BirgenAI
Back to Tenders
GovernmentWorksOpen TenderDocument parsed

KITISE/LONDOKWE WATER PROJECT -SAND DAMS

Tender Number
2225875-2025/2026
Submission Deadline
28 Apr 2026
6 days left
Procuring Entity
Makueni County Government
Bid Bond Amount
Ksh 100,000

Tender Requirements

Auto-extracted from the official tender document

Submission Deadline
Not specified
Bid Bond Form
Not specified
Bid Bond Validity
Not specified
Bid Validity Period
170 days
Submission Method
Electronic
Number of Bid Copies
Not specified
Pre-Bid Meeting
23rd April 2026
Pre-Bid Link
Not specified
Clarification Deadline
Not specified
Mandatory Site Visit
Yes

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
Not specified
Audited Financials
Not specified
View raw qualification text
 QUALIFICATION CRITERIA
 CONDITIONS OF CONTRACT
 APPENDIX TO FORM OF AGREEMENT
 STANDARD FORMS
 SPECIFICATIONS, DRAWINGS AND BILLS OF QUANTITIES
NN
The Employer’s representative The Employer
THE C.O-ENVIRONMENT, NATURAL GOVERNMENT OF MAKUENI COUNTY,
RESOURCES,MINING AND CLIMATE DEPARTMENT OF ENVIRONMENT,
CHANGE NATURAL RESOURCES, MINING AND
GOVERNMENT OF MAKUENI COUNTY, CLIMATE CHANGE
P.O. BOX 78–90300, MAKUENI. P.O. BOX 78–90300, MAKUENI.
TABLE OF CONTENTS
19. Documents Establishing the Eligibility and Qualifications of the Tenderer
i
i
i
A. General
i
i
i
iv
INVITATION TO TENDER
PROCURING ENTITY: GOVERNMENT OF MAKUENI COUNTY, LANDS, URBAN PLANNING AND
DEVELOPMENT, ENVIRONMENT AND CLIMATE CHANGE
CONTRACT NAME AND DESCRIPTION KITISE/LONDOKWE WATER PROJECT -SAND DAMS The
GOVERNMENT OF MAKUENI COUNTY, DEPARTMENT OF LANDS, URBAN PLANNING AND
DEVELOPMENT, ENVIRONMENT AND CLIMATE CHANGE invites sealed tenders for the Proposed
KITISE/LONDOKWE WATER PROJECT -SAND DAMS
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 from the PPIP and IFMIS PORTAL
at their own cost or from
OFFICE OF DIRECTOR SUPPLY CHAIN MANAGEMENT LOCATED AT MAKUENI COUNTY
TREASURY HEADQUARTERS AT MAP
4. A complete set of tender documents may be obtained electronically from the
Website(s)www.makueni.go.ke or www.tenders.go.ke Tender documents obtained electronically will be
free of charge.
5. Tender documents may be viewed and downloaded for free from the website (www.makueni.go.ke or
www.tenders.go.ke. Tenderers who download the tender document must forward their particulars
immediately to (procurement@makueni.go.ke to facilitate any further clarification or addendum.
6. Tenders shall be quoted be in Kenya Shillings and shall include all taxes. Tenders shall remain valid for
(140) days from the date of opening of tenders.
7. Tender Security for Ksh.100,000(One Hundred Thousand Shillings only)Valid for 170 days from
the tender opening
8. The Tenderer shall chronologically serialize all pages of the tender documents submitted.
9. Completed tenders SHALL ONLY be submitted Electronically Via the IFMIS PORTAL on or before
Tuesday 28th April 2026 10.00 AM EAT
10. Tenders will be opened immediately after the deadline date and time specified above or any dead line
date and time specified later.
11. Late tenders will be rejected.
10. The addresses referred to above are IFMS PORTAL (GOVERNMENT OF KENYA E-SOURCING
PORTAL)
A. Address for obtaining further information and for purchasing tender documents
1) GOVERNMENT OF MAKUENI COUNTY, DEPARTMENT OF LANDS, URBAN
PLANNING AND DEVELOPMENT, ENVIRONMENT AND CLIMATE CHANGE
2) MAKUENI COUNTY HEADQUARTERS, COUNTY COMMISSIONERS BUILDING 3RD
FLOOR, ROOM NUMBER 342
v
3) 3) P.O BOX 78-90300 MAKUENI 4) Procurement@makueni.go.ke .
6
B. Address for Submission of Tenders.
1) GOVERNMENT OF MAKUENI COUNTY, DEPARTMENT OF LANDS, URBAN
PLANNING AND DEVELOPMENT, ENVIRONMENT AND CLIMATE CHANGE
2) MAKUENI COUNTY HEADQUARTERS, COUNTY COMMISSIONERS BUILDING 3RD
FLOOR, ROOM NUMBER 342
3) P.O BOX 78-90300 MAKUENI 4) Procurement@makueni.go.ke .
C. Address for Opening of Tenders.
1) GOVERNMENT OF MAKUENI COUNTY, DEPARTMENT OF LANDS, URBAN
PLANNING AND DEVELOPMENT, ENVIRONMENT AND CLIMATE CHANGE
2) MAKUENI COUNTY HEADQUARTERS, COUNTY COMMISSIONERS BUILDING 3RD
FLOOR, ROOM NUMBER 342
3) P.O BOX 78-90300 MAKUENI Procurement@makueni.go.ke .
Name
Designation
Signature
Date
Signature Date
vi
PART 1 - TENDERING PROCEDURES
vi
i
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 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

