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

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 KISUMU AND KAKAMEGA(ONE CONTRACT)

REFERNCE 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 fulfill the role of the Engineers 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 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 at least Ten (10) years relevant experience in the field 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, completes or ongoing in an informal settlement or similar environment in the last five (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 profiles; 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 Banks 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 25th August 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 OF HOUSING& URBAN DEVELOPMENT

 

Get Latest Tenders to your email inbox.