P. O. Box 52692 – 00200 NAIROBI www.transport.go.ke
|
STATE DEPARTMENT FOR TRANSPORT
|
MINISTRY OF ROADS AND TRANSPORT
|
REQUEST FOR EXPRESSIONS OF INTEREST
(CONSULTING SERVICES – FIRMS SELECTION)
Country |
KENYA |
Name of project |
HORN OF AFRICA GATEWAY DEVELOPMENT PROJECT, (HOAGDP) |
Credit No |
6768-KE |
Assignment Title |
CONSULTANCY SERVICES FOR FEASIBILITY STUDIES AND PREPARATION OF BUSINESS PLAN FOR THE DEVELOPMENT OF ROADSIDE STATIONS AND DRY PORT ALONG ISIOLO – MANDERA AND ISIOLO-MOYALE ROAD CORRIDORS |
Reference |
KE-SDOT-424776-CS-QCBS |
1. The Government of Kenya (GOK) has received financing from the World Bank toward the cost of the Horn of Africa Gateway Development Project (HoAGDP) and intends to apply part of the proceeds for consulting services.
2. The consulting services (“the Services”) include Feasibility Studies and Preparation of Business Plan for the Development of Roadside Stations and Dry Ports along the Isiolo – Mandera and Isiolo -Moyale Road Corridors. The duration of the assignment is Twelve (12) calendar months.
3. The detailed Terms of Reference (TOR) for the assignment can be found at the following websites: www.transport.go.ke or Public Procurement Information Portal www.tenders.go.ke
4. The State Department for Transport (the “Client”) in the Ministry of Roads and Transport, 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:
- Core business and years in business: The firm shall be registered/incorporated as a consulting firm with at least fifteen (15) years of core business in any of the following areas; Transportation Engineering, Urban & Regional Planning, Trade & Logistics or Ports.
- Relevant experience: The firm shall demonstrate
- Experience in Transportation Engineering, Urban & Regional Planning, and Trade Facilitation.
- Successful execution and completion of at least two (2) assignments of similar nature and in similar operating environment in the last ten (10) years. Details of similar assignments- Name and address of the client, Scope of work, Value of work, and period, to be submitted with the Expression of interest (EOI).
- Technical and Managerial capability of the firm: - The firm shall demonstrate as having the requisite technical capacity which shall entail description of relevant equipment, tools, software, etc. and managerial capacity to undertake the assignment.
Key experts will not be evaluated at the shortlisting stage.
5. The attention of interested Consultants is drawn to Section III, paragraphs 3.14, 3.16 and 3.17 of the World Bank’s Procurement Regulation for IPF Borrowers, First Published July 2016 and Revised in September 2023 (5th Edition): (‘‘Procurement Regulations’’) setting forth the World Bank’s policy on conflict of interest.
6. 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 (JV) and/or a Sub-Consultancy. In the case of a joint venture, all the partners shall be jointly and severally liable for the entire contract, if selected.
7. The Consultant firm will be selected in accordance with the Quality and Cost Based Selection (QCBS) method set out in the Procurement Regulations.
8. Further information can be obtained from Monday to Friday excluding public holidays from 0900 hours to 1600 hours East African Time (EAT) at the following e-mail address procurement@transport.go.ke
9. Expressions of interest must be submitted in written form to the address below, in person, by mail or by e-mail on or before Thursday, 20th February, 2025 at 1100 hours EAT, either:
- Expressions delivered in person shall be deposited in the tender box at the main reception of Transcom House. There shall be no public opening of the Expressions of Interest.
The Principal Secretary
State Department for Transport
Transcom House, Ngong’ Road,
P. O. Box 52692 – 00200 Nairobi, Kenya
Attn. Director Supply Chain Management Services
- Via e-mail to procurement@transport.go.ke.
10. All submissions should be clearly marked "Consultancy Services for Feasibility Studies and Preparation of Business Plan for the Development of Roadside Stations and Dry Ports along the Isiolo – Mandera and Isiolo- Moyale Road Corridors" For email submissions: Assignment Title and Contract Number should be quoted in the subject row.
Head, Supply Chain Management Services
FOR: PRINCIPAL SECRETARY