0% found this document useful (0 votes)
22 views12 pages

KeNHA R4 336 2025 PBC DUKA MOJA NAROK 1

The document outlines the qualification requirements for bidders in a tender process, detailing necessary certifications, financial capabilities, construction experience, and equipment ownership. It specifies the evaluation criteria for technical proposals, including the need for a comprehensive methodology and work plan. Bidders must provide various forms and documents to demonstrate compliance with the requirements set by the Kenya National Highways Authority.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
22 views12 pages

KeNHA R4 336 2025 PBC DUKA MOJA NAROK 1

The document outlines the qualification requirements for bidders in a tender process, detailing necessary certifications, financial capabilities, construction experience, and equipment ownership. It specifies the evaluation criteria for technical proposals, including the need for a comprehensive methodology and work plan. Bidders must provide various forms and documents to demonstrate compliance with the requirements set by the Kenya National Highways Authority.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 12

For

Procuring
Ite Document To be
Qualification Entity's Use
m Qualification Requirement Completed/provided by
Subject (Qualificatio
No. Tenderer
n met or Not
Met)
- Certificate must be signed by the
Employer’s representative
- Bidders to send technical persons
for the Site Visit- Min
Qualifications – Diploma in Civil
Engineering
a) Form in the Prescribed
Format
12. Tender Security Tender Security Form b) Digital Tender
Securities will be
accepted
- Fill all rates, prices and amounts,
- NO Alterations of the Quantities
accepted, Bills of Quantity in the
Priced Bill of
13. - All bidders own Corrections
Quantities Prescribed Format
must be Countersigned
NO ERRORS noted in the Bills of
Quantities
Annual
Practicing Proof of registration with the
License with the National Construction Copy of Current NCA
14.
National Authority in Class 4, 5 or 6 Practicing License
Construction as Roads/Bridges Contractor
Authority
Has produced a current tax
clearance certificate or tax
Tax Obligations exemption certificate issued by Provide Valid Tax
15. for Kenyan the Kenya Revenue Authority Compliance Certificate
Tenderers in accordance with ITT 4.15.

Bidders Bidding for PBC


Tenders, at least one of the
Directors of the bidding
company MUST have been
trained in Performance
Based Road Maintenance as
16. PBC Certificate Copy of PBC Certificate
a Contractor (PBC) by
Kenya Institute of Highways
and Building Technology
(KIHBT) or any other
Accredited Institution
Registered in Kenya
Bidders shall sequentially
serialize all pages of each
tender submitted. The Serialization MUST be
Serialization of numerically sequential
17. starting from Numeric 1.
the Bid Any written Pages or
document attached or
inserted Documents MUST
be sequentially serialized.

40
KeNHA/R4/336/2025 Issued by Kenya National Highways Authority
For
Procuring
Ite Document To be
Qualification Entity's Use
m Qualification Requirement Completed/provided by
Subject (Qualificatio
No. Tenderer
n met or Not
Met)
The person or persons
signing the bid shall All pages with entries
initial all pages of the bid (Typed or hand written)
where entries have been must be initialed.
made. Any alterations made in
Bidders shall own all the tender document
Completeness of must be countersigned.
18.
tender document
alterations made to the
tender document. All relevant Forms/
Bidders shall duly fill all Schedules shall be duly
relevant forms/schedules filled including it being
provided for in the signed, dated, and
document that requires stamped
entries
Bidder to fill
Proposed Dully filled and signed Schedule H: Basic
19. schedule H. Prices for Materials
weightings
and Labour
Bidder to fill Schedule G:
Bidder shall provide current (atleast Part I. Schedule of
Rates 30 days before tender opening) proof Materials; -Basic Prices
20. of cost of materials e.g. Proforma Part II. Schedule of rates
Derivation
Invoices/quotation derivation

B. TECHNICAL EVALUATION

Non-performance of a Form CON-1


contract did not occur as a If a bidder fails to
result of contractor default disclose, shall be
for the last three (3) years. disqualified
Non-performance shall be Reference to be made to
History of Non-
deemed to have occurred by procuring Authority’s 10 Marks
1. Performing
evidence of: records
Contracts
 Termination Letter A bidder (Company
 Liquidated and/or Director(s)) with
Damages any history of non-
performance losses 10
marks

