KENYA NATIONAL HIGHWAYS AUTHORITY TENDER SEPTEMBER 2021 

SPECIFIC PROCUREMENT NOTICE 

 

HORN OF AFRICA GATEWAY DEVELOPMENT PROJECT
PROJECT ID NO.: P161305
ASSIGMENT TITLE: REQUEST FOR EXPRESSION OF INTEREST FOR CONSULTANCY SERVICES FOR SUPPLEMENTARY BIODIVERSITY ASSESSMENT OF THE MODOGASHE-WAJIR ROAD SECTION AND LORIAN AND BORJI SWAMP ECOSYSTEMS
REFERENCE NUMBER: KE – KENHA- 198539 – CS -QCBS
TENDER NO. KeNHA/2469/2021
  1. The Government of the Republic of Kenya has applied for financing from the World Bank toward the cost of the Horn of Africa Gateway Development Project (HOAGDP). A portion of the credit has been allocated to the upgrading of sections of the Isiolo – Mandera Road to bitumen standard to be implemented by Kenya National Highways Authority (KeNHA). The proposed project development objectives are to improve the movement of goods and people along Isiolo-Wajir-Mandera part of the Mombasa-Garissa- Wajir- Mandera- Mogadishu road corridor and to enhance connectivity between Kenya and Somalia and Ethiopia. The Government of the Republic of Kenya intends to apply part of the proceeds for Biodiversity Assessment study consulting services.
  2. Biodiversity Assessment study is needed to assess the potential environmental and social impacts of the proposed road project on the Lorian and Borji swamps’ ecosystems. This will ensure a more detailed understanding of how the proposed road construc­tion and operation will potentially impact the functioning of the Lorian and Borji swamps ecosystems.
  3. The consulting services (“the Services”) objectives is to: (a) undertake supplementary baseline data collection on the biological environment conditions including identification of all the flora and fauna, establishing any key wildlife and livestock crossing points and determining the ecosystem services associated with the swamps; b) conduct natural and critical habitat assessment with reference to the World Bank OP 4.04 and IFC guidelines identified above based on the updated biodiversity baseline; c) assess the magnitude and extent of potential direct, indirect and cumulative impacts (environmental, social and ecological) of the proposed road construction and operation activities on both the Lorian and Borji swamps, with an emphasis on key ecosystem services that include aquatic, terrestrial biodiversity and the local communities that utilize the wetlands, especially during dry season; d) recommend safe crossing plan(s) / design(s) following GIIP which could be evaluated by the Design Engineers and incorporated in the design to accommodate safe crossing of the road by wildlife and livestock during wet and dry seasons and during construction and operation of the road; and e) propose measures to manage, compensate/offset and monitor significant adverse impacts on key ecosystem services, terrestrial and aquatic biodiversity and other socio-economic benefits derived by the adjacent communities.

The assignment will take 26 weeks.

  1. 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
  2. The Kenya National Highways Authority now invites eligible firms (“Consultants”) to indicate 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 competent and qualified Interested Consultants who should provide information demonstrating that they have the required qualifications and relevant experience to perform the Services. The shortlisting criteria are:
  3. a)Have at least 10 years of experience in environmental impact assessments more so in the field of ecological / biodiversity assessments, wetland studies, as part of multidisciplinary environmental impact assessments on roads, irrigation, agricul­ture, water resources and related projects in Kenya / or in Tropical Africa.
  4. b)Thorough and proven knowledge and practical experience of assessing biodiversity and living natural resources issues related to construction and operation of infrastructure projects, and more specifically roads and road infrastructure;
  5. c)Has experience in wetlands studies and management, terrestrial ecology, Ichthyology and aquatic entomology/freshwater biology of tropical Africa will be added advantage,
  6. d)Experience with application of World Bank Safeguard Policies especially OP/BP 4.01 and 4.04 and working with associated databases, assessments or approaches (e.g. IUCN Red List of Threatened Species, Critical Habitat Assessment);
  7. e)Relevant experience, technical and managerial capability.
  8. f)Submission of at least five (5 No.) References from previous clients
  9. The experience and qualification of key experts shall not be included in the shortlisting criteria. The key Experts will not be eval­uated at the shortlisting stage.
  10. 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.
  11. Consultants may associate with other Consultants in the form of a joint venture or a sub consultancy to enhance their qualifica­tions.
  12. 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.
  13. 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.
  14. The Expression of Interest enclosed in plain Packages and dearly marked with the Tender Number and description, sealed and transmitted by courier or delivered by hand to the Address below or deposited at the Authority’s Tender Box Located at Block C, 2nd Floor, Barabara Complex so at to be received not later than 1100Hrs local time on 21st September, 2021:-

Deputy Director, Supply Chain Management
Kenya National Highways Authority,

Barabara Plaza, Jomo Kenyatta International Airport (JKIA),
off Mazao Road, Block C, 2nd Floor
P.O. Box 49712 – 00100
NAIROBI, KENYA

  1. 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 21st September, 2021 at 1100hrs Local time.
  2. Kenya National Highways Authority, Headquarters
    Barabara Plaza, Jomo Kenyatta International Airport (JKIA),

Off Mazao Road, Block C, 2nd floor Boardroom.

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

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.