Auto-extracted from the official tender document
Minimum financial criteria bidders must meet
Detailed tender document that includes mandatory preliminary requirements, technical and financial evaluation criteria may beviewed and obtained byinterested and eligible tenderers free ofcharge from theAuthority's website: http://www.irrigationauthority.go.ke/tenders orGoK's public procurement information portal https://tenders.go.ke/ as from 14th April 2026.Tenderers who intendtosubmit theirtenders MUST promptlysubmittheir names and contact details to:purchasing@irrrigationauthority.go.keorceo@irrigationauthority.go.kefor communication ofany clarification(s) and addendum/addenda during thetendering process. Physical Address ChiefExecutive Officer/CEO National Irrigation Authority (NIA) Irrigation House, Lenana Road, Hurlingham, Nairobi,Kenya Tel: +254-711061000 TenderName: Construction WorksFor Cheminya Dam Irrigation Development Project, Keiyo South Constituency, Elgeyo Marakwet County, NIA/T/006/2025-2026, RepublicOf Kenya Page 2Of243 E-mail:purchasing@irrigationauthority.go.ke;ceo@irrigationauthority.go.ke CHIEF EXECUTIVE OFFICER/CEO NATIONAL IRRIGATIONAUTHORITY TABLEOFCONTENTS TenderName: Construction WorksFor Cheminya Dam Irrigation Development Project, Keiyo South Constituency, Elgeyo Marakwet County, NIA/T/006/2025-2026, RepublicOf Kenya Page 3Of243 48.0 Performance TenderName: Construction WorksFor Cheminya Dam Irrigation Development Project, Keiyo South Constituency, Elgeyo Marakwet County, NIA/T/006/2025-2026, RepublicOf Kenya Page 4Of243 a) TENDERER'S ELIGIBILITY- CONFIDENTIALBUSINESS c) SELF-DECLARATION FORM - SELF DECLARATION TenderName: Construction WorksFor Cheminya Dam Irrigation Development Project, Keiyo South Constituency, Elgeyo Marakwet County, NIA/T/006/2025-2026, RepublicOf Kenya Page 5Of243 25. FORM No. 4 - PERFORMANCE SECURITY [Option 1 - Unconditional TenderName: Construction WorksFor Cheminya Dam Irrigation Development Project, Keiyo South Constituency, Elgeyo Marakwet County, NIA/T/006/2025-2026, RepublicOf Kenya Page 6Of243 INVITATIONTOTENDER National Irrigation Authority (NIA) LenanaRoad, Hurlingham P.O. Box30372-00100 Nairobi,Kenya Tel:+254-711061000 E-mail:ceo@irrigationauthority.go.ke;purchasing@irrigationauthority.go.ke TENDERNAME: CONSTRUCTION WORKS FOR CHEMINYA DAM IRRIGATION DEVELOPMENT PROJECT, KEIYO SOUTH CONSTITUENCY,ELGEYOMARAKWETCOUNTY TENDERNO.: NIA/T/006/2025-2026 1. The National Irrigation Authority invites sealed tenders for the CONSTRUCTION WORKS FOR CHEMINYA DAM IRRIGATION DEVELOPMENT PROJECT, KEIYO SOUTH CONSTITUENCY, ELGEYO MARAKWET COUNTY, NIA/T/006/2025-2026, RepublicofKenya. 2. Tendering will be conducted under Open tendering method using a standardized tender document. Tendering is open Tender reserved specifically to Persons With Disabilities (PWD)Enterprises which are appropriately registered as such. 3. The Interested tenderers may obtain further information and inspect tender documents at the Procurement & Supplies Officer’s office at the address below during normal working hours (0830 - 1300 hours and 1400 - 1700 hours local time; Monday to Friday except publicholidays): ChiefExecutive Officer National Irrigation Authority Irrigation House, Third Floor LenanaRoad, Hurlingham Nairobi,Kenya Tel:+254-711061000 E-mail:ceo@irrigationauthority.go.ke;purchasing@irrigationauthority.go.ke 4. A complete set of tender documents will be uploaded to our website www.irrigationauthority.go.ke/tenders and public procurement information portal, www.ppip.go.ke on16thApril 2026. 