41
KeNHA/R4/336/2025 Issued by Kenya National Highways Authority
For
Procuring
Ite Document To be
Qualification Entity's Use
m Qualification Requirement Completed/provided by
Subject (Qualificatio
No. Tenderer
n met or Not
Met)
2. Financial (i) Bidders shall provide Form FIN - 3.1, with
Capabilities audited balance sheets or, if attachments 10 Marks
not required by the laws of Attachments include:
the Tenderer's country, other
financial statements i. Audited
acceptable to the Procuring accounts 1 Mark
Entity, for the last 3 years All pages must be
shall be submitted and must initialed and stamped
demonstrate the current by both a practicing
soundness of the Tenderer's Auditor registered
financial position and with ICPAK and one
indicate its prospective long- of the Directors.
term profitability (as Auditor’s practicing
demonstrated by Financial membership number
Evaluation ratios). from ICPAK must be
indicated and a valid
practicing license
shall be provided.

The Financial ratio


Form to be signed by 4 Marks
the Auditor registered
with ICPAK and one
of the Directors
 Financial
Ratios
Computation shall be
made for the following
Ratios and marks
awarded to each of the
ratios:
-Working Capital
4 Marks
- Debt to Equity Ratio
- Current ratio
- Operating Cash Flow
(ii) The Tenderer shall ratio
demonstrate that it has access  Line of Credit
to, or has available, liquid  Bank
assets, unencumbered real statements
assets, lines of credit, and
other financial means Etc.
(independent of any
contractual advance
payment) sufficient to meet
the construction cash flow
requirements estimated at a
42
KeNHA/R4/336/2025 Issued by Kenya National Highways Authority
For
Procuring
Ite Document To be
Qualification Entity's Use
m Qualification Requirement Completed/provided by
Subject (Qualificatio
No. Tenderer
n met or Not
Met)
minimum of 10% of Bid
Price for the subject
contract(s) net of the
Tenderer's other
commitments.
The Tenderers shall also
demonstrate, to the
satisfaction of the Procuring
Entity, that it has adequate
sources of finance to meet the
cash flow requirements on
works currently in progress
and for future contract
commitments.
Minimum average annual
construction turnover of
Kenya Shillings 100 Million
(One Hundred Million),
Average Annual equivalent calculated as total Form FIN - 3.2
3. Construction certified payments received Attachments include 1 Marks
Turnover for contracts in progress Financial Statements
and/or completed within the
last 3-year years, divided by 3
years

Form FIN - 3.4


If the value of the
outstanding Works and the
Ongoing Value of outstanding works shall new commitment is more
4. than the operating cash flow 2marks
Works not be more than the cash flow
(based on the last audited
financial statement) of the
bidder, the bidder loses
2marks
Experience under construction
contracts in the role of prime Form EXP -4.1
contractor, JV member, sub- 6 Marks
General Attach Letters of Award (2 Mark for each
contractor, or management
5. Construction and Completion General
contractor, substantially
Experience Certificates Construction
completed in the last [5 years]
prior to the applications project)
submission deadline.
Participation in contract (s) Form EXP 4.2(a)&(b)
of a similar nature with
Specific Provide Letters of
minimum cumulative Award and Completion
Constructio
value of 100,000,000 (One Certificates
6. n &Contract 14 Marks
Managemen Hundred Million) as filled
t Experience in Form EXP 4.2(a) that For subcontracted works,
have been satisfactorily the bidder should provide
and substantially the following;
43
KeNHA/R4/336/2025 Issued by Kenya National Highways Authority
For
Procuring
Ite Document To be
Qualification Entity's Use
m Qualification Requirement Completed/provided by
Subject (Qualificatio
No. Tenderer
n met or Not
Met)
completed by the bidder, as  Award letter of the main
a prime contractor, joint contractor
venture member,
management contractor or  Award letter of the
sub-contractor in the last [5 subcontract.
years] prior to the
applications submission  Completion letter of the
deadline. subcontract.

