KENYA RURAL ROADS AUTHORITY
ADDENDUM NO. 2
UPGRADING TO BITUMEN STANDARDS OF VARIOUS ROADS
Reference is made to the Tender Notice that appeared in the Authority’s website and The MyGov Issue pullout of the Star Newspaper dated 13th May, 2025 and Addendum No.1 issued on 22nd May, 2025.
The Authority has received numerous requests for clarification on the above referenced procurement and interested bidders are requested to note the following clarifications;
SN | Project | Clarification, Amendment and Response | |||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
1. | RWC 685:
Upgrading to Bitumen Standard Of Nyabisabo – Nyakwana -Kegati/ Nyaguta –Nyanderema -Amariba/ Nyaguta –Getungurumu -Riariga & Jnct C893 Omosasa –Getungurumu -Gesere Roads |
1. The following clauses under Special Specifications have been amended:
· Clause 101 LOCATION OF THE PROJECT ROAD The road links, scope and respective lengths (km) have been revised as follows A. Upgrading
B. Rehabilitation
C. Accessibility and Motorability
· Clause 102 EXTENT OF CONTRACT A. NEW CONSTRUCTION Has been revised to read “on sections that require New Construction to AC standard under Links 1 to 6 captured in Section A above of the project roads”:-
B. PAVEMENT REHABILITATION AND OVERLAY Has been added to the revised Extent of Contract (to replace item C. ACCESSIBILITY AND MOTORABILITY)
C. ACCESSIBILITY AND MOTORABILITY Has been revised to read “To improve accessibility and motorability, Spot Improvement to Gravel Wearing Course, and construction of major drainage structures under Links 1 to 4 under Section C above of the project roads the following work activities shall be carried out:-”:-
· Clause 107 TAKING OVER CERTIFICATE The minimum portion of the works for which a certificate will be issued is for the road links shown in the table below when substantially completed
2. Bill 10, 25 and 26 have been added to the BoQ for upgrading works 3. The revised BoQ with revised quantities has been amended and attached as annex 1 and should be used in place of the attached BoQ in the tender document |
|||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
2. | RWC686:
Upgrading to Bitumen Standard of Oinobmoi Kapkelelwa –Kapkayo – Tenges/ Kapkayo – Kipsaos Roads |
1. The VAT component has been amended and updated from 14% to 16%
2. PBRM component is not part of the anticipated upgrading works and has hence been removed from the revised BoQ 3. The rates under APPENDICES A, B and C do not apply; the Contractor shall fill out his rates. The Quantities have not been amended 4. The revised BoQ with revised quantities has been amended and attached as annex 2 and should be used in place of the attached BoQ in the tender document |
|||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
3. | RWC687:
Upgrading to Bitumen Standard of Jn B66 Kianjai/ Kirindine – Miathene – Mikinduri (C356) Road |
1. The tender has no revisions | |||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
4. | RWC688:
Upgrading to Bitumen Standard of Kunene/St. Anne (Jn B66) – Kimachia – Kagaene – Mulika – Miomponi Road |
1. The tender has no revisions | |||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
5. | RWC689: Upgrading to Bitumen Standard and Maintenance Of Mweiga – Brookside – Kimathi University (D449/D450A)
|
1. Bill item 24 is not part of the upgrading works and has been removed from the BoQ
2. The revised BoQ with revised quantities has been amended and attached as annex 3 and should be used in place of the attached BoQ in the tender document |
|||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
6. | RWC690: Upgrading To Bitumen Standard of Kagumoini – Gitugi – Chui – Karugia Road | 1. Bill 25 and 26 have been added to the BoQ for upgrading works
2. Bill No.7 has been amended to delete the total sum carried forward to grand summary. 3. The revised BoQ with revised quantities has been amended and attached as annex 4 and should be used in place of the attached BoQ in the tender document |
|||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
7. | RWC691: Upgrading To Bitumen Standards of Karanjee Loop Roads/ Access to Limuru Girls & Limuru (Jnct Equity)/ Access Loop to St. Paul’s Primary School/ Access to Kabuku Primary School/ Maramba Tea Factory -Kamwaki/ Bata Loop – Murengeti Roads | 1. Under Table 1: Technical & Financial Capacity Evaluation the following items have been amended
Item 2 Financial Situation: 2.1 Financial Performance Capacity to have a cash flow amount of min. KShs. 100,000,000.00 equivalent working capital
Item 3 Experience: 3(c) Value of Current Contract Commitments / Works in Progress with the Procuring Organization The value of pending works with the procuring entity SHALL not exceed KShs. 30,000,000,000.00
2. Quantities under Bill items 1.15 and 1.17 have been amended as follows Item 1.15 Prime Cost Sum value is Ksh.9,000,000.00
Item 1.17 Prime Cost Sum value is Ksh.16,200,000.00
3. Quantities under Bill items 26.01 and 26.02 have been removed. Specifications under relocation of services shall be as directed by the Engineer 4. The revised BoQ with revised quantities has been attached and should be used in place of the attached BoQ in the tender document 5. The GCS base shall be improved with either cement or lime shall be as directed by the Engineer. The revised quantities shall be as indicated in the revised BoQ under Bill 14: Cement or Lime treated subbase and base 6. The Public Procurement Capacity Building Levy shall be calculated as 0.03% of subtotal 2 7. The revised BoQ with revised quantities has been amended and attached as annex 5 and should be used in place of the attached BoQ in the tender document 8. Clause 102 EXTENT OF CONTRACT A. NEW CONSTRUCTION Item no. 4 has been revised to read “Provision of Soft Stone (G30) or Gravel Sub base of minimum CBR of 60% (CIG60) to a finished thickness of 150mm or as instructed by the Engineer” 9. Drawings shall not be part of the tender document 10. Price adjustment mechanism under sub clause 13.8.1 shall be applicable for this tender 11. The thresholds for advance payment amortization are as indicated under the Schedule of payments highlighted under the Special Conditions of Contracts not the General Conditions of Contract item 14.2.4 |
That the submission date for the tenders under the above referenced Tender Notice dated 13th May, 2025 hereby remains as on or before 25th June, 2025 at 11.00 am as revised under Addendum No. 1 dated 22nd May, 2025.
Interested bidders are required to continually check the Authority’s website: www.kerra.go.ke for any tender addendums or clarifications that may arise before submission date.
Bidders with enquiries are encouraged to do so vide the email address procurementhq@kerra.go.ke.
All other information remains the same.
Deputy Director (Supply Chain Management)
For. DIRECTOR GENERAL