5. The tender security: Tenders must be accompanied by signed Tender-Securing Declaration Form. The attached tender security form (Section VII – Standard Forms No. 5) must be used without any modification at all. Tenders with tender securities of in other modified forms orsources shall berejected 6. The tenderer MUST serialize all pages including the attachments in the submitted tenders for each tender submitted.The tenderers MUST insert their own serial numbers even in TenderName: Construction WorksFor Cheminya Dam Irrigation Development Project, Keiyo South Constituency, Elgeyo Marakwet County, NIA/T/006/2025-2026, RepublicOf Kenya Page 7Of243 cases where they submit part or whole of tender document already serialized by the procuring entity. 7. Completed tenders are to be enclosed in plain sealed envelopes marked with Tender name and Number as indicated above and deposited in the Tender Box at address below ortobe addressed to address below to be received on or before 28th April 2026 at 12.00 noon local time. Tenders not sealed and marked with Tender Name and Number as indicated aboveSHALLNOT BEOPENED. ChiefExecutive Officer National Irrigation Authority IrrigationHouse,SecondFloor LenanaRoad, Hurlingham Nairobi,Kenya Tel:+254-711061000 E-mail:purchasing@irrigationauthority.go.ke,ceo@irrigationauthority.go.ke 8. Tenders will be opened immediately thereafter in the presence of the tenderers or their representatives who choose to attend at Nile Basin Initiative Authority, NIA Head Office, LenanaRoad, Nairobi, Kenya. 9. Latetenders will berejected. 10.Theaddresses referred toabove are: ChiefExecutiveOfficer
Section III- Evaluation and Qualification Criteria Section IV – Tendering Forms PART 2: Works' Requirements Section V - Bills of Quantities Section VI - Specifications Section VII -Drawings PART 3: Conditions ofContract andContract Forms Section VIII - General Conditions (GCC) SectionIX - Special Conditions ofContract Section X- Contract Forms 6.2 The Invitation to Tender Notice issued by the Procuring Entity is not part of theContract documents. Unless obtained directly from the Procuring Entity, the Procuring Entity is not responsible for the completeness of the Tender document, responses to requests for clarification, the minutes of a pre-arranged site visit and those of the pre-Tender meeting (if any), or Addenda to the Tender document in accordance with ITT 10. In case of any contradiction, documents obtained directly from theProcuring Entity shall prevail. 6.3 The Tenderer is expected to examine all instructions, forms, terms, and TenderName: Construction WorksFor Cheminya Dam Irrigation Development Project, Keiyo South Constituency, Elgeyo Marakwet County, NIA/T/006/2025-2026, RepublicOf Kenya Page 14Of243 specifications in the Tender Document and to furnish with its Tender all information and documentation as is required bythe Tenderdocument. 7.0 Clarification ofTenderDocument, SiteVisit, Pre-tender Meeting 7.1 A Tenderer requiring any clarification of the Tender Document shall contact the Procuring Entity in writing at the Procuring Entity's address specified in the TDS or raise its enquiries during the pre-Tender meeting if provided for in accordance with ITT 7.2. The Procuring Entity will respond in writing to any request for clarification, provided that suchrequest is received nolater than the period specified in the TDS prior to the deadline for submission of tenders. The Procuring Entity shall forward copies of its response to all tenderers who have acquired the Tender documents in accordance with ITT 7.4, including a description of the inquiry but without identifying its source. If so specified in the TDS, the Procuring Entity shall also promptly publish its response at the web page identified in the TDS. Should the clarification result in changes to the essential elements of the Tender Documents, the Procuring Entity shall amend the Tender Documents following the procedure under ITT 8 and ITT 22.2. 