MINISTRY OF LANDS, PUBLIC WORKS, HOUSING AND URBAN DEVELOPMENT TENDER MAY 2024  

STATE DEPARTMENT FOR HOUSING AND URBAN DEVELOPMENT

REQUEST FOR EXPRESSIONS OF INTEREST

(CONSULTING SERVICES-FIRM SELECTION)

Name of Project: Second Kenya Informal Settlements Improvement Project (KISIP2)
Credit No: 6759-KE
Project ID No: P167814
Assignment Title: Consulting services for Development of county Specific Slum Upgrading and Prevention Strategies for 5No. Counties of Mandera, Lamu, Makueni, Tana River and Wajir (Cluster 5).
Reference No: KE-MOTI-407035-CS-QCBS
  1. The Government of Kenya has received credit from the International Development Agency (IDA) and additional financing from the French Development Agency (AFD) towards the cost of the Second Kenya Informal Settlements Improvement Project (KISIP2) and intends to apply part of the proceeds of the credit to procure Consulting services.
  2. The Consulting services (the Services) include:
  3. a)Analyze the current countrywide institutional framework (policy, legal and relevant instruments) relating to slum upgrading (including the National Slum Upgrading and Prevention Policy and the National Slum Upgrading and Prevention Strategy).
  4. b)Undertake a situational analysis of slums and informal settlements within the county including, location, settlement sizes, densities, household sizes, levels of interventions in social, economic and physical infrastructures and opportunities and climate change aspects
  5. c)Review the de facto institutional framework for slum upgrading and prevention within each county, highlighting possible opportunities and bottlenecks relating to those particular arrange­ments. Where there is discrepancy with the de jure and de facto arrangements, identify the conditions that allow the prevailing situation
  6. d)Undertake stakeholder mapping (of affected parties and other interested parties) and intensive engagements with all relevant stakeholder (including disadvantaged groups, review relevant studies and collect stakeholder views, aspirations and concerns meant to inform the substance and format of the proposed strategies.
  7. e)By integrating findings from the review of national and county-level slum upgrading institu­tional framework (policy and legal framework, strategies, programs and projects), draft feasi­ble county slum upgrading and prevention strategies with clear responsibilities between the different levels of government, together with clearly defined institutional arrangements for implementation
  8. f)Conduct stakeholder meetings/workshops at various stages of the strategy development.

The assignment is expected to take Thirty-Two 32 calendar weeks

  1. 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.
  2. The Ministry of Lands, Public Works, Housing and Urban Development, 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:
  3. a)Core business and years in business: The firm shall be registered/incorporated as a consulting firm in the field of urban built environment or related field for a period of at least fifteen (15) years.
  4. b)Demonstration by consulting firm of having been involved in successful execution, completion of at least two (2) projects in formulation of policies and strategies in the Urban built envi­ronment in the last ten (10) years. Details of the assignment-Name and address of the client, scope, value, and period shall be provided
  5. c)Technical and managerial capability of the consulting firm to undertake the assignment which should be supported by company’ profile providing details about staff skills, necessary tools, equipment to undertake the assignment;

Key Experts will not be evaluated at the shortlisting stage.

  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” first published July 2016 and revised September 2023, fifth edition (“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 in accordance with the Quality Cost Based Selection method set out in the Procurement Regulations.
  4. Further information may obtain further information at the address below from 0900 to 1700 hours from Monday to Friday excluding lunch hour (1300 to 1400Hrs) and public holidays.
  5. Expression of interest must be delivered by 21st May 2024 at 1100 hrs. East African Time using one of the following modalities: (i) deposit in the tender box located on 6th Floor, Ardhi House in Nairobi or send by email to: kisip2.procurement@housingandurban.go.ke. For expressions of interest that will be deposited at the tender box, the packages should be clearly marked with the Specific Contract Numbers for Consulting services for Development of county Specific Slum Upgrading and Prevention Strategies for 5No. Counties of Mandera, Lamu, Makueni, Tana River and Wajir (Cluster 5) Contract No. KE-MOTI- 407035-CS-QCBS

Become Member To see All details. Join us Or Login

Get Latest Tenders to your email inbox.