Auto-extracted from the official tender document
Minimum financial criteria bidders must meet
this condition is met shall be provided in for this purpose is be provided in “SECTION III - EVALUATION AND QUALIFICATION CRITERIA, Item 9”. 3.11 Pursuant to the eligibility requirements of ITT 4.10, 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 10 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 provide evidence of having fulfilled his/her tax obligations by producing a valid tax clearance certificate or tax exemption 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 eligible 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. 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 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 upon 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 inspection. 5.4 The tenderer shall provide in the Form of Tender and Qualification Information, a preliminary description of the proposed work method and schedule, including charts, as necessary or required. B. Contents of Tender Documents 6. Sections of Tender Document 6.1 The tender document consists of Parts 1, 2, and 3, which includes all the sections specified below, and which should be read in conjunction with any Addenda issued in accordance with ITT 8. PART 1 Tendering Procedures i) Section I - Instructions to Tenderers (ITT) ii) Section II - Tender Data Sheet (TDS) iii) Section III - Evaluation and Qualification Criteria iv)
SECTION IX - SPECIAL CONDITIONS OF CONTRACT……………………………………………………..77
SECTION X - CONTRACT FORMS……………………………………………………………………………..88
FORM No. 1 - NOTIFICATION OF INTENTION TO AWARD…………………………………………………...80
FORM No. 2 - NOTIFICATION OF AWARD - LETTER OF ACCEPTANCE………………………………….83
FORM No. 3 - CONTRACT AGREEMENT……………………………………………………………………..84
FORM No. 4 - PERFORMANCE SECURITY [Option 1 - Unconditional Demand Bank Guarantee]…………..85
FORM No. 5- PERFORMANCE SECURITY [Option 2– Performance Bond]……………………….…………86
FORM No. 6- ADVANCE PAYMENT SECURITY………………………………………………………………88
FORM No. 7- RETENTION MONEY SECURITY………………………………………………………………87
6
INVITATION TO TENDER
PROCURING ENTITY: The Principal, MANUNGA Secondary School
P. O. BOX 75-20301
MIHARATI
CONTRACT NAME AND DESCRIPTION: Proposed construction to completion of a 500-student capacity dining
hall at Manunga Secondary School IN KIPIPIRI CONSTITUENCY
The Principal, Manunga Secondary School, invites sealed tenders for the
PROPOSED CONSTRUCTION TO COMPLETION OF A 500-STUDENT CAPACITY DINING
1.
Tendering will be conducted under National open competitive method using a standardized tender
document. Tendering is open to all qualified and interested Tenderers.
Tenderers will be allowed to tender for one lot”.
2.
Qualified and interested tenderers may obtain further information and inspect the Tender Documents
during office hours [0800 to 1600 hours] at the address given below or download from the PPIP portal
tenders.go.ke
3.
A complete set of tender documents may be obtained by interested tenders upon to the address given below.
4.
Tenders shall be quoted in Kenya Shillings and shall include all taxes. Tenders shall remain valid for (120)
days from the date of opening of tenders.
5.
All Tenders must be accompanied by a bid security of Kshs.80,500.00 of the bid prices in form of bank
guarantee from a reputable bank or PPOA authorized insurance company located in Kenya, valid for at least
120 days from the date of Bidder opening.
6.
The Tenderer shall chronologically serialize all pages of the tender documents submitted.
7.
Completed tenders must be delivered to the address below on or before [As per the advert]. Electronic Tenders
will not be permitted.
8.
Tenders will be opened immediately after the deadline date and time specified below or any dead line 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.
9.
Late tenders will be rejected.
10.
The addresses referred to above are:
A.
Address for obtaining further information about the tender documents
The Principal, Manunga Secondary School
P. O. BOX 75-20301
MIHARATI
0722758132
All bids should be deposited in the Tender Box at the entrance of the KIPIPIRI NG-CDF OFFICE on or before
FRIDAY 24TH APRIL 2026 AT 10:00A.M
B.
Address for Submission of
Tenders.
The Principal, Manunga Secondary School
P. O. BOX 75-20301
MIHARATI
0722758132 Authorized Official (name, designation, Signature and date)]
Name
Designation Signature
Date;10TH APRIL 2026
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 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.[{"role": "registered with the National Construction Authority and be issued with a Registration Certi\ufb01cate before they", "registration_body": "NCA"}][{"equipment_type": "FORM PER -1"}]