RFP: Consultancy to Develop and Implement Groundwater Management Information System

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: CONSULTANCY TO DEVELOP AND IMPLEMENT GROUNDWATER MANAGEMENT INFORMATION SYSTEM.

REFERENCE No.: KE-WRA-327494-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: supporting design, and develop and implementation of online groundwater knowledge and database management information system (i.e., GWIS) and a Mobile App. The GWIS shall incorporate the existing data and the data that will be collected through a parallel consultancy that will be collecting existing groundwater data in Kenya. The developed GWIS and mobile app should ensure the key hydrogeological data (including temporal and spatial, remote sensing and ground-based data) in the selected aquifers can be easily accessed by the key stakeholders, and seamlessly integrated with other relevant datasets (e.g., surface water data, water quality data, demographic data, water use and supply data) to facilitate sustainable groundwater management in the HoA in the long term. To be specific, the GWIS is expected to 1) be customized to the strategic workflow and needs of WRA, 2) be of high quality for evidence-based decision making

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 the last five (5) years. Have delivered similar consultancies in web-based and Mobile applications software development and management Kenya or within the sub-Saharan region and experience in designing, development and support implementation of groundwater or similar information systems and apps.
  2. Demonstration by consulting firm of having been involved in successful execution, completed and/or ongoing, of at least two (2) assignments of similar nature both in scope and complexity in a similar operating environment in the last five (5) years with preferably
    1. At least one (1) web-based software and mobile Project development
    2. At least one (1) Information systems development
    3. The Consultant should submit a description of the firm’s organization and outline of recent experience on such systems. Copy of credential certificates must be enclosed
    4. The Consultancy firm must demonstrate experience and/or provide a plan for working in areas with security challenges

Details of the assignment – Name and address of the client, scope, value, and period shall be provided; and

  1. 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.

The Consultancy firm should demonstrate and qualify with evidence that within the last five (5) years (2017-2022) they have delivered similar consultancies in web-based and Mobile applications software development and management. The Consultancy firm must provide evidence of the following

  • At least one (1) web-based software and mobile Project development
  • At least one (1) Information systems development
  • The Consultant should submit a description of the firm’s organization and an outline of recent experience with such systems. Copy of credential certificates must be enclosed.
  • The Consultancy firm must demonstrate experience and/or provide a plan for working in areas with security challenges.

In the documentation of the reference projects, the Consultant shall also clearly state the duration of consultancy/development, level of stakeholder consultation, and investment cost.

The Consultant must be registered with a regulatory body in Kenya or the firm’s base country of origin or where they operate from.

The consulting firm will be composed of National and or international professionals. Lead professionals should be able to provide leadership, oversight and coordination, ensure proper integration and quality of findings and results, fill capacity gaps, and bring advanced skills and global experience to the assignment. Inclusion of locals into the team would also contribute to important local capacity building

 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 twenty-four (24) months.

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 1400Hours, 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!