7.2 The Tenderer, at the Tenderer's own responsibility and risk, is encouraged to visitand examineandinspect thesite(s)of therequired contracts and obtain all information that may be necessary for preparing a tender. The costs of visiting the Site shall be at the Tenderer's own expense. The Procuring Entity shall specify in the TDS if a pre-arranged Site visit and or a pre-tender meeting will be held, when and where. The Tenderer's designated representative is invited to attend a pre-arranged site visit and a pre-tender meeting, as the case may be. Thepurpose of thesitevisitand thepre-tender meeting will beto clarify issues andto answer questions onany matter thatmay beraised at that stage. 7.3 The Tenderer is requested to submit any questions in writing, to reach the Procuring Entity not later than the period specified in the TDS before the meeting. 7.4 Minutes of a pre-arranged site visit and those of the pre-tender meeting, if applicable, including the text of the questions asked by Tenderers and the responses given, together with any responses prepared after the meeting, will be transmitted promptly to all Tenderers who have acquired the Tender Documents. Minutes shall not identify thesource ofthequestions asked. 7.5 The Procuring Entity shall also promptly publish anonymized (no names) Minutes of the pre-arranged sitevisit and those of the pre-tender meeting at the web page identified in the TDS. Any modification to the Tender Documents that may become necessary as a result of the pre-arranged site visit and those of the pre-tender meeting shall be made by the Procuring Entity exclusively through the issue of an Addendum pursuant to ITT 8 and not through the minutes of the pre-Tender meeting. Non-attendance at the pre-arranged site visit and the pre-tender meeting will not be a cause for disqualification of a Tenderer. TenderName: Construction WorksFor Cheminya Dam Irrigation Development Project, Keiyo South Constituency, Elgeyo Marakwet County, NIA/T/006/2025-2026, RepublicOf Kenya Page 15Of243 8.0 AmendmentofTenderDocuments 8.1 At any time prior to the deadline for submission of Tenders, the Procuring Entitymay amend the TenderDocuments byissuing addenda. 8.2 Any addendum issued shall be part of the Tender Documents and shall be communicated in writing to all who have obtained the TenderDocuments from the Procuring Entity. The Procuring Entity shall also promptly publish the addendum ontheProcuring Entity's websitein accordance with ITT 7.5. 8.3 Togive Tenderers reasonable time in which to take an addendum into account in preparing their Tenders, the Procuring Entity should extend the deadline for thesubmission ofTenders, pursuant to ITT 22.2. C. PREPARATIONOFTENDERS 9. CostofTendering
[]
[{"equipment_type": "2 3 4 5"}, {"equipment_type": "Nationality Nationality in accordance withITT 3.6 Forms ELI -1.1and 1.2,"}, {"equipment_type": "Conflict ofInterest No conflicts ofinterest inaccordance with ITT 3.3 Form ofTender"}, {"equipment_type": "State-owned Enterprise Meets conditionsof ITT 3.8 Forms ELI -1.1and 1.2,", "ownership_requirement": "Owned"}, {"equipment_type": "Goods, equipment and To have theirorigin in any country that is not Forms ELI -1.1and 1.2,"}, {"equipment_type": "History ofNon- Non-performance ofa contract didnot occur as a Form CON-2"}, {"equipment_type": "SuspensionBased on Not under suspension based on-execution ofa Form ofTender"}, {"equipment_type": "2 3 4 5"}, {"equipment_type": "2 3 4 5"}, {"equipment_type": "AverageAnnual Minimumaverage annual construction turnover of Form FIN -3.2"}, {"equipment_type": "General Construction Experience underconstruction contracts in theroleof 4.Form EXP -4.1"}, {"equipment_type": "Specific Construction & Aminimumnumber of[state thenumber} similar Form EXP 4.2(a)"}, {"equipment_type": "2 3 4 5"}]