KENYA NATIONAL HIGHWAYS AUTHORITY TENDER MARCH 2023  

SPECIFIC PROCUREMENT NOTICE
HORN OF AFRICA GATEWAY DEVELOPMENT PROJECT (HOAGDP)
PROJECT ID NO.: P161305

REQUEST FOR EXPRESSION OF INTEREST FOR CONSULTANCY SERVICES FOR PREPARATION OF THE
ENVIRONMENTAL AND SOCIAL IMPACT ASSESSMENT (ESIA) AND RESETTLEMENT ACTION PLAN (RAP) FOR THE
PROPOSED UPGRADING TO BITUMEN STANDARD OF MADOGO JUNCTION (A3/B89) –GARISSA-MODIKA –DADAAB
– LIBOI- HARHAR (A3) ROAD SECTION (211 KM)

Reference No. : KE – KENHA- 328257 – CS –QCBS
TENDER REF: KeNHA/2672/2023

1. The Government of the Republic of Kenya (hereinafter called “Borrower”) has received financing from the International Development Association
(IDA) (the “Bank”) in the form of a “credit” (hereinafter called “credit”) 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 Objective of this assignment will involve assessing Environmental and social status of the proposed project alignment, in line with existing
KeNHA’s Environmental, Social, Health and Safety policies and management procedures.
The assignment will take Six (6) Months.
The detailed draft Terms of Reference (TOR) for the assignment can be found at the following website: www.worldbank.org/procurement or
www.kenha.co.ke
3. The Kenya National Highways Authority now invites eligible firms (“Consultants”) to present to the Authority their interest in providing the Services.
Due to the unique and exceptional nature of the envisaged assignment and for fit for the purpose reasons, the invitation is targeting organizations/
institutions that meet the competence and qualifications in the preparation, development and implementation of the ESIA & RAP. Interested
Consulting firms should provide information demonstrating that they have all the required qualifications, staffing, equipment and relevant experience
to perform the Services. The shortlisting criteria are:
(a) Have at least 10 years of experience in ESIA & RAP development, including expertise and in depth familiarity with the application of the
Applicable National Standards on the level of individual institutions and/or projects and on the level of International Standards from
Multilateral finance organizations especially the World Bank Safeguards policies and standards in preparation of the said documents.
(b) The Consultant must have delivered at least three (3) similar assignments in the recent past (5 years) in line with emerging trends and
systems.
(c) Demonstrated familiarity with the relevant National environment, social, health, safety and labour policies, laws and standards, relevant
international law including conventions and treaties adopted by Kenya and laws and regulations as well as policies, and applicable Good
International Industry Best Practices (GIIBP), including safeguard policies and performance standards of multilateral financial institutions
(MFIs).
(d) Core business of the Consultant; and technical and managerial capability of the institution as presented in the company profile.
(e) Submission of at least three (3No.) References from previous clients addressed to the Authority.
4. The experience and qualification of key experts shall not be included in the shortlisting criteria. The number of key Experts will be noted. However it
shall not be evaluated at the shortlisting stage.
5. Consultants will be selected in accordance with the Bank’s “Procurement Regulations for IPF Borrowers July 2016, revised November 2017
and August 2018 as update November 2020 (“Procurement Regulations”), which can be found at the following website: www.worldbank.org/
procurement.
6. The Consultant may associate with other Consultants in the form of a joint venture or a sub consultancy to enhance their qualifications. Clarity should
be provided on the nature of association and the lead firm.
7. A Consultant will be selected in accordance with the Quality and Cost Based Selection (QCBS) method set out in the World Bank’s Procurement
Regulations.
8. Further information can be obtained at the address below during office hours (Mondays to Fridays from 0800 to 1700 hours local time), excluding
public holidays.
9. The Expression of Interest (both in hard copy and soft copy) enclosed in plain Packages and clearly marked with the Tender Number and description,
shall be sealed and transmitted by courier or delivered by hand to the Address below or deposited at the Authority’s Tender Box Located at Barabara
Plaza, Block C, 2nd Floor, Jomo Kenyatta International Airport (JKIA), off airport South Road, along Mazao Road so at to be received not later
than 1100Hrs local time on 12th April, 2023.
Deputy Director, Supply Chain Management
Kenya National Highways Authority,
Barabara Plaza, Block C, 2nd Floor,
Jomo Kenyatta International Airport (JKIA), off airport South Road, along Mazao Road,
P.O. Box 49712 – 00100,
Nairobi, Kenya
10. Electronic bidding will not be permitted. Bids will be publicly opened in the presence of the bidders’ designated representatives and anyone who
chooses to attend at the address below on 12th April, 2023 at 1100hrs Local time.
Kenya National Highways Authority,
Barabara Plaza, Block C, 2nd Floor Boardroom, Jomo Kenyatta International Airport (JKIA),
off airport South Road, along Mazao Road.
11. Further information may be obtained from the address below:
Attention: Director, Highway Planning and Design
Street Address: Kenya National Highways Authority
Barabara Plaza, Jomo Kenyatta International Airport (JKIA), Off Mazao Road
Floor/Room Number: Block A Third Floor
City: NAIROBI, KENYA
Telephone: +254-20-4954301
Email addresses: (1) dhpd@kenha.co.ke
(2) procurement@kenha.co.ke
(3) w.nyatwanga@kenha.co.ke
12. Interested Consulting firms are required to continually check the Kenya National Highways Authority website: www.kenha.co.ke for any additional
information or clarifications that may arise before submission date.
Deputy Director (Supply Chain Management)
FOR: DIRECTOR GENERAL

 

Get Latest Tenders to your email inbox.