The similarity shall be  Subcontract approval


based on the physical size, from the
complexity, Engineer/supervision
methods/technology or Authority
other characteristics

Curriculum Vitae (CVs) of the


Proposed Key Staff must be
presented in the provided format
Contractor's
and duly signed by the proposed
Representative
individual. Schedule F (Form PER. 1 10 Marks
7. and Key
Personnel Copies of certificates and Annual and PER. 2)
Practicing Licenses (for
Engineers) and Academic
Certificates for all staff is
mandatory;

44
KeNHA/R4/336/2025 Issued by Kenya National Highways Authority
For
Procuring
Ite Document To be
Qualification Entity's Use
m Qualification Requirement Completed/provided by
Subject (Qualificatio
No. Tenderer
n met or Not
Met)

PBC Certificate from 1


KIHBIT or other
Certification recognised institution
Current EBK certificate of 2
good standing
Site Agent /
Road Qualifications Degree 2
Manager in Civil/
Highway
Engineering
Above 5 years 2
Experience
0-5 years 0

Qualifications Degree 2
in Civil/
HND 2
Highway
Foreman Engineering Diploma 2
Above 5 years 1
Experience
0-5 years 0

 Bidders shall declare they


have possession/Ownership
of various equipment as
proposed to be used in the
Project by providing
Logbooks that demonstrate
proof of ownership
Contractors key Schedule D of Technical
8.  For Bidders planning to hire, Proposal 35 Marks
equipment
they shall provide an Active
Lease Agreement in Place
that can be used during the
Project Life. The copy of
logbooks of the lessor(s)
shall also be provided.

45
KeNHA/R4/336/2025 Issued by Kenya National Highways Authority
For
Procuring
Ite Document To be
Qualification Entity's Use
m Qualification Requirement Completed/provided by
Subject (Qualificatio
No. Tenderer
n met or Not
Met)

Quantity Marks (Score)


Main Scope of Works Main
(No) Hired/
of this Tender Equipment
(Minimum) Owned leased
Paver 1 15 5
Bitumen
1 10 5
distributor

Pneumatic
9. 1 3 1.5
Bituminous Works Roller
(AC/DBM/Surfacing/
Overlay) Drum roller
(Minimum 1 3 1.5
10 Tons)
Tippers
(Cumulative
2 4 2
Capacity 28
Tons)
Total 35 15

Technical approach and


methodology
 Provide a detailed 3 Marks
Work Methodology
 Procedure on
execution of
activities as outlined
in the BoQs
 Allocation of
machinery/labour in
execution the
Adequacy and quality of activities
Proposed the proposed  Procedures in
10. methodology
methodology quality control of
the activities
described in BoQs
2 Marks
 Provide a
Methodology on
safety during the
construction period
 Personal protective
equipment
 Signage
 Delineation of
construction and
passage of traffic
46
KeNHA/R4/336/2025 Issued by Kenya National Highways Authority
For
Procuring
Ite Document To be
Qualification Entity's Use
m Qualification Requirement Completed/provided by
Subject (Qualificatio
No. Tenderer
n met or Not
Met)
 Passage of traffic at
night
2 Marks
 Provide a specific
Quality
management plan
that covers the
following:
1. Scope
Management
2. Time
Management
3. Material
Quality
Management
4. Financial
Management
5. Risk
Management
6. Health &
Safety
Management
7. Environmental
Management
8. Communicatio
n Management
9. Procurement
Management
10. Human
Resource
Management
11. Stakeholder
Management
Work plan/ Program of
Works (PoW)
2 Marks
• PoW Resourced with
Equipment - Min.
allocation pursuant to
the Schedule E of
Technical Proposal - –
To be submitted in A3
Size Paper well legible
Fonts 1 Mark
• PoW captures Monthly
outputs for each activity 1 Marks
• PoW details BoQ
Quantities, Units and
Rates 1 Marks
• PoW is superimposed
with Cashflow
Projections as detailed

47
KeNHA/R4/336/2025 Issued by Kenya National Highways Authority
For
Procuring
Ite Document To be
Qualification Entity's Use
m Qualification Requirement Completed/provided by
Subject (Qualificatio
No. Tenderer
n met or Not
Met)
in Schedule A of the
technical proposal

Site Organization and 1 Mark


staffing (Schedule B of
Technical proposal)

Knowledge
Transfer [When a) Relevance of training
transfer of program [Not Applicable]
knowledge is a b) Training approach and
particularly Transfer of knowledge (training) methodology [Not
11. important program (relevance of approach Applicable]
component of
and methodology c) Qualifications of experts
the assignment,
the following and trainers [Not
sub- criteria Applicable]
may be
provided]

Tenderers who score less than the required pass (75%) will be automatically disqualified. Tenderers who
meet the minimum pass mark in the technical evaluation will be evaluated further.
C. FINANCIAL EVALUATION:
The lowest evaluated bidder shall be subjected to Financial Evaluation which include but not limited to
sensitivity analysis of the rates to detect abnormally low bids or abnormally high bids or unbalanced
tenders or front loaded.

