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

PROJECT (KISIP2)

Credit No:6759-Ke

Project ID No: P167814

ASSIGNMENT TITLE:CONSULTANCY SERVICES TO UNDERTAKE PHYSICAL PLANNING,CADASTRAL SURVEY AND DETAILED TOPOGRAPHICAL SURVEY OF 11 SELECTED INFORMAL SETTLEMENTS TANA RIVER COUNTY LOT V CLUSTER 4

REFERNCE NO:-KE-MOTI-235017-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) Desk review of relevant laws and policies governing tenure regularization to contextualize the assignment and prepare a report. (b) Identification, verification and confirmation of perimeter boundaries and preparation of base maps of each informal settlement, (c) Undertaking socio-economic surveys and physical mapping of the settlements, (d) Undertaking Environmental and Social Impact screening (e) Preparation of Local Physical and Land Use Development Plans for the respective informal settlements (f) Preparation of Social Management Plan and / or Resettlement Action Plans (g) Surveying of the resultant parcels and preparation of cadastral plans and cadastral maps (h) Preparation of detailed topographical surveys for engineering designs. The assignment is expected to take Eighteen (18) months
  3. The detailed Terms of Reference (TOR) for the assignment can be found at the following website: www.hougsingandurban.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 relevant experience in the field of urban/ Physical Planning and or Land surveying ,the firm should have experience in the undertaking socio economic studies, preparation of Resettlement Action Plans (RAPs) and /or social management plans; (b) Demonstration of having been involved in successful execution; completion of at least two (2) assignments of similar nature both in scope, complexity and in similar operating environment in the last ten (10) years. Details of the Assignment-Name and address of the client, scope, value, and period should be provided, EOI should include samples of written outputs from previous assignments; (d) Technical capability including equipment and personnel to undertake this assignment should be demonstrated in the company profiles. Physical Planning and survey firms are encouraged to apply. 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 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 he. 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 24th 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 FOR HOUSING& URBAN DEVELOPMENT

 

Get Latest Tenders to your email inbox.