Tender Notice June 2025 Addendum 1

July 9, 2025 - In Tender Notice

KENYA RURAL ROADS AUTHORITY

TENDER NOTICE ADDENDUM NO. 1

Addendum No. 1 LAN Upgrade & digitalization Consultancy 9.7.2025E copy copy

Reference is made to the Tender Notice that appeared in the Authority’swebsite and MyGov in The Star Newspaper dated 24th June, 2025, for the following Tenders;

No.

Tender Name.

Tender Number

Date ofUploading Documents

Closing &Opening date and time

1.

Supply, Installation and Maintenance of Heavy-Duty Scanners and Printers

KeRRA/08/37/05/2024–2025

24th June, 2025

10th July, 2025 at 11.00.am

2.

Consultancy Services to Assess the Authority’s Level of Digitization and Automation

KeRRA/08/40/06/2024–2025

24th June, 2025

10th July, 2025 at 11.00.am

3.

Upgrade of the Local Area Network

(LAN) and Infrastructure for KeRRA’s 47 Regional Offices

KeRRA/08/37/06/2024–2025

24th June, 2025

10th July, 2025 at 11.00.am

Interested Bidders are requested to note the following responses to clarifications sought on the Tenders.

1. TENDER FOR SUPPLY, INSTALLATION AND MAINTENANCE OF HEAVY-DUTY SCANNERS AND PRINTERS TENDER NUMBER: KeRRA/08/37/05/2024-2025

Item No.

Clarification Sought

Response

1.

No Clarification/amendment

N/A

2. TENDER FOR CONSULTANCY SERVICES TO ASSESS THEAUTHORITY’S LEVEL OF DIGITIZATION AND AUTOMATION TENDER NUMBER: KeRRA/08/40/06/2024-2025

Item No.

Clarification Sought

Response

1.

Tender Security

All Tenders must be accompanied by a Kshs. 100,000.00 (Kenya Shillings One Hundred Thousand Shillings Only) Tender Security.

3. TENDER FOR UPGRADE OF THE LOCAL AREA NETWORK(LAN) AND INFRASTRUCTURE FOR KERRA’S 47 REGIONAL OFFICES TENDER NO. KeRRA/08/37/06/2024 – 2025

NB: The Authority wishes to bring to the attention of interested bidders that the correct Tender No. for this tender is No. KeRRA/37/06/2024-2025 and NOT KeRRA/37/07/2024-2025 as had appeared on the retender notice document.

Item No.

Clarification Sought

Response

Section 5.1:List of Goods and Delivery Schedule

1.

Item No. 17 – Metal Trunking (Quantity and Size):

i. Are the stated quantity correct?
ii. What is the size Metal Trunking?

i. Quantities stated in the tender document are accurate.
ii. The size of the Metal Trunking as per industry standards is 50mm *200mm

2.

Item No. 15 – Category 6a Modules vs Faceplates (Items 12 & 13): Are the quantities of faceplates provided correct?

The quantities stated in the tender document are derived from assessments carried out internally and are therefore accurate.

3.

Item No. 17 – Fiber Cables for SFP Optics: Does this item refers to fiber patch cords or SFP transceiver modules?

This item refers to fiber patch cords

Section 5.4 – Detailed Technical Requirements/Specifications

4.

Item 5.4.1 – Siemon Passive Components:

Is Siemon a mandatory brand or will equivalent alternative products from reputable OEMs be accepted, subject to compliance with the required specifications?

The Siemon brand is mandatory, this is due to the fact that the Authority’s current Local Area Networks infrastructure utilizes Siemon components therefore the components proposed for upgrade of the same should be Siemon.

Section 5.5.1 – Project Overview

5.

Item 5.5.4 (i) – Provision of Sufficient Power Points: Is provision of power points part of the bidder’s scope of work?

Provision of Power points is NOT part of the   bidder’s scope of work

Section 5.5.11 – Training

6.

Project Management (PMP) Certification Training: Are Cisco-related materials required for this training component?

Cisco-related materials are NOT required for this training component

Section 5.5.13 – Warranty

6.

OEM and Local Support – Warranty Period: Should the three years of OEM support start from the date of purchase or from the second year as currently indicated.

The three years of OEM support start from the date of purchase

Tender Submission

7.

On evaluation criteria the Tender requirement is as follows:
One Original clearly marked “ORIGINAL”, and One SOFT copy in a flash disk Clearly marked     “C O P Y” However Section ITT 19.1 its indicated In addition to the original of the Tender, the number of copies is: [One (1) No. of copies] Kindly clarify if its Soft Copy or Hardcopy.

One Original clearly marked “ORIGINALand One copy Clearly marked     “C O P Y”. Both should be Hard copy.

1. Bidders are required to note the above clarifications and incorporatethem when preparing their Bids.
2. All interested bidders are required to continually check the KenyaRural Roads Authority website: www.kerra.go.ke for any tender addendums or clarifications that may arise before submission date.
3.
Bidders with enquiries are encouraged to do so vide the email address procurementhq@kerra.go.ke.
4. All other information as pertaining to the tenders remains the same.
5. The submission date of all the above Tenders has been revised to 17th July, 2025 at 11.00 AM.

Deputy Director (Supply ChainManagement) FOR: DIRECTOR GENERAL

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.