REPUBLIC OF KENYA
STATE DEPARTMENT FOR WATER AND SANITATION
MINISTRY OF WATER, SANITATION AND IRRIGATION
KENYA WATER SANITATION AND HYGIENE (K – WASH) PROGRAM
REQUEST FOR EXPRESSION OF INTEREST (REOI)
CONSULTING SERVICES – FIRMS SELECTION
Country: Kenya
Name of Project: Kenya Water Sanitation and Hygiene (K-WASH) Program
Project No: P179012
Credit No: IDA 7459 -KE
Assignment Title: CONSULTANCY SERVICES FOR REVIEW AND UPDATING OF THE WATER AND SANITATION DESIGN MANUALS
Reference: Contract No.: KE-SDWS-425140-CS-QCBS
- The Government of Kenya has received financing from the World Bank towards the cost of the Kenya Water Sanitation and Hygiene Project (K-WASH), and intends to apply part of the proceeds on payments under the contract for CONSULTANCY SERVICES FOR REVIEW AND UPDATING OF THE WATER AND SANITATION DESIGN MANUALS
- The overall aim of the assignment is to assist the ministry to review and update the water sector design manuals in order to keep abreast with current and emerging technological advancements as well as material science, on-board climate resilient principles, integrate social and environmental considerations, adapt to modern construction techniques and, industrial engineering best practices in the operation and maintenance (O&M) especially electro-mechanical installations and automation.
- The duration of the consulting services will be for Twenty-four (24No) months
- The detailed Terms of Reference (TOR) for the assignment can be found at Ministry’s website www.water.go.ke and PPIP portal https://tenders.go.ke.
- The State Department for Water and Sanitation (“the Client”) in the Ministry of Water, Sanitation and Irrigation, now invites eligible consulting firms (“Consultants”) to express 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:
- Core business and years in business. The firm shall be registered/incorporated as a consulting firm with core business in similar assignments or equivalent for a period of a minimum of 15 years.
- Relevant Experience. The firm shall demonstrate as having successfully executed and completed at least 2 No assignments of similar nature, complexity and in a similar operating environment in the last 10 years. Details of similar assignments-Name and address of the client, scope, value, and period should be provided and submitted Expression of Interest should include enumeration of these similar past assignments.
- Technical and Managerial capability of the firm. The firm shall demonstrate as having the requisite technical capacity and managerial capacity to undertake the assignment in the submitted company profile(s). Key experts’ bio data (CV) will not be evaluated at this stage
6. 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” first published in July 2016, revised 6th Edition February 2025(“Procurement Regulations”) setting forth the World Bank’s policy on conflict of Interest
7. 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 agreement shall be jointly and severally liable for the entire contract, if selected.
8. The Consultant will be selected in accordance with the Quality and Cost Based Selection (QCBS) method set out in the Procurement Regulations.
9. Further information can be obtained at the address below during office hours between 0900 to 1600 hours East African Time (EAT) from Monday to Friday excluding lunch hour (1300 to 1400Hrs) and public holidays.
10. Expression of interest must be delivered in a written form to the address below in person or by mail or by e-mail by 6th May, 2025 at 1000 hours East African Time (EAT). For expressions of interest that will be deposited at the Tender Box on Ground Floor, Maji House, Ngong Road, Nairobi, the packages should be clearly marked “CONSULTANCY SERVICES FOR REVIEW AND UPDATING OF THE WATER AND SANITATION DESIGN MANUALS contract No.: KE-SDWS-425140- CS-QCBS” addressed to:
Principal Secretary
State Department for Water and Sanitation
Ministry of Water, Sanitation and Irrigation
Maji House, Ngong Road
5th Floor Room No. 559
Community area, along Ngong Road, Nairobi. Kenya
Email: kwashprocurement@gmail.com
Website: https://www.water.go.ke