MINISTRY OF TRANSPORT, INFRASTRUCTURE, HOUSING, URBAN DEVELOPMENT AND PUBLIC WORKS TENDER NOVEMBER 2022 

STATE DEPARTMENT FOR HOUSING AND URBAN DEVELOPMENT 

SECOND KENYA INFORMAL SETTLEMENTS IMPROVEMENT PROJECT (KISIP2)

Credit No: 6759-KE Project ID No: P167814

ASSIGNMENT TITLE: CONSULTANCY SERVICES FOR ENGINEERING DESIGN REVIEW AND REPACKAGING OF DETAILED ENGINEERING DESIGNS, PROCUREMENT DOCUMENTS; UPDATING RAP AND ESIA REPORTS AND SUPERVISION OF THE PROPOSED INFRASTRUCTURES IMPROVEMENT WORKS IN SELECTED INFORMAL SETTLEMENTS IN THE COUNTY OF KILIFI.

REFERENCE NO. KE-MOTI-214831-CS-QCBS

REQUEST FOR EXPRESSIONS OF INTEREST (CONSULTANCY SERVICES-FIRM SELECTION)

The Government of Kenya (GOK) has received fi nancing 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.
1. The consulting services (the Services) include: (a) to review the existing infrastructure
designs including preparation of detailed designs, prepare and package infrastructure
designs; prepare procurement documents, and review and update existing RAP and
ESIA Reports. (b) To fulfi ll the role of the Engineer’s Representative to the Engineer
who shall be appointed by the County Government, being the Employer, in the
supervision of the proposed infrastructure construction works to be undertaken in
selected informal settlements in Kilifi County.The assignment is expected to take
Thirty-Two (32) months
2. The detailed Terms of Reference (TOR) for the assignment can be found at the
following website: www.housingandurban.go.ke/tenders or can be obtained at the
address given below.
3. The Ministry for 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 fi rm ( “Consultants’’)
to indicate their interest in providing the services. Interested Consultants should
provide information demonstrating that they have the required qualifi cations and
relevant experience to perform the Services. The shortlisting requirements for the
Firm’s experience are: (a) Core business as a consulting fi rm with at least Ten (10)
years relevant experience in the fi eld of roads, water supply and sanitation systems
covering feasibility studies, designs, Environmental and Social Impact Assessments
(ESIAs), Resettlement Action Plans (RAP) and works’ supervision (b) Demonstration
of having been involved in successful execution, completed and/or ongoing, of at least
two (2) projects of similar nature both in scope and complexity in similar operating
environment in the last ten (10) years with preferably one (1) project, completed or
ongoing, in an informal settlement or similar environment in the last fi ve (5) years.
Details of the assignment-Name and address of the client, scope, value, and period
shall be provided (c) Technical capability to undertake the assignment which should
be supported by detailed company profi les; and (d) Availability of knowledge and
appropriate skills among key consultant staff . 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 IPF Borrowers, July 2016, updated August 2018 and November
2020) which can be found at the following website : www.worldbank.org/
procurement.
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 fi rms to enhance their qualifi cations, 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 off ice 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 10th DEC 2025 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

 

Get Latest Tenders to your email inbox.