BirgenAI
Back to Tenders
GovernmentWorksOpen TenderDocument parsed

CLIMATE RESILIENCE MIKEU BOREHOLE EQUIPPING IN GETA WARD

Tender Number
2171011- 2025/2026
Submission Deadline
23 Apr 2026
Closes tomorrow
Procuring Entity
Nyandarua County Government
Bid Bond Amount
Not specified

Tender Requirements

Auto-extracted from the official tender document

Submission Deadline
23RD APRIL 2026 AT 10.00
Bid Bond Form
Tender-Securing Declaration
Bid Bond Validity
Not specified
Bid Validity Period
30 days
Submission Method
Physical (Tender Box)
Number of Bid Copies
One original hard copy. The soft copy to be uploaded in the IFMIS portal supplier.treasury.go.ke thr
Pre-Bid Meeting
Not specified
Pre-Bid Link
Not specified
Clarification Deadline
Not specified
Mandatory Site Visit
No

Financial Qualifications

Minimum financial criteria bidders must meet

Min Annual Turnover
Not specified
Min Liquid Assets
Not specified
Min Single Contract Value
Not specified
Min Combined Contract Value
Not specified
Cash Flow Requirement
KES 39
Audited Financials
3 years (2022, 2023, 2024)
View raw qualification text
ii) financially autonomous and not receiving any significant subsidies or budget support from
any public entity or Government, and
iii) operating under commercial law and vested with legal rights and liabilities similar to any
commercial enterprise to enable it compete with firms in the private sector on an equal basis.
3.9 Firms and individuals shall be ineligible if their countries of origin are:
a) as a matter of law or official regulations, Kenya prohibits commercial relations with that country,
or
b) by an act of compliance with a decision of the United Nations Security Council taken under
Chapter VII of the Charter of the United Nations, Kenya prohibits any import of goods or
contracting of works or services from that country, or any payments to any country, person, or
entity in that country.
A tenderer shall provide such documentary evidence of eligibility satisfactory to the
Procuring Entity, as the Procuring Entity shall reasonably request.
3.10 Foreign tenderers are required to source at least forty (40%) percent of their contract inputs
(in supplies, local subcontracts and labor) from citizen suppliers and contractors. To this
end, a foreign tenderer shall provide inits tender documentary evidence that this requirement
is met. Foreign tenderers not meeting this criterion will be automatically disqualified.
Information required to enable the Procuring Entity determine if this condition is met shall
be provided for this purpose in “SECTION III-EVALUATION AND QUALIFICATION
CRITERIA, Item 9”.
3.11 Pursuant to the eligibility requirements of ITT4.10, a tender is considered a foreign tenderer,
if the tenderer is not registered in Kenya or if the tenderer is registered in Kenya and has
less than 51 percent ownership by Kenyan citizens. JVs are considered as foreign tenderers
if the individual member firms are not registered in Kenya or if are registered in Kenya and
have less than 51 percent ownership by Kenyan citizens. The JV shall not subcontract to
foreign firms more than 10 percent of the contract price, excluding provisional sums.
3.12 The National Construction Authority Act of Kenya requires that all local and foreign
contractors be registered with the National Construction Authority and be issued with a
Registration Certificate before they can undertake any construction works in Kenya.
Registration shall not be a condition for tender, but it shall be a condition of contract award
and signature. A selected tenderer shall be given opportunity to register before such award
and signature of contract. Application for registration with National Construction Authority
may be accessed from the website www.nca.go.ke.
3.13 The Competition Act of Kenya requires that firms wishing to tender as Joint Venture
undertakings which may prevent, distort or lessen competition in provision of services are
prohibited unless they are exempt in accordance with the provisions of Section 25 of the
Competition Act, 2010. JVs will be required to seek for exemption from the Competition
Authority. Exemption shall not be a condition for tender, but it shall be a condition of
~ 11
contract award and signature. A JV tenderer shall be given opportunity to seek such
exemption as a condition of award and signature of contract. Application for exemption
from the Competition Authority of Kenya may be accessed from the website
www.cak.go.ke.
3.14 A Kenyan tenderer shall be eligible to tender if it provides evidence of having fulfilled
his/her tax obligations by producing a valid tax compliance or valid tax certificate issued by
the Kenya Revenue Authority.
4. Eligible Goods, Equipment, and Services
4.1 Goods, equipment and services to be supplied under the Contract may have their origin in
any country that is not ineligible under ITT3.9. At the Procuring Entity's request, Tenderers
may be required to provide evidence of the origin of Goods, equipment and services.
4.2 Any goods, works and production processes with characteristics that have been declared by
the relevant national environmental protection agency or by other competent authority as
harmful to human beings and to the environment shall not be eligible for procurement.
5. Tenderer's Responsibilities
5.1 The tenderer shall bear all costs associated with the preparation and submission of his/her
tender, and the Procuring Entity will in no case be responsible or liable for those costs.
5.2 The tenderer, at the tenderer's own responsibility and risk, is encouraged to visit and examine
and inspect the Site of the Works and its surroundings and obtain all information that may
be necessary for preparing the tender and entering into a contract for construction of the
Works. The costs of visiting the Site shall be at the tenderer's own expense.
5.3 The Tenderer and any of its personnel or agents will be granted permission by the Procuring
Entity to enter up on its premises and lands for the purpose of such visit. The Tenderer shall
indemnify the Procuring Entity against all liability arising from death or personal injury,
loss of or damage to property, and any other losses and expenses incurred as a result of the

