MINISTRY OF WATER, SANITATION, AND IRRIGATION TENDER MAY 2023  

REQUEST FOR EXPRESSIONS OF INTEREST (REOI) FOR CONSULTING SERVICES – FIRMS SELECTION

HORN OF AFRICA – GROUND WATER FOR RESILIENCE PROJECT (HOAGW4RP)
PROJECT ID NO.: P174867
CREDIT NO. IDA-7082-KE
ASSIGNMENT TITLE: CONSULTANCY SERVICES TO UNDERTAKE COMPREHENSIVE AQUIFER ASSESS- MENTS AND THE PREPARATION OF DEVELOPMENT AND MANAGEMENT PLANS FOR NEOGENE AQUIFER SYSTEMS.
REFERENCE NO.: KE-WRA-326581-CS-QCBS

 

  1. The Government of the Republic of Kenya has received financing from the World Bank toward the cost of the Horn of Africa Ground Water for Resilience Project (HoAGW4RP), and intends to apply part of the proceeds for consulting

 

  1. The consulting services (“the Services”) include: identifying and assessing with high percentage of certainty (high precession/ resolution) the existence of both shallow (up to 250 m) and deep (deeper than 500 m), characterizing and determine the recharge mechanism and areas for groundwater resources underlying the Neogene aquifer systems and determine the recharge areas. The assignment also consists of putting in place development and management plans for the aquifer through extensive stakeholder consultation. The consul- tancy will provide proposals and supervision for exploratory wells as well as proposals for monitoring wells and managed aquifer recharge
  1. The detailed Terms of Reference (TOR) for the assignment found at the following website: http://www.info@ go.ke; http://www.tenders.go.ke or can be obtained at the address provided below.
  1. The Water Resources Authority 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 The shortlisting criteria are:
  1. Core business as consulting firm in the water sector within the last five (5) years. Have delivered consul- tancies in water resources planning, development, and management in Kenya or within the sub-Saharan region and experience in undertaking feasibility studies, detailed designs, and supervision of water relat- ed facilities/infrastructure.
  1. Demonstration by consulting firm of having been involved in successful execution, completed and/or ongoing, of at least two (2) assignments of similar nature both in scope and complexity in a similar oper- ating environment in the last five (5) years with preferably one (1) assignment, completed 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; and
  1. Technical and managerial capability of the consulting firm to undertake the assignment which should be supported by detailed company profiles providing details about staff skills, necessary tools, equipment, and software to undertake the

 

Please Note: Key Experts will not be evaluated at the shortlisting stage. 

  1. The Consultant(s) will be selected in accordance with the World Bank’s Procurement Regulations for IPF Bor- rowers, July 2016, revised November 2017, revised August 2018 and revised November 2020 which can be found at the following website: worldbank.org/procurement. 
  1. The duration of the consultancy services is twelve (12) months, comprising six (6) months for the design phase and six (6) months for the supervision
  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” Fourth Edition November 2020 (“Procurement Regula- tions”), setting forth the World Bank’s policy on conflict of
  1. 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. However, the experience of a sub-consultant will not be considered while short-listing.
  1. A Consultant will be selected in accordance with the quality cost-based selection (QCBS) method set out in the Procurement
  1. Further information can be obtained at the address below during office hours [weekdays Monday to Friday 0800hrs to 1700hrs local time excluding public holidays]. Interested Consultants are required to continu- ally check the Water Resources Authority website http://www.info@wra.go.ke for any additional information or clarification that may arise before the submission
  1. Expressions of interest must be delivered in a written form to the address below (in person, or by mail, or by e-mail) so as to be received on or before Tuesday 30TH May, 2023 at 1400Hours, Kenya local time. (GMT+3 hours). 

Chief Executive Officer Water Resources Authority, Ragati Road off Ngong Road, NHIF Building, 9th Floor Wing B

NAIROBI, KENYA.

Telephone: +254 2732291, +254 2729048/9

Email addresses:  procurement@wra.go.ke /info@wra.go.ke

Get Latest Tenders to your email inbox.