Treatment of Abnormally Low Bid/Abnormally high Bid/ Unbalanced bid

The Procuring Entity may undertake an analysis of bidders’ rates which are potentially lower/higher than the
known prevailing market rates. The bidders shall be required to provide objective justification including
supporting documents on derivation of their rates to the Procuring Entity (See Schedule G, Part I&II on
Derivation of Rates).

In addressing the above criteria, the following steps shall be undertaken by the Procuring Entity;

a. Identify: The Procuring Entity identifies a potential Abnormally Low/High Bid based on comparison
with known prevailing market rates or with the project’s total cost estimate.

b. Evaluate: The procuring Entity fully analyzes the Bidder’s justification provided on Schedule G to
verify if it is an Abnormally Low/High Bid. Due diligence may be carried out by the Procuring Entity
on the bidder’s documentation.

c. Determination: The Procuring Entity fully documents the decision to accept or reject the Bid and
executes appropriate action(s)/recommendation(s) including but not limited to enhancement of the
performance security.

In view of the above, the procuring Entity shall evaluate and analyze the Bidders’ submissions against the
known prevailing market rates and cost estimation guidelines. The analysis of the bidder’s justification shall
take into account all evidence provided.
48
KeNHA/R4/336/2025 Issued by Kenya National Highways Authority
For
Procuring
Ite Document To be
Qualification Entity's Use
m Qualification Requirement Completed/provided by
Subject (Qualificatio
No. Tenderer
n met or Not
Met)
Accordingly, the Procuring Entity’s relevant committee shall make a recommendation to the Accounting
Officer
D. POST QUALIFICATION: The procuring entity may verify the documents provided by the bidder with the
issuing authority.

49
KeNHA/R4/336/2025 Issued by Kenya National Highways Authority
Appendix to Qualification Criteria
POINT
ITEM DESCRIPTION SCORE
SCALE
HISTORY OF NON-PERFORMANCE Max 10
1
History of Non-Performance 0 or 10
FINANCIAL CAPACITY Max 10
Audited Statements 0-1
2 Computation of Financial Ratios 0-4
Working capital to be at least 10% of the EE 0-4
Turnover 0-1
EXPERIENCE Max 22
General Experience 0-6
3
Specific experience in related works 0-14
Workload Analysis 0-2
KEY PERSONNEL Max 10
PBC Certificate from KIHBIT or
1
other recognized institution
Certification
Current EBK certificate of good
2
Site Agent / standing
Road Manager Qualifications in Civil/
Degree 2
Highway Engineering
4 Above 5 years 2
Experience
0-5 years 0
Degree 2
Qualifications in Civil/
HND 2
Highway Engineering
Foreman Diploma 2
Above 5 years 1
Experience
0-5 years 0
PLANT AND EQUIPMENT Max 35
5 Relevant Equipment (As Detailed in Owned (Max 35marks) 0-35
Schedule D) 100% Leased (Max 15 marks) 0-15
6 PROGRAM OF WORKS AND WORK METHODOLOGY Max 13
Provided a detailed Work Methodology 0-3
Work
6a Provided a Methodology on safety during the construction period 0-2
Methodology
Provided a specific Quality management plan 0-2
PoW Resourced with Equipment-Min. allocation pursuant to the
Schedule E of Technical Proposal - – To be submitted in A3 Size 0-2
Paper well legible Fonts
Program of PoW captures Monthly outputs for each activity 0-1
6b
Works
PoW details BoQ Quantities, Units and Rates 0-1
PoW is superimposed with Cashflow Projections as detailed in
0-1
Schedule A of the technical proposal
Organization and staffing (Schedule B of Technical proposal)
7 0-1
Equivalent of Site Base facilities
MAX
TOTAL
100
50
KeNHA/R4/336/2025 Issued by Kenya National Highways Authority
SECTION V - TENDERING FORMS

51
KeNHA/R4/336/2025 Issued by Kenya National Highways Authority

You might also like