KETRACO TENDER MARCH 2026
REQUEST FOR EXPRESSIONS OF INTEREST
(CONSULTING SERVICES – (FIRMS SELECTION)
| COUNTRY: | KENYA |
| PROJECT: | KENYA GREEN AND RESILIENT EXPANSION OF ENERGY (GREEN) PROGRAM PHASE 2. |
| Loan No./Credit No./ Grant No.: |
IDA 7343-KE & 7344-KE |
| Assignment Title: | Consultancy Services for Construction Supervision and Project Management Services for STATCOMs at Suswa & Rabai Substations – Phase II |
| Reference No.: | KE-KETRACO-492053-CS-QCBS |
The Kenya Electricity Transmission Company Ltd. has received financing from the World Bank toward the cost of the Supply and
Installation of STATCOMS, Shunt Reactors and Shunt Capacitor at Suswa and Rabai, and intends to apply part of the proceeds for
consulting services.
The Consulting Services (“the Services”) is expected to take not less than eighteen (18) months includes the following scope:
1. Participate in contract negotiations with the successful EPC contractor.
2. Review designs and study reports submitted by the EPC contractor for construction approval.
3. Supervise construction activities and contract management of the EPC contract.
4. Prepare all relevant project reports.
5. Participate in post-construction activities included in the defect’s liability period.
6. Provide formal and on-the-job training for KETRACO technical staff.
The Terms of Reference (TOR) for the primary procurement stage for the assignment are attached to this request for expressions
of interest.
The Kenya Electricity Transmission Company now invites eligible Consulting firms (“Consultants”) to indicate 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 shortlisting criteria are: related to required qualifications and
experience of the firm;
1. Possession of over fifteen (15) years of general experience, as core business, in the area of Construction Supervision and
Project Management Services for High Voltage Substation contracts including:
2. Successful delivery of a minimum of five (5) assignments of similar nature and complexity to those envisaged and
described in the Terms of Reference (ToR) for the assignment, within the past ten (10) years. At least two assignments
showing delivery experience in similar environments would be an added advantage. Similarity and complexity include,
among others, experiences in High Voltage power system infrastructure consultancy and project management of EPC
contracts in the field of power transmission substations
3. Technical and managerial capabilities of the firm
4. Good track record in the consultancy industry, participation in R&D and preparation of innovative solutions in the power
sector, good will and demonstrated competence and client satisfaction shall also be taken into account for short listing.
Key Experts will not be evaluated at the shortlisting stage.
Due to the need for brevity, interested Consultants should only provide sufficient information that will enable the Implementing
Agency to determine the Consultant’s capabilities in the field of the assignment, but legal documents such as certificates of
incorporations, power of attorney, or translations of standard brochures should not be submitted at this stage. The maximum
page limit for the EOI, including any annexes, shall therefore not exceed 20 pages. This limit applies for single entities as well as
firms in associations.
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” September 2023 (5th Edition) (“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 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 Method described in the Procurement
Regulations and to be specifically set out in the Request for Proposals.
Further information can be obtained at the address below during office hours 07:30 to 16:30 Hours East African Time.
Expressions of interest must be delivered in a written form to the address below (in person, or by mail, or by fax, or by e-mail)
by 31st March 2026 at 10.00 Hours East African Time.
Become Member To see All details. Join us Or Login
