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 COUNTIES OF KISUMU AND KAKAMEGA (ONE CONTRACT).

REFERENCE NO: – KE-MOTI-214793-CS-QCBS

REQUEST FOR EXPRESSIONS OF INTEREST (CONSULTANCY SERVICES-FIRM 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) 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 Kisumu and Kakamega Counties.The assignment is expected to take
Thirty-Two (32) months
3. 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.
4. The Ministry of Transport, Infrastructure, Housing, Urban Development and Public Works,
State Department for 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 confl ict 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 subconsultancy.
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.