MINISTRY OF TRANSPORT, INFRASTRUCTURE, HOUSING, URBAN DEVELOPMENT AND PUBLIC WORKS TENDER MAY 2022
REQUEST FOR EXPRESSION OF INTEREST (REOI) (CONSULTING SERVICES – FIRMS SELECTION)
COUNTRY | KENYA |
CREDIT NUMBER | CR.5638.KE |
PURCHASER | NATIONAL TRANSPORT AND SAFETY AUTHORITY (NTSA) |
PROJECT | EASTERN AFRICA REGIONAL TRANSPORT, TRADE AND DEVELOPMENT FACILITATION PROJECT (EARTTDFP) |
CONTRACT TITLE | CONSULTANCY SERVICE TO CONDUCT A FINANCIAL SUSTAINABILITY STUDY FOR NATIONAL TRANSPORT AND SAFETY AUTHORITY |
REFERENCE No. | KE-MOTI-276766-CS-QCBS |
DATE OF ISSUE | 17TH MAY 2022 |
- The Government of Kenya has received financing from the World Bank toward the cost of the Eastern Africa Regional Transport, Trade and Development Facilitation Project and intends to apply part of the proceeds for consulting
- The State Department of Infrastructure (SDOI) is a department under the Ministry of Transport, Infrastructure, Housing, Urban Development and Public Works and the implementing Entity of this
- The consulting services (“the Services”) include Provision of Consultancy Services to conduct a Financial Sustain- ability Study for National Transport and Safety Authority, estimated level of effort is 67 person weeks, implemen- tation period of 6 months, expected start date of assignment being July 2022, ensuring full consistency with the TOR attached or referred to in this
- The detailed Terms of Reference (TOR) for the assignment can be viewed or downloaded from
http://www.ntsa.go.ke or at Public Procurement Information Portal http://tenders.go.ke websites.
- The State Department of Infrastructure (SDOI) 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 as listed Key Experts will not be evaluated at the shortlisting stage.
General
- Letter of Expression of
- Copies of Incorporation/Registration certificates or its equivalent in the country of
- Copy of valid Tax Compliance/ clearance Certificate from KRA or its equivalent in the country of
- Copies of CR 12 certificate providing information of the firms’ Directors for registered companies for which should be recent within the last twelve (12) months and copies of National IDs for partnerships or its equiv- alent in the country of
- Copy of a valid Business Permit from the County Government where the business is domiciled for Kenyan Firms
- Copies of certified Audited Accounts for years 2019, 2020 and 2021. (Note that the accounts should be signed by a Certified Public Accountant). The Audited accounts shall be used to calculate:
- Liquidity Ratio shall be calculated to assess the liquidity position of the bidder (Preferred Liquidity Ratio 1:1 or above)
- The minimum average annual turnover for the three (3) years (2019,2020 and 2021) should be at least 12,000,000/-
- Experience of the firm
- A brief profile of the company and/or associated firms including size, location, areas of expertise, years in business, and capability to provide the services described The supplier must be a reputable company.
- The bidder must be in consultancy business and must have executed at least one (1) successful delivery and assignment sign-off for similar/ related project of at least 10,000,000.00 during the last eight (8) years. The firm MUST attach documentary evidence in form of signed contracts or LSOs or invoices from at least one (1) corporate client. The firm should clearly indicate the type of service, contract amount, and customers contact details for reference purposes.
- Submit at least one (1) reference letter from clients as proof that the bidder has successfully executed similar/related The letter MUST be addressed to the Permanent Secretary, the State Department of Infrastructure (SDOI).
- The attention of interested Consultants is drawn to Section III, paragraphs, 14, 3.16, and 3.17 of the World Bank’s “Procurement Regulations for IPF Borrowers” 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
- A Consultant will be selected in accordance with the Quality Cost Based Selection (QCBS) method set out in the Procurement
- Further information can be obtained at the address below during office hours; Monday to Friday (Public Hol- idays closed) from 0800hrs to 1700hrs Local time.
- Expressions of Interest must be delivered in a written form in person on or before Tuesday 7th June, 2022 at 00hrs (Local Time) and dropped in the Tender box located on the Ground Floor, Works Building, Ngong Road Opposite room 48. Electronic submissions SHALL NOT be accepted.
- Expressions of interest must be delivered in a written form to the address below in person, before 00 a.m.
Tuesday 7th June, 2022.
- The address (es) referred to above is (are):
State Department of Infrastructure Attention:
Principal Secretary Address:
Works Building, Ngong road City: Nairobi
- Interested bidders are required to continually check website GOK tenders portal: tenders.go.ke for any additional information/ clarification that may arise before the submission date.
Head of Supply Chain Management
For: PRINCIPAL SECRETARY