Key Requirements

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 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 competitive advantage over competing
firms.
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 being tendered for. The Procuring
Entity shall indicate in the TDS firms (if any) that provided consulting services for the contract being
tendered for. The Procuring Entity shall check whether the owners or controllers of the Tenderer are
same as those that provided consulting services. The Procuring Entity shall, upon request, make
available to any tenderer information that would give such firm unfair competitive advantage over
competing firms.
3. Eligible Tenderers
3.1 A Tenderer may be a firm that is a private entity, a state-owned enterprise or institution subject to ITT
3.7 or any combination of such entities in the form of a joint venture (JV) under an existing agreement
or with the intent to enter into such an agreement supported by a letter of intent. Public employees and
their close relatives (spouses, children, brothers, sisters and uncles and aunts) are not eligible to
participate in the tender. In the case of a joint venture, all members shall be jointly and severally liable
for the execution of the entire Contract in accordance with the Contract terms. The JV shall nominate
a Representative who shall have the authority to conduct all business for and on behalf of any and all
the members of the JV during the tendering process and, in the event the JV is awarded the Contract,
during contract execution. The maximum number of JV members shall be specified in the TDS.
3.2 Public Officers of the Procuring Entity, their Spouses, Child, Parent, Brothers or Sister. Child, Parent,
Brother or Sister of a Spouse, their business associates or agents and firms/organizations in which they
have a substantial or controlling interest shall not be eligible to tender or be awarded a contract. Public
Officers are also not allowed to participate in any procurement proceedings.
3.3 A Tenderer shall not have a conflict of interest. Any tenderer found to have a conflict of interest shall
be disqualified. A tenderer may be considered to have a conflict of interest for the purpose of this
1
tendering process, if the tenderer:
a) Directly or indirectly controls, is controlled by or is under common control with another tenderer; or
b) Receives or has received any direct or indirect subsidy from another tenderer; or
c) Has the same legal representative as another tenderer; or
d) Has a relationship with another tenderer, directly or through common third parties, that puts it in a
position?
2
to influence the tender of another tenderer, or influence the decisions of the Procuring Entity
regarding this tendering process; or
e) Any of its affiliates participated as a consultant in the preparation of the design or technical
specifications of the works that are the subject of the tender; or
f) any of its affiliates has been hired (or is proposed to be hired) by the Procuring Entity as Engineer
for the Contract implementation; or
g) Would be providing goods, works, or non-consulting services resulting from or directly related
to consulting services for the preparation or implementation of the contract specified in this
Tender Document or
Key Personnel
[{"role": "national environmental protection agency or by other competent authority as harmful to human beings", "registration_body": "ISK"}]
Key Equipment
[{"equipment_type": "Multiple Contracts"}, {"equipment_type": "Alternative Tenders (ITT 13.1)"}, {"equipment_type": "Margin of Preference is not applicable"}, {"equipment_type": "following conditions."}]