NATIONAL TRANSPORT AND SAFETY AUTHORITY TENDER JANUARY 2022 

REQUEST FOR EXPRESSION 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 OF DESIGN FOR ADDITIONAL FOUR INSPECTION LANES, AND SUPERVISION OF WORKS AT LIKONI ROAD MOTOR VEHICLE INSPECTION CENTRE, NAIROBI
COUNTRY KENYA
CREDIT NO CR.67680
EOI No. KE-NTSA-231670-CS-QCBS
DATE OF ISSUE 13th JANUARY 2022
  1. The Government of Kenya has received financing from the World Bank towards 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.
  3. The consulting services (“the Services”) include Consultancy Services for Review of Design for Additional Four (4) Inspection Lanes, and Supervision of Works at Likoni Road Motor Vehicle Inspection Centre, Nairobi, implementation period of Twenty Four (24) months ensuring full consistency with the Terms of Reference (TOR) attached or referred to in this REOI.
  4. The detailed Terms of Reference (TOR) for the assignment are attached to this Request for Expression 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. i)General
  7. a)Letter of Expression of Interest addressed to the Director General, National Transport and Safety Authority.
  8. b)Copies of Incorporation/Registration certificates in the country of domicile. (if Joint Ventures (JV)/Consortia, all partnering firms to comply)
  9. c)Copy of valid Tax Compliance Certificate from Kenya Revenue Authority (KRA) or its equivalent as issued in the country of domicile. (if Joint Ventures/Consortia, all partnering firms to comply)
  10. d)Copies of CR 12 for registered companies within the last twelve (12) months and copies of National IDs for partnerships or its equivalent as issued in the country of domicile. (if Joint Ventures/Consortia, all partnering firms to comply)
  11. e)In case of a joint venture to submit a joint venture agreement/ teaming agreement. Signed agreement between all the firms in the consortium must be witnessed by a Commissioner of Oaths.
  12. f)Power of Attorney (A power of attorney for the authorized representative of each JV member, and a power of attorney for the representative of the lead member to represent all JV members)
  13. g)Copies of certified Audited Accounts for the last three (3) years 2018, 2019 and 2020 OR 2019, 2020 and 2021. (Note that the accounts should be signed by a Certified Public Accountant or its equivalent as issued in the country of domicile).

The Audited accounts for the last three (3) years will be used to calculate:

  • 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.30,000,000/-
  1. ii)Experience of the firm
  2. a)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 experts for the assignment and must have executed at least three (3) similar/ related design and supervision of installation and construction works projects of at least Kes. 200,000,000.00 during last five (5) years. Firm MUST attach documentary evidence in form of signed contracts or LSOs from at least three (3) corporate clients.
  3. b)Submit at least three (3) reference letters from clients in (a) above as proof that the consultant has successfully executed similar/related projects over the last five (5) years in a comparable social, economic context. The letters MUST be addressed to the Director-General, National Transport and Safety Authority
  4. c)The proposed firm/consortium must provide documentary evidence to demonstrate experience in;
  5.         Supervision of similar or related construction and installation works of Vehicle Inspection Equipment.
  6.         Preparation of Architectural, Structural, Electrical, Mechanical and Civil Engineering Designs and Drawings designs

                                                    iii.        Supervision and implementation of ESIA (Environmental and Social Impact Assessment) studies and plans

  1. d)Attach detailed Company profile including, physical address, email address and telephone number.
  2. 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.
  3. 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.
  4. A Consultant will be selected following the Quality Cost Based Selection (QCBS) method set out in the World Bank’s Procurement Regulations.
  5. Further information can be obtained at the address below during office hours; Monday to Friday (Public Holidays & weekends closed) from 0800hrs to 1700hrs Local time.
  6. Expression of interest must be delivered in a written form in person on or before Wednesday, 9th  February, 2022 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.
  7. The address (es) referred to above is (are):

The Director General,

National Transport and Safety Authority

Address: 316 Upperhill Chambers, 2nd Ngong Avenue

City: Nairobi

Floor/ Room Number: 8th Floor, Procurement Office

Email: procurement@ntsa.go.ke

Attention: Deputy Director, Supply Chain Management

 

Interested bidders are requested 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.