BirgenAI
Back to Tenders
GovernmentWorksOpen TenderDocument parsed

PROPOSED CONSTRUCTION OF NANYUKI ROAD PERIMETER WALL

Tender Number
NCC/SCM/T/334/2025-2026
Submission Deadline
23 Apr 2026
Closes tomorrow
Procuring Entity
Nairobi County Government
Bid Bond Amount
Ksh 500,000

Tender Requirements

Auto-extracted from the official tender document

Submission Deadline
23rd April, 2026
Bid Bond Form
Unconditional Bank Guarantee
Bid Bond Validity
Not specified
Bid Validity Period
30 days
Submission Method
Physical (Tender Box)
Number of Bid Copies
1 (ONE) ITT 20.3 The written confirmation of autho
Pre-Bid Meeting
20th April 2026
Pre-Bid Link
Not specified
Clarification Deadline
Not specified
Mandatory Site Visit
No

Financial Qualifications

Minimum financial criteria bidders must meet

Min Annual Turnover
KES 13.00
Min Liquid Assets
KES 13.00
Min Single Contract Value
Not specified
Min Combined Contract Value
KES 10.00
Cash Flow Requirement
Not specified
Audited Financials
Not specified
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
enterprisetoenableitcompetewithfirmsintheprivatesectoronanequalbasis.
3.9 Firms and individuals shall be ineligible if their countries of origin are:
1
(a) As a matter of law or official regulations, Kenya prohibits commercial relations with that country;
(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
sub-contracts and labor) from citizen suppliers and contractors. To this end, a foreign tenderer shall provide in
its 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 “SECTIONI II - EVALUATION AND QUALIFICATION
CRITERIA, Item 9”.
3.11 Pursuant to the eligibility requirements of ITT 3.10, a tender is considered a foreign tenderer, If it is registered
in Kenya and has less than 51 percent ownership by nationals of Kenya and if it does not subcontract to foreign
firms or individuals more than 10 percent of the contract price, excluding provisional sums. JVs are considered
as foreign tenderers if the individual member firms registered in Kenya have less 51 percent ownership by
nationals of Kenya. 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 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 valid tax compliance certificate or tax exemption certificate issued by the Kenya Revenue
Authority.
4.0 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 ITT 3.9. 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.
5.0 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.
13
5.3 The Tenderer and any of its personnel or agents will be granted permission by the Procuring Entity to enter upon
its premises and lands for the purpose of such visit. The Tenderer shall indemnify the Procuring Entity again
stall liability arising from death or personal injury, loss of or damage to property, and any other losses and

