RFP: Consulting Services to Undertake Feasibility Studies, Design, and Construction Supervision of Managed Aquifer Recharge Infrastructure (MAR) in the Five Counties of Turkana, Marsabit, Mandera, Wajir, and Garissa

The World Bank

Kenya 🇰🇪

THE REPUBLIC OF KENYA

MINISTRY OF WATER, SANITATION, AND IRRIGATION

Horn of Africa – Ground Water for Resilience Project (HoAGW4RP)

Project ID No.: P174867                              Credit No.   IDA-7082-KE

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

ASSIGNMENT TITLE: CONSULTING SERVICES TO UNDERTAKE FEASIBILITY STUDIES, DESIGN, AND CONSTRUCTION SUPERVISION OF MANAGED AQUIFER RECHARGE INFRASTRUCTURE (MAR) IN THE FIVE COUNTIES OF TURKANA, MARSABIT, MANDERA, WAJIR, AND GARISSA.

REFERENCE No. KE-WRA-326561-CS-QCBS

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 services.

The consulting services (“the Services”) include: providing expertise towards site identification and investigation, feasibility studies, detailed designs, and construction supervision for Managed Aquifer Recharge (MARs) infrastructures for aquifer areas in the five Counties, Turkana, Marsabit, Mandera, Wajir, and Garissa and undertake all relevant technical studies, field investigations, detailed designs, tender documents preparation, Environmental Social Impact Assessments (ESIAs) and construction supervision of the designed infrastructures.

The detailed Terms of Reference (TOR) for the assignment found at the following website: http://www.info@wra.go.ke  http://www.tenders.go.ke  or can be obtained at the address provided below.

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 Services. The shortlisting criteria are:

  1. Core business as a consulting firm in the water sector within at least Five (5) years of relevant experience in undertaking feasibility studies, detailed designs, and supervision of water related facilities/infrastructure;
  2. Demonstration by consulting firm of having been involved in successful execution, completed and/or ongoing, of at least two (2) assignment of similar nature both in scope and complexity in similar operating 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
  3. 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 assignment.

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

The Consultant(s) will be selected in accordance with the World Bank’s Procurement Regulations for IPF Borrowers, dated July 2016, revised November 2017, August 2018, and revised November 2020 which can be found at the following website: www.worldbank.org/procurement.

The duration of the consultancy services is thirty-six (36) months, comprising twelve (12) months of the Design phase and twenty-four (24) months of the Supervision Phase.

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 Regulations”), setting forth the World Bank’s policy on conflict of interest. 

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.

A Consultant will be selected in accordance with the quality cost-based selection (QCBS) method set out in the Procurement Regulations.

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 continually check the Water Resources Authority website http://www.info@wra.go.ke for any additional information or clarification that may arise before the submission date.

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 1000Hours, Kenya local time. (GMT+3 hours).

The Request for Expressions of Interest (REOI) should be addressed to:

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


POSITION TYPE

ORGANIZATION TYPE

EXPERIENCE-LEVEL

You ad could be here!