MINISTRY OF TRANSPORT, INFRASTRUCTURE, HOUSING, URBAN DEVELOPMENT AND PUBLIC WORKS TENDER SEPTEMBER 2021 

SECOND KENYA INFORMAL SETTLEMENTS IMPROVEMENT PROJECT (KISIP2)
Credit No: 6759-KE
Project ID No: PI67R14

ASSIGNMENT TITLE; CONSULTANCY SERVICES FOR DEVELOPMENT OF SETTLEMENT LEVEL COMMUNITY DEVELOPMENT PLANS INCLUDING SUB-ACTION PLANS ON SOCIO-ECONOMIC INCLUSION, INVESTMENT SELECTION, CRIME AND VIOLENCE PREVENTION, DISASTER MANAGEMENT AND SOLID WASTE MANAGEMENT IN SELECTED INFORMAL SETTLEMENTS IN KISUMU & KAKAMEGA COUNTIES (UNO. SETTLEMENTS) CLUSTER 3

REFERENCE NO; – KE-MOTI-245285-CS-QCBS

REQUEST FOR EXPRESSIONS OF INTEREST
(CONSULTANCY SERVICES-FIRIVI SELECTION)
  1. The Government of Kenya (GOK) has received financing from the World Bank towards the cost of the Second Kenya Informal Settlements Improvement Project (KISIP2) and intends to apply part of the proceeds for consulting services.
  2. The consulting services (the Services) include: (a) Developing a socio- economic profile of each target community for each informal settlement (b) Identifying the socio-economic needs of each target community including impacts of Covid-19 pandemic and recommend feasible measures for addressing the identified needs (c) Identify potential socio-economic opportunities existing within each settlement and factors hindering their exploitation This will also include identification of barriers for accessing such opportunities and recommend appropriate measures for addressing the barriers (d) Review and update the existing community solid waste management strategy developed under KISIP I (e) Conduct community consultations and identify income-generating SWM opportunities in the settlements (f) Establish the type of violence and criminal activities that occur in the community including the frequency of occurrence, (g) Establish the hotspot areas and some of the factors that predispose such areas for criminal activities (the why this site?) .The assignment is expected to take Eighteen
    (18) months
  3. The detailed Terms of Reference (TOR) for the assignment can be found at obtained at the address given below.
  4. The Ministry of Transport, Infrastructure, Housing, Urban Development and Public Works, State Department of Housing and Urban Development (the Client) through its Project Implementation Team, now invites eligible consulting firm (“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 requirements for the Firm’s experience are: (a) Core business as a consulting firm with relevant experience in undertaking socio economic studies/surveys; preparation of socio-economic, strategic, operational and action plans; and experience in conducting stakeholder/community/public participation processes; (b) Demonstration of having been involved in successful execution; completion of at least two (2) assignments of similar nature both in scope, complexity and in similar operating environment in the last ten (10) years. Details of the Assignment- Name and address of the client, scope, value, and period should be provided. The EOI should include samples of written outputs from previous assignments; (c) Technical capability including equipment and personnel to undertake this assignment should be demonstrated in the company profiles (d) Consultancy firms with experience working in urban informal settlements or poverty alleviation programmes or working with vulnerable populations/ groups are encouraged to apply. Key Experts will not be evaluated at the shortlisting stage.
  5. A Consultant(s) will be selected in accordance with the World Bank’s Procurement Regulations for IFF Borrowers, July 2016, updated August 2018 and November 2020) which can be found at the following website :
  6. The attention of interested Consultants is drawn to Section III, paragraph, 3.14,3.16,and 3.17 of the World Bank’s “Procurement Regulations for IPF Borrowers” July 2016 updated August 2018 and November 2020 (” Procurement Regulations”) setting forth the World Bank’s policy on conflict of interest.
  7. 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.
  8. A Consultant will be selected in accordance with the Quality Cost Based Selection method set out in the Procurement Regulations.
  9. Further information can be obtained at the address below during office hours i.e. 0900 to 1700 hrs.
  10. Expression of interest must be delivered in a written form to the address below either in person, by mail or by email by 14th September, 2021 at 1100hrs Kenyan local time

State Department for Housing and Urban Development,

Attn: Principal Secretary

P.o Box 30119-00100

6th Floor, Ardhi House

1st Ngong Avenue

Nairobi, Kenya

Tel: +254-0202-2729200

Email: projectkisip2@gmail.com

HEAD SUPPLY CHAIN MANAGEMENT

FOR:PRINCIPAL SECRETARY/STATE DEPARTMENT FOR HOUSING AND URBAN DEVELOPMENT

 

Get Latest Tenders to your email inbox.