KENYA NATIONAL HIGHWAYS AUTHORITY TENDER APRIL 2025
REQUEST FOR EXPRESSIONS OF INTEREST (CONSULTING SERVICES) |
MULTINATIONAL KENYA – SOUTH SUDAN ROAD CORRIDOR LESSERU – KITALE AND MORPUS-LOKICHAR ROAD UPGRADING PROJECT PHASE 1
BASELINE SURVEY, MONITORING AND EVALUATION OF IMPLE- MENTATION OF ENVIRONMENTAL AND SOCIAL MANAGEMENT PLAN, CLIMATE CHANGE AND SOCIO-ECONOMIC IMPACTS
TENDER NO: KeNHA/2849/2025
Transport Sector | |
Financing Agreement reference : | ADF-2100150043496 |
Project ID No : | P-Z1-DBO-246 |
- The Government of the Republic of Kenya has received financing from the African Development Bank and African Development Fund towards the cost of the Multinational Kenya – South Sudan Road Corridor, Lesseru-Kitale and Morpus-Lokichar Road Upgrading Project Phase 1 and intends to apply part of the agreed amount for this loan to payments under the contract for the Consultancy Services for Baseline Survey, Monitoring and Evaluation of implementation of Environmental and Social Management Plan, Climate Change and Socio-Economic impacts for the Project.
- The Consultancy Services among others will include (i) Monitoring and Evaluation of Environmental and Social Management Plan; (ii) Conducting Baseline Survey of existing economic, social, climate change, environmental health and safety conditions in the project area; (iii) Continually monitoring the effects of the construction works on the above indicators; (iv) identifying potential climate related risks and undertaking climate change vulnerability assessment in the project area; (v) Developing a monitoring and evaluation framework as a knowledge/ tool that facilitates ex-ante and ex-poste assessment of transport infrastructure impacts at a regional level. The assignment will take forty-eight (48) Months with 36 months of construction works and 12 months Defects Notification Period.
- The Kenya National Highways Authority (KeNHA), being the implementing agency of the Government of the Republic of Kenya now invites eligible consulting firms to indicate their interests in providing the above services.
- Interested firms must provide information indicating that they are qualified to perform the services (brochures, description of similar assignments, in similar conditions and availability of the appropriate skills among staff, etc). Consultants may constitute joint ventures to enhance their chances of qualifications. The shortlisting criteria compromises:
- a)Firm’s Registration: The firm shall be registered in any of the fields of Environmental Science, Monitoring and Evaluation, Natural Resource Management, Social sciences, Economics and related services as its core business for a period of not less than 8 years.
- b)Firm’s Experience: The firm must demonstrate competence and experience in terms of successfully delivering similar assignments in undertaking baseline social and economic impact studies, under- taking Environmental and Social Management plan implementation monitoring, and undertaking Climate Change studies and research. Specific experience of successful completion of a minimum of five (5) similar nature and complexity assignments within the last eight (8) years is required. The nature and similarity of the assignments includes execution of all the aforementioned components to International Standards.
- c)Experience in similar conditions: experience in similar assignments in Sub-Saharan Africa will be an added advantage
- d)Availability of Key Experts: the firm must demonstrate as having the requisite technical and managerial capacity to undertake the assignment. Key Experts will however not be evaluated at the shortlisting stage.
- Eligibility criteria, establishment of the short-list and the selection procedure shall be in accordance with the African Development Bank’s “Bank’s Procurement Framework, October 2015”, which is available on the Bank’s website at http://www.afdb.org. Borrowers are under no obligation to shortlist any consultant who expresses interest.
- Interested consultants may obtain further information at the address given below during office hours (weekdays from 0800hr to 1700hr local time, excluding public holidays).
Attention: Director (Development)
Street Address: Kenya National Highways Authority, Barabara Plaza, Jomo Kenyatta International Airport (JKIA), Nairobi, off Mazao road (Opposite Aviation House)
Floor/Room Number: 1st Floor North wing, Block A
City: NAIROBI, KENYA
Telephone: +254 700423606, +254 20 4954200
Email addresses: ddevelopment@kenha.co.ke, procurement@kenha.co.ke