Key Requirements

SECTION IV - TENDERING FORMS
SELF DECLARATION THAT THE PERSON/TENDERER IS NOT DEBARRED IN THE MATTER
~ i i ~i
~ i v ~
141 FORM NO. 2 - REQUEST FOR REVIEW
~ v ~
INVITATION TO TENDER
PROCURING ENTITY: [COUNTY GOVERNMENT OF NYANDARUA, DEPARTMENT OF
WATER
SANITATION,TOURISM, ENVIRONMENT, CLIMATE CHANGE AND NATURAL RESOURCES
CONTRACT NAME AND DESCRIPTION: CLIMATE RESILIENCE MIKEU BOREHOLE
EQUIPPING IN GETA WARD
The County Government Of Nyandarua Invites Sealed Tenders For Climate Resilience Mikeu Borehole
Equipping In Geta Ward
Tendering will be conducted under Open Competitive Method (National) using a standardized tender
document. Tendering is open to all qualified and interested Tenderers.
1. Qualified and interested tenderers may obtain further information during office hours [0800 to
1700 hours] at the address given below.
2. Tender documents may be viewed and downloaded for free from the County website
www.nyandarua.go.ke, Public Procurement Information Portal (PPIP) www.tenders.go.ke and
Suppliers Portal. Tenderers who download the tender document must forward their particulars
immediately weccnr@nyandarua.go.ke to facilitate any further clarification or addendum.
3. The Tenderer shall chronologically serialise all pages of the tender documents submitted.
4. Completed tenders must be Uploaded through IFMIS Portal through the tender negotiation number
provided and be delivered to the address below on or before Thursday, 23rd April 2026 at 10:00
Am.
5. Electronic Tenders will be permitted through IFMIS portal supplier.treasury.go.ke Tender
No.2171011-2025/2026
6. Tenders will be opened immediately after the deadline date and time specified above or any
deadline date and time specified later. Tenders will be publicly opened in the presence of the
Tenderers' designated representatives who choose to attend at the address below.
7. The bid must be accompanied by a dully filled, signed and stamped tender securing declaration
form.
8. Late tenders will be rejected.
9. Director(s) bidding under different companies for the same tender will be disqualified.
10. The addresses referred to above are:
~ 6 ~
A. Address for obtaining further information
Head Supply Chain Management
Water,Sanitation, Tourism, Environment, Climate Change and Natural
Resources P.O Box 701-20303 Olkalou
Email: weccnr@nyandarua.go.ke
B. Address for Submission of Tenders.
The County Secretary County Government Of Nyandarua P.O Box 701-
20303 Olkalou
C. Address for Opening of Tenders.
Chief Officer Water, Sanitation, Tourism, Environment,
Climate Change and Natural Resources P.O Box 701-20303 Olkalou
Email: weccnr@nyandarua.go.ke
------------------------------------------------------------------------------------------------------
HEAD SUPPLY CHAIN MANAGEMENT
DEPARTMENT OF WATER, SANITATION, TOURISM, ENVIRONMENT, CLIMATE
CHANGE & NATURAL RESOURCES,
P.O BOX 701-20303 OL’KALOU, NYANDARUA
~ 7
PART 1 - TENDERING PROCEDURES
~ 8 ~
SECTION I - INSTRUCTIONS TO
TENDERERS
A. GENERAL PROVISIONS
1. Scope of Tender
1.1 The Procuring Entity as defined in the Appendix to Conditions of Contract invites tenders
for Works Contract as described in the tender documents. The name, identification, and
