LAKE VICTORIA SOUTH WATER WORKS DEVELOPMENT AGENCY TENDER MARCH 2025
REQUEST FOR EXPRESSIONS OF INTEREST |
(CONSULTING SERVICES – FIRMS SELECTION)
CONSULTANCY SERVICES FOR FEASIBILITY STUDIES, DETAILED ENGINEERING DESIGNS AND PREPARATION OF TENDER DOCUMENTS, ENVIRONMENTAL AND SOCIAL IMPACT ASSESSMENT (ESIA) AND RESETTLEMENT ACTION PLAN FOR: | |
LOT 3 – | Sewerage Systems for Nyamira and Migori Towns |
(EOI NO: LVSWWDA/EOI/AFDB/NUWSP/3/2024-2025 – LOT 3 | |
LOT 4 – | Sewerage Systems for Homabay, Ugunja and Oyugis Towns |
EOI NO: LVSWWDA/EOI/AFDB/NUWSP/4/2024-2025 – LOT 4 |
- The Lake Victoria South Water Works Development Agency (LVSWWDA), hereinafter referred to as “The Agency” is a state corporation under the Ministry of Water, Sanitation and Irrigation of the Government of Kenya
- The LVSWWDA intends to shortlist consultants to provide consulting services (The Services) for Feasibility Studies, Detailed Engineering Designs Preparation of Tender Documents, ESIA and RAP for Priority Sewerage Projects in Nyamira, Siaya, Homa Bay, Oyugis and Migori Counties.
- The objective of the assignments under Lot 3 and Lot 4 is to carry Feasibility Studies, prepare detailed engineering designs, tendering documents, ESIA and RAP for the projects under each Lot. The assignment requires a competent consultancy firm with at least 15 years of experience in offering similar services. It is estimated that each will require about 40-man months.
- The assignments are expected to start by June 2025 for a period of 6 months as per the Terms of Reference that may be found at the following websites: www.lvswwda.go.ke or www.tenders.go.ke
- The LVSWWDA now invites eligible Kenyan consulting firms (“Consultants”) to indicate their interest in providing the Services. Interested consultants should provide information demonstrating that they have the required qualifications and experience to provide the services. The shortlisting criteria on required qualifications and experience of the firm are:
- i)Proof of legal entity of the firm as demonstrated by certificate of registration and CR-12
- ii)Proof of registration with Engineers Board of Kenya as a professional Consultancy firm
iii) Experience in the assignment including technical and managerial capacity of the firm
- iv)Number of years in business working on the area of assignment
- v)Reference to at least two assignments of similar nature and size carried out in the last 10 years. For each experience, include proof by attaching certified copies of award letters/letters of completion issued by employers or by Main Consultant in case where the consultant was a Sub-consultant.
- Qualifications and experience of key experts shall not be included in the shortlisting criteria. Key experts will not be evaluated at the shortlisting stage.
- The attention of interested Consultants is drawn to the following provisions that will be highlighted in the Request for Proposals to be issued to shortlisted firms only.
- i)The Consultant will be expected to have no conflict of interest with other assignments or its own corporate interests and acting without any consideration for future work.
- ii)The consultant has no personal or business relationship with the LVSWWDA’s senior management or professional staff.
iii) A firm or an individual in the firm has not been sanctioned by the Public Procurement Regulatory Authority or are under a suspension or a debarment imposed by any other entity of the Government of Kenya, or any international organization.
- Government-owned enterprises or institutions of Kenya Government, officials and civil servants and employees of public institutions shall not be eligible.
- Consultants may associate with other firms to enhance their qualifications but should indicate clearly whether the association is in the form of a joint venture and/or a sub-consultancy. In the case of a joint venture, all the partners in the joint venture shall be jointly and severally liable for the entire contract, if selected.
- A Consultant will be selected in accordance with the Quality and Cost Based Selection procurement method set out in the Public Procurement and Asset Disposal Act 2015 (Revised 2022) and Regulations 2020.
- A Consulting firm can only bid for either Lot 3 or Lot 4, but not both.
- Further information can be obtained at the address below during office hours from 9.00 a.m. to 12:30 p.m. and 2:30 p.m. to 5:00 p.m. on weekdays except on public holidays and Weekends.