MINISTRY OF WATER, SANITATION AND IRRIGATION TENDER AUGUST 2025
STATE DEPARTMENT FOR WATER AND SANITATION
KENYA WATER SANITATION AND HYGIENE (K – WASH) PROGRAM
REQUEST FOR EXPRESSION OF INTEREST (REOI) |
CONSULTING SERVICES – FIRMS SELECTION
Country | Kenya |
Name of Project | Kenya Water Sanitation and Hygiene (K-WASH) Program |
Project No | Pl 79012 |
Credit No | IDA 7459 -KE |
Assignment Title | CONSULTINGSERVICESFORTHEDEVELOPMENTOFBANKABLE WATER AND SANITATION PROPOSALS FOR SELECTED VWER SERVICE PROVIDERS |
Reference | Contract No.: KE-SDWS-480768-CS-CQS |
- The Government of Kenya has received financing from the World Bank towards the cost of the Kenya Water Sanitation and Hygiene Project (K-WASH), and intends to apply part of the proceeds for CONSULTING SERVICES FOR THE DEVELOPMENT OF BANKABLE WATER AND SANITATION PROPOSALS FOR SELECTED WATER SERVICE PROVIDERS
- The consulting services (“Services”) include support to selected Water Service Providers (WSPs) to prepare detailed bankable water and sanitation proposals including the relevant environmental and social safeguards aspects of the proposed projects.
- The duration of the consulting services for each project will be for Six (6) calendar months from contract commencement date.
- The detailed Terms of Reference (TOR) for the assignment can be found at Ministry’s website www.water.go.ke and Public Procurement Information Portal (PPIP) https://tenders.go.ke.
- The State Department for Water and Sanitation (“the Client”) in the Ministry of Water, Sanitation and Irrigation, now invites eligible consulting firms (“Consultants”) to express their interest in providing the Services. Interested Consultants should provide information demonstrating that they have the required qualifications and relevant experience to perform the Services. The short-listing criteria are:
- a)Core business and years in business: The firm must be registered and incorporated as a consulting firm in Kenya, with its core business in the field of water, sanitation, hygiene (WASH), environmental management, social safeguards or related fields. The firm must have been in operation for a minimum of ten (10) calendar years.
- b)Relevant experience: The firm shall demonstrate having successfully executed and completed at least three (3) assignments of similar nature, complexity and in a similar operating environment in the last five (5) calendar years. Details of similar assignments: Name and address of the client, scope, value, and period should be provided and submitted Expression of Interest should include enumeration of these similar past assignments.
- c)Technical and managerial capability of the firm: The firm must demonstrate the requisite technical expertise to undertake the assignment The firm must demonstrate strong managerial capabilities through its organizational structure and governance framework. The submitted company profile should highlight the firm’s experience in managing complex, multidisciplinary projects, and its capacity to coordinate and deliver multiple work streams efficiently. The firm should showcase its ability to support large-scale, donor-funded projects, particularly those involving complex multi-stakeholder environments. Key Experts will not be evaluated at the shortlisting stage.
- The attention of interested Consultants is drawn to Section III, paragraphs, 3.14, 3.16, and 3.17 of the World Bank’s “Procurement Regulations for IPF Borrowers” first published in July 2016, revised 6th Edition February 2025(“Procurement Regulations”) setting forth the World Bank’s policy on conflict of Interest.
- Consultants may associate with other firms to enhance their qualifications, but should indicate dearly 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 agreement shall be jointly and severally liable for the entire contract, if selected.
- The Consultant will be selected in accordance with the Consultant Qualification Selection (CQS) method set out in the Procurement Regulations.
- Further information can be obtained at the address below during office hours between 0900 to 1600 hours East African Time (EAT) from Monday to Friday excluding lunch hour (1300 to 1400Hrs) and public holidays.
- Expression of interest must be delivered in a written form to the address below in person or by mail or by e-mail by 2nd September, 2025 at 1000 hours East African Time (EAT). For expressions of interest that will be deposited at the Tender Box on Ground Floor, Maji House. Ngong Road, Nairobi, Kenya, the packages should be clearly marked “CONSULTING SERVICES FOR THE DEVELOPMENT OF BANKABLE WATER AND SANITATION PROPOSALS FOR SELECTED WATER SERVICE PROVIDERS” contract No.: KE-SDWS-480768-CS-CQS addressed to: