MINISTRY OF ROADS AND TRANSPORT TENDER MAY 2025
STATE DEPARTMENT FOR TRANSPORT
REQUEST FOR EXPRESSION OF INTEREST (REOI) |
(CONSULTING SERVICES – FIRMS SELECTION)
COUNTRY | KENYA |
NAME OF PROJECT | HORN OF AFRICA GATEWAY DEVELOPMENT PROJECT [HOAGDP] |
CREDIT NO | CR 67680-KE |
ASSIGNMENT TITLE | CONSULTANCY SERVICES FOR DEVELOPMENT OF ENVIRONMENTAL AND SOCIAL MANAGEMENT SYSTEM (ESMS) FOR KENYA URBAN ROADS AUTHORITY (KURA) |
ASSISGNMENT NO | KE-KURA-201976-CS-QCBS |
DATE OF ISSUE | 3rd JUNE, 2025 |
- The Government of Kenya has received financing from the International Development Association [IDA] in the form of credit towards the cost of the Horn of Africa Gateway Development Project [HOAGDP], and intends to apply part of the proceeds for consulting services.
- The consulting services [“the Services”] include: Consultancy Services for Development of Environmental and Social Management System (ESMS) for Kenya Urban Roads Authority (KURA)
The duration of the assignment is twelve [12] calendar months.
- The detailed Terms of Reference (TOR) for the assignment can be found at the following websites: Ministry of Roads and Transport portal www.roads.go.ke or at Public Procurement Information Portal www.tenders.go.ke
- The State Department of Roads [the “Client”] in the Ministry of Roads and Transport, 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:
- a)Firm Registration. The firm shall be registered in the field of Environment and Social Safeguards and related services as its core business for a period of at least Ten (10) years
- b)Firm Experience. The firm should demonstrate capacity and experience in development and implementation of Environmental, Social, Health and Safety Management Systems for a period not less than 10 years. The firm must have undertaken at least 3 similar assignments in scope and value within the last 5 years;
- c)Availability of Key Experts. The firm must demonstrate as having the requisite technical and managerial capacity to undertake the assignment. 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 and Revised Edition of September 2023: [“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 firm will be selected in accordance with the Quality and Cost Based Selection (QCBS) method set out in the Procurement Regulations.
- Further information can be obtained at the address below from Monday to Friday excluding weekends and public holidays from 9.00AM to 4.00PM East Africa Time [EAT].