number of lots (contracts) of this Tender Document are specified in the TDS.
2. Fraud and Corruption
2.1 The Procuring Entity requires compliance with the provisions of the Public Procurement
and Asset Disposal Act, 2015, Section 62 “Declaration not to engage in corruption”. The
tender submitted by a person shall include a declaration that the person shall not engage in
any corrupt or fraudulent practice and a declaration that the person or his or her sub-
contractors are not debarred from participating in public procurement proceedings.
2.2 The Procuring Entity requires compliance with the provisions of the Competition Act 2010,
regarding collusive practices in contracting. Any tenderer found to have engaged in
collusive conduct shall be disqualified and criminal and/or civil sanctions may be imposed.
To this effect, Tenders shall be required to complete and sign the “Certificate of Independent
Tender Determination” annexed to the Form of Tender.
2.3 Tenderers shall permit and shall cause their agents (where declared or not), subcontractors,
subconsultants, service providers, suppliers, and their personnel, to permit the Procuring
Entity to inspect all accounts, records and other documents relating to any initial selection
process, prequalification process, tender submission, proposal submission, and contract
performance (in the case of award), and to have them audited by auditors appointed by the
Procuring Entity.
2.4 Unfair Competitive Advantage -Fairness and transparency in the tender process require that
the firms or their Affiliates competing for a specific assignment do not derive a competitive
advantage from having provided consulting services related to this tender. To that end, the
Procuring Entity shall indicate in the Data Sheet and make available to all the firms together
with this tender document all information that would in that respect give such firm any unfair
Key Personnel
[{"role": "the relevant national environmental protection agency or by other competent authority as", "registration_body": "ISK"}]
Key Equipment
[{"equipment_type": "2 3 4 5"}, {"equipment_type": "Nationality Nationality in accordance with ITT 3.6 Forms ELI \u2013 1.1 and"}, {"equipment_type": "Conflict of Interest No conflicts of interest in accordance with ITT 3.3 Form of Tender"}, {"equipment_type": "State- owned Enterprise Meets conditions of ITT 3.8 Forms ELI \u2013 1.1 and", "ownership_requirement": "Owned"}, {"equipment_type": "Goods, equipment and services To have their origin in any country that is not determined Forms ELI \u2013 1.1 and"}, {"equipment_type": "History of Non- Performing Non-performance of a contract did not occur as a result of Form CON-2"}, {"equipment_type": "Suspension Based on Execution of Not under suspension based on-execution of a Tender/Proposal Form of Tender"}, {"equipment_type": "2 3 4 5"}, {"equipment_type": "Average Annual Construction Minimum average annual construction turnover of Kenya Form FIN \u2013 3.2"}, {"equipment_type": "General Construction Experience Experience under construction contracts in the role of prime Form EXP \u2013 4.1"}, {"equipment_type": "Specific Construction & Contract A minimum number of [state the number] similar contracts Form EXP 4.2(a)"}]