to site signed by the Director (Road Asset Management) or his appointed representative.

 

See Annex II herein for the Site Visit Certificate.

 

  1. Clarification No. 8 on Certification of Documents

 

Clarification was sought on whether certification shall be required for all forms as well as relevant legal documents.

 

Response No. 8: Certification by the Commissioner of Oath or Notaries Public shall apply to only the documents required for certification under clause 22.1 of the Instructions to Consultants and Data Sheet.

 

  1. Clarification No. 7 Extension of the Submission date

A request for an extension of the submission date of the proposal was made.

Response No. 8: The submission date for the proposal is hereby extended form 6th February 2026 to on or before 12th February 2026 at 11.00 AM.

 

  1. Interested Applicants are required to continually check the Authority’s 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 procurementhq@kerra.go.ke.
  2. All other information remains the same.

 

DIRECTOR GENERAL

KENYA RURAL ROADS AUTHORITY

Reach Us

Barabara Plaza Block B,

Airport South Road,

P.O Box 48151 – 00100
Nairobi, KENYA

Mon – Fri: 8:00 am – 5:00 pm

Our Newsletters

Subscribe to Receive our latest Newsletters

Connect With Us

Copyright © 2024 Kenya Rural Roads Authority . All Rights Reserved. || Developed by Xtranet Communication.