October 23, 2018 www.mygov.go.ke NEWSFOCUS | 9 NORTH EASTERN TRANSPORT IMPROVEMENT PROJECT (NETIP) COUNTRY : KENYA PROJECT ID NO. P161305 REQUEST FOR EXPRESSIONS OF INTEREST (CONSULTING SERVICES – NON-GOVERNMENTAL ORGANISATIONS (NGO) SELECTION) ASSIGNMENT TITLE: CONSULTANCY SERVICES FOR GENDER BASED VIOLENCE (GBV) AND PREVENTION OF SEXUAL EXPLOITATION AND ABUSE (SEA) FOR ISIOLO - MODOGASHE (190KM) & WAJIR - ELWAK (175KM) FOR THE UPGRADING OF ISIOLO –MANDERA ROAD (A13) TENDER NO. KENHA/2099/2018 REFERENCE NO. (AS PER PROCUREMENT PLAN): KE-KENHA-77220-CS-QCBS 2. 1. The Government of the Republic of Kenya (GoK) hereinafter called “Borrower” has applied for a credit from the International Development Association (IDA) towards the cost of the North Eastern Transport Improvement Project (NETIP). The Kenya National Highways Authority, a State Corporation under the Ministry of Transport, Infrastructure, Housing and Urban Development (MoTIUD) established under the Kenya Roads Act, 2007, intends to apply a portion of the proceeds of this Credit to eligible payments under the Contract for which this Request for Expression of Interest (REOI) is issued. 2. The overall objective of the Consultancy Services for Gender Based Violence (GBV) and Prevention of Sexual Exploitation And Abuse (SEA) For Isiolo - Modogashe (190km) & Wajir - Elwak (175km) (“the Services”) is to enhance the capacity of the project to mitigate and manage project-associated risks related to GBV including sexual harassment among project staff and sexual exploitation and abuse between the project workers and the communities within the project zone of influence. The specific objectives includes; i. To establish a GBV response system for the project ii. To enhance capacity of the community and local institutions for prevention and management of GBV incidences The Services will have a total duration of approximately 36 months. 3. The Kenya National Highways Authority now invites eligible Non-Governmental Organizations (NGOs) (“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: a) b) c) d) e) f) NGO must have been in existence and duly registered with relevant Government authorities for at least 5 years. Proven successful completion of at least two (2) assignments of similar nature and complexity under similar conditions in the last five (5) years to international standards; Technical and Managerial capabilities of each Consultant sufficient to co-opt target community participation; Relevance and suitability of the Core business of the Consultant to the ToR of this assignment; Local presence, knowledge and experience working in the project area and Familiarity with cultural and socio-economic dimensions of the target communities in North Eastern Region is an added advantage. The Curriculum Vitae of key experts will not be evaluated at this stage. 4. 5. 6. 7. 8. A Consultant will be selected in accordance with the Quality and Cost Based Selection (QCBS) method set out in the World Bank’s Procurement Regulations for IPF Borrower’s, July 2016, revised November 2017 which can be found at the following website: www.worldbank.org/procurement. Consultants may associate with other firms in the form of either a joint venture or a sub consultancy to enhance their qualifications. A Consultant will be selected in accordance with the Quality and Cost Based Selection (QCBS) method set out in the Consultant’s Guidelines. Further information can be obtained at the address below during office hours (Mondays to Fridays from 0800 to 1700 hours local time), excluding public holidays. The Expression of Interest enclosed in plain Packages and clearly marked with the Tender Number and description, sealed the Authority’s Tender Box Located at Mezzanine Floor, Blue shield Towers so at to be received not later than 1100Hrs local time on Tuesday 27th Deputy Director (Supply Chain), Kenya National Highways Authority, Blue Shield Towers, 1stFloor-Hospital Road, Upper Hill, P.O. Box 49712-00100 NAIROBI, KENYA 9. Electronic bidding will NOT be permitted. Late bids will be rejected. Bids will be publicly opened in the presence of the bidders’ designated representatives and anyone who chooses to attend at the address below on Tuesday 27th November, 2018 at 1100hrs Local time. KeNHA Headquarters Conference Room on 3rd Floor, Blue Shield Towers, Hospital Road, Upper Hill 10. Further information may be obtained from the address below: Attention: Director (Development) Street Address: Telephone: Email addresses: Kenya National Highways Authority Blueshield Towers, Hospital Road Floor/Room Number: Second Floor City: NAIROBI, KENYA +254 20 4954200, Fax No. 020 8042928 (1) ddevelopment@kenha.co.ke Deputy Director (Supply Chain Management) FOR: DIRECTOR GENERAL Customer Care Hotline : 020 - 2989000 @KeNHAKenya Customer Care customercare@kenha, Reporting Corruption: integrity@kenha.co.ke Web : www.kenha.co.ke Customer Care Hotline : 020 - 2989000 Kenya National Highways Authority @KeNHAKenya Customer Care customercare@kenha, Reporting Corruption: integrity@kenha.co.ke Web : www.kenha.co.ke Kenya National Highways Authority (2) procurement@kenha.co.ke 10. 9. and transmitted by courier or delivered by hand to the Address below or deposited at November, 2018. 4. 5. 6. 7. 