Key Requirements

1 SECTION I – INSTRUCTIONSTOTENDERERS
5
6
9
11
11
12
13
15
Abnormally Low Tenders
17
46.0 Letter of
48.0
7
18
22
22
22 4. Multiple Contracts
5. Alternative Tenders
25
28
43
b) CERTIFICATE OF INDEPENDENTTENDERDETERMINATION
c) SELF-DECLARATION FORM - SELF DECLARATION OF THE TENDERER
d) APPENDIX 1- FRAUDANDCORRUPTION
57
4. FORM OFTENDER-SECURING DECLARATION.
ii iii
5. APPENDIXTOTENDER
60
63
3. Bill No. 2: Work Items 38
70 6. Bill No. 3: Schedule of Daywork Rates - Contractor's Equipment
73
SECTION VII- DRAWINGS
74
100
102
105
115
130
132
FORM No. 1 - NOTIFICATION OF INTENTION TO AWARD
135
140
FORM No. 9 – BENEFICIAL OWNERSHIP DISCLOSURE FORM 141
TENDER DOCUMENTS FOR PROCUREMENT OF WORKS (BUILDING AND
ASSOCIATED CIVIL ENGINEERING WORKS)
1) NAME AND CONTACT ADDRESSES OF PROCURING ENTITY
Name: - NAIROBI CITY COUNTY (NCC)
Address: - P.O. BOX P.O BOX 30075-00100, NAIROBI Email
addressnairobiprocurement@gmail.com
2) Invitation to Tender (ITT) No. NCC/SCM/T/334/2025-2026
3) Tender Name: PROPOSED CONSTRUCTION OF NANYUKI ROAD PERIMETER WALL
iiv
INVITATION TO TENDER
PROCURING ENTITY: NAIROBI CITY COUNTY
CONTRACT NAME AND DESCRIPTION: PROPOSED CONSTRUCTION OF NANYUKI ROAD
PERIMETER WALL
The NAIROBI CITY COUNTY GOVERNMENT (NCCG) invites sealed tenders for the
CONSTRUCTION OF NANYUKI ROAD PERIMETER WALL
1. Tendering will be conducted under National open competitive method using a
standardized tender document. Tendering is open to all qualified and interested
Tenderers.
2. Qualified and interested tenderers may obtain further information and inspect the
Tender Documents from 0900-1500hours at the address given below.
3. A complete set of tender documents may be purchased or obtained by interested
tenderers upon payment of a non- refundable fees of Kshs. 1,000 (Kenya Shillings One
Thousand Only) in cash or Banker's Cheque and payable to the address given below.
Tender documents may alternatively be obtained electronically from the website
www.tenders.go.ke. Tender documents obtained electronically will be free of charge.
Tenderers downloading documents from a designated website shall advise the
Procurement Entity that they have downloaded the tender documents, giving full
contact addresses of the tenderer (email, telephone number and postal address).
4. Tender documents may be viewed and downloaded for free from the website
www.tenders.go.ke. Tenderers who download the tender document MUST forward their
particulars immediately to nairobiprocurement@gmail.com, P.O. BOX 30075-00100,
NAIROBI to facilitate any further clarification or addendum.
5. All Tenders must be accompanied by a BID SECURITY IN THE FORM OF
UNCONDITIONAL BANK GUARANTEE ISSUED BY BANKS REGULATED
BY THE CENTRAL BANK OF KENYA OR A REGISTERED INSURANCE
COMPANY of KSHS. 500,000 (KENYA SHILLINGS FIVE HUNDRED THOUSAND
ONLY)
6. The Tenderer SHALL chronologically and sequentially serialize all pages of the
tender documents submitted in the numerical format i.e., 1, 2, 3, 4…... including the
cover page and all other pages and attachments.
7. Completed tenders must be delivered to the address below on or before 23rd April,
2026. Electronic Tenders WILL NOT be permitted.
8. There will be a Site visit at 11:30 a.m. on 20th April, 2026
9. Tenders will be opened on 23rd April, 2026 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.
10. Late tenders will be rejected.
viii
11. The addresses referred to above are: A. Address for obtaining further information and for
purchasing tender documents
Nairobi City County Government
Muindu Mbingu Street, Old City Hall Building, 4th Floor Room 400, Supply
Chain Management.
P.O BOX 30075-00100
Head of Supply Chain Management, Tel: 0725 624 489/ 0738 041 292,
Email:nairobiprocurement@gmail.com
B. Address for Submission of Tenders.
Nairobi City County Government
County Secretary
P.O Box 30075-00100
Muindu Mbingu Street, Old City Hall Building, 4th Floor Room 400
Supply Chain Management. C. Address for Opening of Tenders.
Nairobi City County Government
Muindu Mbingu Street, Old City Hall Building, 4th Floor Room 400
Supply Chain Management
COUNTY CHIEF OFFICER- FINANCE NAIROBI CITY COUNTY
Email Address: - nairobiprocurement@gmail.com
APRIL, 2026
ix
PART 1:
TENDERING PROCEDURES
x

SECTION I - INSTRUCTIONS TO TENDERERS A
GENERAL PROVISIONS
1.0 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.
1.2 Throughout this tendering document:
a) The term ―in writing‖ means communicated in written form (e.g. by mail, e-mail, fax, including if
specified in the TDS, distributed or received through the electronic-procurement system used by the
Procuring Entity) with proof of receipt;
b) if the context so requires, ―singular‖ means ―plural‖ and vice versa;
c) ―Day‖ means calendar day, unless otherwise specified as ―Business Day‖. A Business Day is any day
Key Personnel
[{"role": "(a) As a matter of law or official regulations, Kenya prohibits commercial relations with that country;", "registration_body": "NCA"}]
Key Equipment
[{"equipment_type": "Excavator 1"}, {"equipment_type": "1 2 3 4 5", "min_quantity": 3}, {"equipment_type": "Average Annual Construction Minimum average annual construction turnover of Form FIN \u2013 3.2"}, {"equipment_type": "General Construction Experience Experience under construction contracts in the Form EXP \u2013 4.1"}, {"equipment_type": "Specific Construction & Contract A minimum number of [2] similar contracts Form EXP 4.2(a)", "min_quantity": 2}, {"equipment_type": "2 3 4 5"}]