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
AMENDED REOI WITH EXTENDED SUBMISSION DEADLINE OF 3RD JUNE, 2025 AT 1000 HRS EAST AFRICAN TIME (EAT)
Assignment Title: CONSULTING SERVICES FOR TECHNICAL ASSISTANCE TO THE PROGRAM MANAGEMENT UNIT (PMU) ON ENGINEERING, ENVIRONMENTAL AND SOCIAL SAFEGUARDS (ESS), FINANCIAL MANAGEMENT, PROCUREMENT, COMMUNICATION AND MONITORING AND EVALUATION SERVICES
Reference: Contract No.: KE-SDWS-425138-CS-QCBS
- The Government of Kenya has received financing from the World Bank towards the cost of the Kenya Water Sanitation and Hygiene (K-WASH) Program, and intends to apply part of the proceeds for Consulting Services for Technical Assistance to the Program Management Unit (PMU) on Engineering, Environmental and Social Safeguards (ESS), Financial Management, Procurement, Communication and Monitoring and Evaluation Services
- The consulting services (“the Services”) include providing technical assistance to the PMU at the State Department for Water and Sanitation (SDWS), Ministry of Water, Sanitation and Irrigation (MoWSI) in the day-to-day management of the K-WASH program. Specifically, the TA will include support for implementation of the Program covering technical/engineering aspects, financial and Procurement (fiduciary) management, environmental and social safeguards management, communication, monitoring, evaluation, and performance assessment of the Program’s results and outcomes. The aim is to ensure that specialist services are readily accessible to the PMU and Implementing Agencies (IAs) as and when needed.
- The duration of the consulting services will be three (3No) calendar years from contract commencement date with a possibility of extension based on satisfactory performance and other consideration enumerated in the contract terms.
- The detailed Terms of Reference (TOR) for the assignment can be found at Ministry’s website www.water.go.ke and the Public Procurement Information Portal (PPIP) 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 ten (10 No.) years.
- Relevant Experience. The firm shall demonstrate as having successfully executed and completed at least two (2 No.) assignments of similar nature, complexity and in a similar operating environment in the last ten (10 No.) years. Details of similar assignments-Name and address of the client, scope, value, and period should be provided in the submitted Expression of Interest.
- 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.
- 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 and Revised 5th Edition, September 2023 (“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 agreement shall be jointly and severally liable for the entire contract, if selected.
- The Consultant will be selected in accordance with the Quality and Cost Based Selection (QCBS) method set out in the Procurement Regulations.
- 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.
- Expression of interest must be delivered in a written form to the address below in person or by mail or by e-mail by 3rd June, 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, Kenya. The packages should be clearly marked “CONSULTING SERVICES FOR TECHNICAL ASSISTANCE TO THE PROGRAM MANAGEMENT UNIT (PMU) ON ENGINEERING, ENVIRONMENTAL AND SOCIAL SAFEGUARDS (ESS), FINANCIAL MANAGEMENT, PROCUREMENT, COMMUNICATION AND MONITORING AND EVALUATION SERVICES contract No.: (KE-SDWS-425138-CS-QCBS)” and 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