RFP: Consultancy Services to provide Technical Assistance to five counties to develop Institutional Systems for Sustainable Operation and Maintenance of Rural Water Supply Infrastructure

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 Services to provide Technical Assistance to five counties (Marsabit, Garissa, Wajir, Turkana, and Mandera) to develop Institutional Systems for Sustainable Operation and Maintenance of Rural Water Supply Infrastructure.

REFERENCE NO: KE-WSTF-330591-CS-QCBS.

  1. 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.
  2. The consulting services (“the Services”) include: Develop tools and conduct needs assessment of each individual county with respect to enabling environment and the structures for effective rural Operation & Maintenance (O&M) service delivery, working with the County Water Development (CWD) and in county WASH and Drought related actors. It also involves advising Counties in the process of deliberating and identifying one or more models for RWSS O&M.
  3.  The detailed Terms of Reference (ToR) for the assignment found at the following website: https://waterfund.go.ke/downloads/tenders; http://www.tenders.go.ke.
  4. The Water Sector Trust Fund now invites eligible 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 short listing criteria are:
  1. Core business as a consulting firm in the water sector within the least 10 years and should have experience in supporting institutional development and/or policy reform aspects in the Water Sector in Sub-Saharan Africa.
  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 similar operating environment in the last ten (10) years with preferably one (1) assignment, completed or ongoing, in a similar environment in the last five (5) years. Details of the assignment – Name and address of the client, scope, value, and period shall be provided.
  3. 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 and their experience to undertake the assignment.
  1. 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.
  2. The duration of the consultancy services is forty eight (48) months for both design, roll out and maintenance phases, including handholding period.
  3. 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. 
  4. 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.
  5. A Consultant will be selected in accordance with the quality cost-based selection (QCBS) method set out in the Procurement Regulations.
  6. 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 Sector Trust Fund website https://waterfund.go.ke for any additional information or clarification that may arise before the submission date.

The Chief Executive Officer

Water Sector Trust Fund,

CIC Plaza, 1st Floor, Mara Road, Nairobi,

P.O Box PO Box 49699 – 00100,

Nairobi, Kenya

Telephone:  020 272 90 17 / 8

Email addresses: info@waterfund.go.ke

  1. Expressions of interest must be delivered in a written form to the address above (in person, or by e-mail) by 8th June, 2023.

POSITION TYPE

ORGANIZATION TYPE

EXPERIENCE-LEVEL

You ad could be here!