KENYA NATIONAL HIGHWAYS AUTHORITY TENDER JULY 2025
Specific Procurement Notice
CONSTRUCTION
Road Infrastructure Development
Closing Date: Friday, 22nd August 2025; 1100Hrs East African Time
Country: Kenya
PREQUALIFICATION
Subject: International Open Tender for Capacity Enhancement of Pangani – Muthaiga – Kiambu –
Ndumberi (B32) Road Project and Adjacent Road Network.
Tender No: KeNHA/2889/2025
Project Executing Agency: Kenya National Highways Authority – KeNHA
Project Measures:
1. The Government of the Republic of Kenya has received commitment
from the People’s Republic of China through the China Export Import
(EXIM) Bank to finance the cost of the Capacity Enhancement of Pangani
– Muthaiga – Kiambu – Ndumberi (B32) Road. The financing agreements
shall be signed upon finalization of the commercial contract.
2. Kenya National Highways Authority, a State Corporation under the Ministry
of Roads and Transport in the State Department for Roads, established
under the Kenya Roads Act 2007, now seeks to invite Eligible Chinese
Contractors or Consortia led by Chinese Enterprises in accordance
with the financing arrangements set by the People’s Republic of China
through the China Exim Bank for the proposed Capacity Enhancement
of Pangani – Muthaiga – Kiambu – Ndumberi (B32) road project and
Adjacent Road Network to submit their prequalification applications in
order to be considered for the execution of these Works.
3. The Capacity Enhancement of Pangani – Muthaiga – Kiambu – Ndumberi
(B32) Road and adjacent road network will improve traffic flow along
the Eastern part of the Nairobi Metropolis as it seeks to decongest traffic
along the both Kiambu Road and Thika Superhighway. The project will
also improve the level of service and reduce travel times, improve road
safety and increase accessibility thereby spurring economic growth of
both Nairobi and Kiambu Counties with ripple effect to the overall Kenyan
Economy.
4. The Project will be implemented through FIDIC Silver Book – Engineering
Procurement and Construction Contract Arrangements and will involve
the following:
Detailed Engineering Design and Upgrading of the entire Project Road
from a two lane single carriageway to a four lane dual carriageway urban
thoroughfare including 2 lane service roads on both sides and pedestrian
walkways on both sides along the entire project road as follows;
i. Upgrading of the entire project road from a two-lane single carriageway
to a four-lane dual carriageway including 2 lane service
lanes on either sides and pedestrian walkways along the entire
project road section.
ii. Construction of new bridges across Muthaiga Golf Club Spur, Mua
Road Overpass, DCI Overpass, Coffee Garden U-turn, Tala Road
Overpass Bridge, Ridgeways U – Turn Underpass Bridge, Runda U
Turn and Kirigiti Junction Bridge.
iii. Construction of interchanges at Kamiti Road/Kiambu Road Interchange,
Banana Road/Kiambu Road Interchange and Northern
Bypass/Kiambu Road Interchange.
iv. Provision of Six (6) number Footbridges at various locations along
the road
v. Enhancement of key roads in the network abutting the project
road as follows:
1. Main Project Road
A. Main Trunk Road
• Muthaiga – Kirigiti Junction
• Kirigiti JN – Kiambu Town – Governor’s Office
• Governor’s Office – Ndumberi – Sasini
B. Bypasses
• Githunguri Road – Sasini – Boma Road
• Riabai – Kiriguini B Road
C. Spur Roads
• Ridgeways Road from Kiambu Road to Thika Road
(Roasters)
• Evergreen – UN Avenue through Runda
• Wambui Road
• Muthaiga North
• Mua Park Road/Serengeti Avenue
• KIST JN – Kamiti Road
• JN Boma Road – Kirigiti
• Access to other public institution and key settlements
2. Maintenance of the existing road during construction period
- Management and control of traffic during construction
period - Provision and erection of road furniture and road markings,
pedestrian walkways, bus bays, and other miscellaneous
works - The Construction Period will be 36months and Defects
Notification Period will be 24months - Applicants are required to complete the Prequalification Document and
demonstrate that they are qualified to perform the services (technical capabilities,
financial capabilities, description of similar assignments, experience
in similar assignments/conditions, availability of appropriate skills
among staff, etc.). To be considered for prequalification, Applicants must
demonstrate that they have achieved a minimum annual construction
turnover of USD 250 million for the last five (5) years calculated as the
sum of all total certified annual payments received for contracts in progress
and/or completed divided by the number of years. A firm may apply
for prequalification both individually, and as part of a JV to enhance their
qualifications. - This prequalification for construction of the Works will be guided by
the latest version of the “Guidelines for the Procurement of Consulting
Services, Works, Plant, Goods and Non-Consulting Services in Financial
Cooperation with Partner Countries. - The Executing Agency is under no obligation to shortlist any firm or Joint
Venture who submits a prequalification application. Should the Tender
be cancelled, tenderers are not entitled to any compensation, nor will
any reasons be given for the cancellation. - The Prequalification Document is available free of charge from the
KeNHA website (www.kenha.co.ke) or https:// tenders.go.ke. Bidders
are encouraged to download the Prequalification Document to
minimize physical visits to KeNHA Head Office. - Applicants may obtain further information at the address and e-mails
given below during office hours (weekdays from 8h00 to 17h00 EAT,
excluding public holidays):