KENYA NATIONAL HIGHWAYS AUTHORITY TENDER JULY 2022 

REQUEST FOR EXPRESSIONS OF INTEREST

COUNTRY: KENYA
HORN OF AFRICA GATEWAY DEVELOPMENT PROJECT
Credit No.: P161305
ASSIGMENT TITLE: REQUEST FOR EXPRESSIONS OF INTEREST FOR CONSULTING SERVICES FOR DESIGN AND WORKS SUPERVISION FOR THE PROPOSED EXTENSION OF MERU BYPASS (17.5KM)
TENDER NO. KeNHA/2602/2022

The Government of the Republic of Kenya has received financing from the International Development Associa- tion (IDA) towards the cost of the Horn of Africa Gateway Development Project. The Kenya National Highways Authority, an implementing agency of the Government of Kenya, intends to use part of the proceeds of the credit to engage qualified and experienced firms to undertake Consulting Services.

The Consulting Services (“the Services”) include but are not limited to Conducting of Feasibility Studies, Prelim- inary and Detailed Engineering Design, Preparation of Bidding Documents and Works Supervision for Extension of Meru Bypass (17.5 Km).

The period of the services is 45 months comprising: 9 months for design and Bid documents preparation, 24 months for Construction Supervision plus a 12 months defects Notification/Liability The estimated num- ber of person-months of key professional personnel for both lump sum (design) and time based (supervision) Contract is 240 comprising: 36 person months for design and 204 person months for Construction Supervision. The Detailed Terms of Reference (TOR) for the assignment can be found at the following website: www.kenha. co.ke.

The Kenya National Highways Authority, a State Corporation under the Ministry of Transport, Infrastructure, Hous- ing, Urban Development and Public Works established under the Kenya Roads Act, 2007, 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. Firm’s competence and experience in terms of successfully delivering similar assignments in Design Review, Detailed Engineering Design and Construction Supervision of bridges and highways in similar countries and preferably in Sub-Saharan Africa (SSA). Specific experience of successful completion of a minimum three (3), similar in nature and complexity, assignments within the last ten years is required. The nature and similarity of the assignments includes Design Review, Conducting of Feasibility Studies, Detailed Engineering Design, Preparation of Bidding Documents, Supervising Environmental and Social Impact Management Plans to International Standards in addition to the technical engineering and con- tractual management
    2. Applicant firm’s institutional, Technical and Managerial capabilities, as demonstrated through the firm’s financial and technical strength and established quality management systems and reputability;
    3. Suitability and relevance of area of core business of applicant firm to the envisaged assignment and number of active years in similar business;
    4. Experience in similar conditions (in low middle-income countries and in Sub-Saharan Africa) would be an added advantage;

 

The experience and qualification of key experts shall not be included in the shortlisting The key Experts will not be evaluated at the shortlisting stage.

The Consultant will be selected in accordance with the World Bank’s “Procurement Regulations for IPF Borrowers July 2016 Revised November 2017 and August 2018 and as updated in November 2020 (‘’Procurement Regula- tions’’), which can be found at the following website: worldbank.org.

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.

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.

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

The Expression of Interest enclosed in plain Packages and clearly marked with the Tender Number and descrip- tion, 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 Wednesday, 27th July, 2022 at 1100hrs.

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

  1. Electronic bidding will not be Bids will be publicly opened in the presence of the bidders’ designated representatives and anyone who chooses to attend at the address below on 27th July, 2022 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.

  1. Further information may be obtained from the address below:

 

Attention                             : Director, Development

Street Address                  : Kenya National Highways Authority

Barabara Plaza Block A,Jomo Kenyatta International Airport (JKIA), off airport, South Road, along Mazao Road

Floor/Room Number : Block A, 1st Floor, North Wing City                        : NAIROBI, KENYA

Telephone                          : +254-20-4954116

Email addresses              :         (1) directordevelopment@kenha.co.ke

(2) procurement@kenha.co.ke

 NOTE: Interested Bidders 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.