NATIONAL TRANSPORT AND SAFETY AUTHORITY TENDER SEPTEMBER 2021 

REQUEST FOR EXPRESSIONS OF INTEREST (REOI) 

(CONSULTING SERVICES – FIRMS SELECTION)

PURCHASER NATIONAL TRANSPORT AND SAFETY AUTHORITY (NTSA)
PROJECT HORN OF AFRICA GATEWAY DEVELOPMENT PROJECT
CONTRACT TITLE CONSULTANCY SERVICES FOR REVIEW AND DEVELOPMENT OF NTSA STRATEGIC PLAN; STRATEGY MONITORING, EVALUATION AND LEARNING FRAMEWORKS
COUNTRY KENYA
CREDIT NO CR.67680
EOI No. KE-NTSA-238600-CS-QCBS
DATE OF ISSUE 21st SEPTEMBER 2021
  1. The Government of Kenya has received financing from the World Bank toward the cost of the Horn of Africa Gateway Development Project (HoAGDP) and intends to apply part of the proceeds for consulting services.
  2. The National Transport and Safety Authority (NTSA) is a State Corporation under the Ministry of Interior and Coordination of National Government and an Implementing Entity for the Project, now invites eligible consulting firms for Consultan­cy Services for Review and Development of NTSA Strategic Plan, Strategy Monitoring, Evaluation and Learning Frameworks.
  3. The consulting services (“the Services”) include Consultancy Services for Review and Development of NTSA Strategic Plan, Strategy Monitoring, Evaluation and Learning Frameworks, implementation period for 15 months ensuring full consistency with the TOR attached or referred to in this REOI.
  4. The detailed Terms of Reference (TOR) for the assignment are attached to this Request for Expressions of Interest or can be found on our website at http://www.ntsa.go.ke or Public Procurement Information Portal http://tenders.go.ke.
  5. The National Transport and Safety Authority (NTSA) 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. Key Experts will not be evaluated at the shortlisting stage. The shortlisting criteria are as follows:
  6. a)General
  7.             Letter of Expression of Interest.
  8.             Copies of Incorporation/Registration certificates

                                                      iii.            Copy of valid Tax Compliance Certificate from KRA.

  1.             Copies of CR 12 for registered companies for the last six (6) months and copies of National IDs for partnerships & sole proprietors.
  2.             Copies of certified Audited Accounts for years 2018, 2019 and 2020/2021. (Note that the accounts should be signed by a Certified Public Accountant). Liquidity Ratio shall be calculated to assess the liquidity position of the bidder (Preferred Liquidity Ratio 1:1 or above)

The minimum average annual turnover for the last three (3) years should be at least Kes.5,000,000/-

  1. b)Experience of the firm
  2.             The bidder must be a suitably qualified and competent firm whose core area of business is fit for this assignment and who can mobilize highly qualified multi-pipeline experts for the assignment and must have executed at least two similar/ related projects during last 8 years. Attach documentary evidence in form of signed contracts or LSOs from at least two (2) corporate clients.
  3.             Submit at least two (2) reference letters from clients as proof that the bidder has successfully executed similar/ related projects over the last eight (8) years in a comparable social, economic, and technological context. The letter MUST be addressed to the Director-General National Transport and Safety Authority

                                                      iii.            Attach detailed Company profiles including information on the organizations’ technical and logistical capability to undertake the assignment.

  1. 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” November 2020 (“Procurement Regulations”), setting forth the World Bank’s policy on conflict of interest.
  2. 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.
  3. A Consultant will be selected following the Quality Cost Based Selection method set out in the Procurement Regulations.
  4. Further information can be obtained at the address below during office hours; Monday to Friday (Public Holidays closed) from 0800hrs to 1700hrs Local time.
  5. Expressions of interest must be delivered in a written form in person on or before Wednesday, 13th October, 2021 at 11.00hrs (Local Time) at the Tender box located on the 8th Floor of 316 Upperhill Chambers building, National Transport and Safety Authority Headquarters, 2nd Ngong Avenue Road, Nairobi. Electronic submissions SHALL NOT be accepted.
  6. The address (es) referred to above is (are):

NATIONAL TRANSPORT AND SAFETY AUTHORITY
Attention: Deputy Director, Supply Chain Management

Address: 316 Upperhill Chambers, 2nd Ngong Avenue

City: Nairobi

Floor/ Room Number: 8th Floor, Procurement Office

Telephone: +254 709 932 158/ +254 709 932 156/ +254 709 932 112

Email: procurement@ntsa.go.ke

Interested bidders are required to continually check the National Transport and Safety Authority (NTSA) website www.ntsa.go.ke for additional information/ clarification that may arise before the submission date.

Deputy Director, Supply Chain Management

For: DIRECTOR GENERAL

 

Get Latest Tenders to your email inbox.