ROUTINE MAINTENANCE OF ROADS IN BARINGO REGION FUNDED UNDER 10% RMLF CONSTITUENCY ALLOCATION FUNDS FOR (FY 2019 - 2020) Ref No: Fuel levy FY 2019/20-02 DATE: 11th December, 2019 INVITATION TO TENDER The 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 hereby invites PREQUALIFIED BIDDERS ONLY for routine maintenance and improvement of the following roads in Baringo Region to be funded through the 10% RMLF Constituency Allocation Funds for the financial year 2019/20 as detailed here below:-

1. SCOPE OF WORKS The scope of works is as detailed on every road. See next page 2. QUALIFICATION FOR BIDDING/INSTRUCTIONS TO TENDERERS Eligible bidders must meet/attach the following requirements:- 1. Certified copy of Certificate of Incorporation 2. Valid and current certificate of registration with National Construction Authority (NCA) and contractors practising license in category NCA 8 and above to be verified through NCA website and proof of application where applicable 3. VAT registration / PIN registration 4. Valid Tax compliance certificate to be verified through KRA TCC checker and proof of application where applicable 5. Written power of attorney 6. Proof of having opened a bank account in the contractor’s name. 7. Signed and filled Bills of quantities page 8. Dully Stamped, Priced, Signed and witnessed Form of Tender. 9. Dully Stamped ,Filled and completed business questionnaire 10. Prequalified in the region list (not applicable to youth, women and persons with disability) 11. Current CR12 Certificate and Directors Identity Cards or Valid Passport for special groups(women, youth and people with disability) categories 12. Valid and current Certificate from treasury (AGPO) for special groups(women, youth and persons with disability) categories 13. Similar previous experience, general construction and road specific construction experience (where applicable) 14. Equipment holding/Lease agreement(where applicable) 15. Professional and Technical Personnel, diploma in construction, KIBHT Certificate (where applicable) 16. Turnover and liquid assets supported by audited/-projected accounts for the last 3 years (where applicable). 17. Current Litigation history certified by a Commissioner of Oaths 18. Filled Schedule of Supplementary information 19. Bidders shall sequentially Serialise all pages for each of the tender document submitted 20. Filled Schedule of Ongoing projects 21. Signed Pre-tender site visit certificate 22. Business permit for office 23. Provide Tender validity period 24. Provide brief Work methodology 25. Dully Filled Tender Declaration Form 26. Dully Filled Environmental and Social Commitment Form 27. Dully Filled Fraud and Corruption Form

NOTE 1. Certification of documents shall be original and executed by a commissioner for oaths 2. No bidder shall be awarded more than two tenders per constituency as advertised in this notice 3. Tenders shall remain valid for a period of 120 days from the date of Tender Opening Bidders are requested to download full details of the advertisement and bid documents Free of Charge from the KeRRA Authority’s Website www.kerra.go.ke with effect from 13th December, 2019. Or purchase bid documents from the KeRRA Offices, KABARNET on payment of a non-refundable fee of Kshs. 1,000.00 (one thousand only) by banker’s cheque in favour of “Kenya Rural Roads Authority” against an official receipt of the Authority.

There will be Pre-Bid site visits scheduled as follows. All interested Bidders will be required to assemble at the designated offices at the given time and must ensure the Site Visit Certificates are signed by the Deputy Director/Respective Constituency Roads Officer at the end of the site visits. The list of contact details for Deputy Director is available on the Authority’s Website. DATE CONSTITUENCY VENUE TIME CONTACT PERSON/C.R.O 16th December,2019 Eldama Ravine Eldama Ravine office 9.00a.m Philip Rotich

16th December,2019 Mogotio Mogotio CDF office 9.00a.m Philip Rotich

17th December,2019 Baringo North Kabarnet Office 9.00a.m Joseph Njuguna

18th December,2019 Tiaty Loruk Centre 9.00a.m Joseph Njuguna

19th December,2019 Baringo South Kabarnet Office 9.00a.m Patrick Muchai

20thDecember,2019 Baringo Central Kabarnet office 9.00a.m Nelson Sawe

Bidders are advised to adhere to the above requirements and instructions to tenderer (ITT) in the tender document.

Completed Bid documents should be addressed to: - The Deputy Director Kenya Rural Roads Authority Baringo Region P.O Box 156 KABARNET.

Or deposited in the Bid Box at KABARNET, so as to be received on or before 9th January, 2020 at 11.00am. Opening of the Bids will take place immediately thereafter at KERRA KABARNET OFFICES in the presence of Bidders / Representatives who wish to attend.