8. NORTH EASTERN TRANSPORT IMPROVEMENT PROJECT (NETIP) COUNTRY : KENYA PROJECT ID NO. P161305 REQUEST FOR EXPRESSIONS OF INTEREST CONSULTANCY SERVICES FOR NEEDS ASSESSMENT OF SOCIAL INFRASTRUCTURE AND SOCIAL SERVICES FOR ISIOLO - RHAMU (664KM) FOR THE UPGRADING OF ISIOLO –MANDERA ROAD (A13) TENDER NO. KENHA/2098/2018 REFERENCE NO. (AS PER PROCUREMENT PLAN): KE-KENHA-77223-CS-QCBS 1. The Government of the Republic of Kenya (GoK) hereinafter called “Borrower” has applied for a credit from the International Development Association (IDA) towards the cost of the North Eastern Transport Improvement Project (NETIP). The Kenya National Highways Authority, a State Corporation under the Ministry of Transport, Infrastructure, Housing and Urban Development (MoTIUD) established under the Kenya Roads Act, 2007, intends to apply a portion of the proceeds of this Credit to eligible payments under the Consultancy Services for Delivery of Needs Assessment of Social Infrastructure and Social services. The overall objective of this assignment is to identify the optimal type, location and scope of all social infrastructure and service delivery interventions to be implemented under NETIP. The assignment will focus on all the sections of the road which has a total distance of 740km. The assignment will focus on the following lot sections of NETIP:S.No Road Section 1 2 3 4 Isiolo -Kulamawe Kulamawe -Modogashe Modogashe -Samatar Samatar-Wajir 5 Wajir -Kutulo The assignment will include among others: a. b. c. d. e. f. g. h. i. Length of the road (km) 77 113 90 67 119 To identify with the community and stakeholders the needs as represented in the administrative sections, urban and town centres distributed along the road, with sufficient scope and intellectual depth to enable well- justified and community owned recommendations. To identify the priority infrastructure in full and meaningful consultation with the community and all key and relevant stakeholders to enhance project benefits to the local communities particularly the Vulnerable and Marginalised groups. To identify the potential sites and all details such as geographical locations, ownership, social acceptance and such matters surrounding the sites in consultation with relevant stakeholders. To carry out initial screening of the subprojects including feasibility studies, sustainability plans and agreements, and provide recommendations on potential social and environmental impacts and mitigating measures for the social safeguards instruments. Design, specifications and cost the proposed infrastructure and auxiliary facilities and also examine the feasibility (cost benefit analysis) of the proposals. Develop a plan and a platform for management including staff, maintenance and sustainability of the infrastructure facilities in consultation with relevant authorities and stakeholders. To identify community capacity building needs for management and sustainability of the proposed infrastructure facilities; To develop a framework for continuous stakeholder engagement including a participatory monitoring and evaluation of the sub projects.] To identify and profile conflict dimensions and types, including communal violence, cattle rustling and conflicts around resources (land, water and social amenities). The consultant will conduct all activities necessary to gather necessary information from various sources including but not limited to local communities, County Governments, stakeholders, other projects, previous studies and thereafter consultatively to develop a prioritized list of infrastructure facilities identified with reference to budget, cost-benefit analysis, sustainability, environmental and social impacts as well as design specifications. The consultancy services will have a total duration of 8 months. 3. The Kenya National Highways Authority now invites eligible firms, joint ventures and association of firms 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 (brochures, description of similar assignments, experience in similar conditions, and availability of staff). The shortlisting criteria are: Experience in preparation of needs assessment, knowledge of the World Bank’s Social Safeguard Policies, Standards and Guidelines for Infrastructural Projects and experience in working with pastoralists groups in ASAL areas. The Curriculum Vitae of key experts will not be evaluated at this stage. A Consultant will be selected in accordance with the Quality and Cost Based Selection (QCBS) method set out in the World Bank’s Procurement Regulations for IPF Borrower’s, July 2016, revised November 2017 which can be found at the following website: www.worldbank.org/procurement. Consultants may associate with other firms in the form of either a joint venture or a sub consultancy to enhance their qualifications. A Consultant will be selected in accordance with the Quality and Cost Based Selection (QCBS) method set out in the Consultant’s Guidelines. Further information can be obtained at the address below during office hours (Mondays to Fridays from 0800 to 1700 hours local time), excluding public holidays. The Expression of Interest enclosed in plain Packages and clearly marked with the Tender Number and description, sealed and transmitted by courier or delivered by hand to the Address below or deposited at the Authority’s Tender Box Located at Mezzanine Floor, Blue shield Towers so at to be received not later than 1100Hrs local time on Tuesday 13th Deputy Director (Supply Chain), Kenya National Highways Authority, Blue Shield Towers, 1stFloor-Hospital Road, Upper Hill, P.O. Box 49712-00100 NAIROBI, KENYA Electronic bidding will NOT be permitted. Late bids will be rejected. Bids will be publicly opened in the presence of the bidders’ designated representatives and anyone who chooses to attend at the address below on Tuesday 13th 1100hrs Local time. KeNHA Headquarters Conference Room on 3rd Floor, Blue Shield Towers, Hospital Road, Upper Hill Further information may be obtained from the address below: Attention: Street Address: Telephone: Email addresses: Deputy Director (Supply Chain Management) FOR: DIRECTOR GENERAL Floor/Room Number: Second Floor City: Director (Development) Kenya National Highways Authority Blueshield Towers, Hospital Road NAIROBI, KENYA +254 20 4954200, Fax No. 020 8042928 (1) ddevelopment@kenha.co.ke (2) procurement@kenha.co.ke November, 2018 at November, 2018. S.No Road Section 6 7 8 9 Kutulo-Dabasit Dabasit -Elwak Elwak-Sukelatifa Sukelatifa-Rhamu Length of the road (km) 28 28 71 71
10 Publizr Home