ELDAMA RAVINE CONSTITUENCY 10% RMLF FOR FY 2019-2020 TENDER NUMBER ROAD NAME BUDGET PREFERENCE ESTIMATE GROUP KERRA/011/39/BAR/49/2019-20/10%/ERV Chemoswon-Arama 4,751,000.00 PWD KERRA/011/39/BAR/50/2019-20/10%/ERV Poror-Chepkungur Bridge 5,049,000.00 OPEN

TIATY CONSTITUENCY 10% RMLF FOR FY 2019-2020 TENDER NUMBER ROAD NAME BUDGET PREFERENCE ESTIMATE GROUP KERRA/011/39/BAR/51/2019-20/10%/TTY Aquichatis-Nasorot 5,490,000.00 WOMEN KERRA/011/39/BAR/52/2019-20/10%/TTY Mukutani-Tangulbei-Aquichatis 4,310,000.00 OPEN

BARINGO NORTH CONSTITUENCY 10% RMLF FOR FY 2019-2020 TENDER NUMBER ROAD NAME BUDGET PREFERENCE ESTIMATE GROUP KERRA/011/39/BAR/53/2019-20/10%/BRN Chepersiat-Koroto-Sibilo 4,900,000.00 OPEN KERRA/011/39/BAR/54/2019-20/10%/BRN Toboroi-Kapturo 4,900,000.00 OPEN

BARINGO CENTRAL CONSTITUENCY 10% RMLF FOR FY 2019-2020 TENDER NUMBER ROAD NAME BUDGET PREFERENCE ESTIMATE GROUP KERRA/011/39/BAR/55/2019-20/10%/BRC Kasoiyo-Tenges 4,138,430.00 WOMEN KERRA/011/39/BAR/56/2019-20/10%/BRC Tenges-Tuluongoi 5,661,570.00 OPEN BARINGO SOUTH CONSTITUENCY 10% RMLF FOR FY 2019-2020 TENDER NUMBER ROAD NAME BUDGET PREFERENCE ESTIMATE GROUP KERRA/011/39/BAR/57/2019-20/10%/BRS B17 Junct Marigat-Kapkuikui 5,937,750.00 OPEN KERRA/011/39/BAR/58/2019-20/10%/BRS Kapkuikui-Loboi 3,862,250.00 YOUTH

MOGOTIO CONSTITUENCY 10% RMLF FOR FY 2019-2020 TENDER NUMBER ROAD NAME BUDGET PREFERENCE ESTIMATE GROUP KERRA/011/39/BAR/59/2019-20/10%/MGT Sirwa -Kapchelangain 5,670,650.00 OPEN KERRA/011/39/BAR/60/2019-20/10%/MGT Kimngorom-Kapchelangain 4,129,350.00 OPEN

SENIOR SUPPLY CHAIN OFFICER FOR: DEPUTY DIRECTOR

QUALIFICATION CRITERIA

Clause No Condition Requirement Priority Ref. 1 Certified copy of Certificate of Incorporation ITT 1.2 (i) Must be certified High

2 Valid and current certificate of Must be attached registration with National Construction ITT 1.2 (h) High Authority (NCA) NCA 8 and above 3 Valid and current contractors practicing Must be attached license issued by(NCA) and proof of ITT 1.2 (h) High application where applicable

4 VAT registration Must be attached ITT 1.2 (j) High

5 PIN registration ITT 1.2 (l) Must be attached High 6 Valid Tax compliance certificate and Must be attached proof of application where applicable ITT 1.2 (k) High

7 Written power of attorney Must be attached - High

8 Proof of having opened a bank account in - Must be attached Medium the contractor’s name. 9 Signed and filled Bills of quantities page ITT 5.4 Must be filled and signed High

10 Priced, Signed and witnessed Form of Must be filled ,signed and bid. ITT 5.4 High witnessed

11 Filled and completed business questionnaire QR 1.1 Must be filled High

12 Prequalified in the region list QR 1.4 Must meet requirement High 13 Valid and current CR12 Certificate and Directors Identity Cards or Valid Passport for special groups(women, ITT 1.2 (n) Must be attached High youth and people with disability) categories 14 Valid and current Certificate from treasury (AGPO) for special ITT 1.2 (n) Must be attached High groups(women, youth and people with disability) categories 15 Similar previous experience, general construction and road specific QR construction experience (where 4.1/QR Must meet requirement Medium applicable) 4.2(a)

16 Equipment holding or lease agreement Medium QR 4.2(b) Must meet requirement where applicable 17 Professional and Technical Personnel, diploma in construction, KIBHT QR 5.2 Must meet requirement Medium Certificate (where applicable)

18 Turnover and liquid assets supported by audited/-projected accounts for the last 3 QR Must meet requirement Medium years (where applicable). 3.2/QR3.1

19 Current Litigation history certified by a ITT 1.2 Commissioner of Oaths Must be attached High (m)

20 Supplementary information QR3.2 Must be filled Medium

21 Serialization of tender documents - Must meet requirement High

22 Ongoing projects Should not exceed Kshs 50 QR 6.1 Medium million 23 Must fill fraud and corruption form Page 49 Must be filled High 24 Must fill environmental and social Page 50 Must be filled High commitment form 25 Must fill declaration form Page52 Must be filled High 26 should visit and examine the site Signed site visit certificates ITT 1.4 of the works at the Tenderer’s Medium

own expense 27 Business permit for office Must meet requirement High ITT 1.2 (a)

28 Tender validity period Shall remain valid for 120 days ITT 3.6 High from date of submission 29 Submission of a brief work Work methodology QR 4.3 Medium methodology 30 Tender securing form for special groups Must meet requirement ITT 3.2(b) High