Share
Print
Procurement and Contracts Specialist for FS and Preliminary Eng. Design of Neissuit – Salgaa – Elburgon – Turi – Muchorwe (Seguton) – Langwenda – Kamwaura – Embomoss Road and Eng. Design of associated civil works for Fibre Optic Cable for Design Build Project Delivery (133 Km)
The project corridor, known as the South Rift – Lake Region Gateway Corridor (SR-LRG), connects some of Kenya’s most productive agricultural zones and key rural service centres across Nakuru and Bomet Counties. The specific road sections under this assignment (approx. 133 km) are detailed below:
|
Roads for Rural Economic Development Project (RREDP), South Rift – Lake Region Gateway Corridor: Neissuit – Embomoss road section |
|||
|
S/No. |
Road Section |
Length (Km) |
Counties Traversed |
|
1. |
Neissuit – Salgaa – Elburgon |
32.0 |
Nakuru, Bomet |
|
2. |
Turi – Muchorwe (Seguton) – Langwenda – Kamwaura |
56.0 |
|
|
3. |
Associated Spur roads |
45.0 |
|
|
|
Total |
133 Km |
|
The existing corridor comprises a mix of earth and gravel roads in varying condition, with isolated short sections improved to bitumen near major towns. Most of the alignment is narrow, poorly drained, and prone to erosion and surface distress, leading to frequent washouts and rutting during rainy seasons. Critical drainage crossings are undersized or lacking, resulting in seasonal isolation of communities and disruption of agricultural supply chains. In Nakuru County, the road passes through high-potential mixed farming and forestry zones. However, poor surface quality and inadequate drainage raise vehicle operating costs and discourage farm- to-market transport, particularly during peak production months. In Bomet County, the steep terrain within the tea and dairy belts amplifies maintenance challenges; heavily loaded milk and tea transporters face frequent breakdowns on soft or slippery sections.
The project aims to upgrade these roads to appropriate bitumen standards to enhance rural mobility, economic inclusion, and traffic flow. Additionally, the project will integrate the design of associated civil works for Fibre Optic Infrastructure to enhance digital connectivity in the region.
The primary objective of this consulting assignment is to develop comprehensive preliminary engineering design and draft bidding documents for the Neissuit – Salgaa – Elburgon – Turi – Muchorwe (Seguton) – Langwenda – Kamwaura – Embomoss Road corridor. The assignment delivers design work to support Kenya National Highways Authority. The specific objectives are organized into five complementary areas addressing technical design, economic evaluation, procurement preparation, decision support, and stakeholder coordination.
In particular, the study will include (but not be limited to) the specific objectives listed below:
1. Fibre Optic Mapping: Inspect and map out the location of existing fibre optic cables (if any) and utility corridors along the road alignment in consultation with the ICT Authority and relevant Service Providers to determine the optimal route for new infrastructure.
2. Traffic and Economic Modelling: Conduct comprehensive traffic surveys (motorized and non-motorized) and rigorous economic modelling to determine if the project's Economic Internal Rate of Return (EIRR) and Net Present Value (NPV).
3. Alignment and Scope Optimization: Identify the optimum road alignment and fibre optic route that maximizes Economic Internal Rate of Return (EIRR) while minimizing Land Acquisition as well as Social and Environmental impacts, with decision gate at Month 4 through Preliminary Concept Design Report presenting three evaluated alternatives enabling Kenya National Highways Authority to select preferred design approach.
4. Preliminary Engineering Design: Develop a Preliminary Engineering Design defining the horizontal/vertical alignment, typical cross-sections, and pavement structure sufficient to freeze the Right of Way (RoW) and define the Employer's Requirements and functional specifications for a future FIDIC Plant & Design-Build (Yellow Book) contract.
5. Project Risk Structuring: Formulate a comprehensive Project Risk Matrix and Project Risk Management Framework (Technical, Financial, Environmental and Social) to guide the risk allocation between the Employer and the Contractor in the future Design-Build contract.
6. Cost Estimation: Prepare a confidential, highly accurate Engineer's Cost Estimate and Unit Rate Analysis.
7. Procurement Documentation: Prepare comprehensive Employer's Requirements and draft bidding documents incorporating all environmental and social safeguards findings available during Phase 1, with documents structured for Kenya National Highways Authority.
8. Stakeholder Engagement Support: Support the Client in technical coordination and stakeholder engagement activities (public consultations, county government meetings) required for project appraisal.
9. Training and Capacity Building: Provide structured on-the-job training and capacity building for nominated KeNHA, KURA or KERRA staff in highway design, project
development, and Design-Build procurement through active participation in assignment activities.
Estimated Duration: 8 Months
The Consultant shall:
· Review existing data, maps, and studies to identify critical gaps and validate the project concept.
· Conduct a physical inspection and mapping of existing fibre optic cables and utility corridors along the road alignment in consultation with the ICT Authority to prevent conflict and determine the optimal route for new infrastructure.
· Carry out detailed field investigations (Traffic, Topographical, Geotechnical, Hydrological) and Economic Analysis to determine the optimum intervention that balances economic viability (EIRR/NPV) with social and environmental sustainability.
· Develop the Preliminary Engineering Design (horizontal/vertical alignment, typical cross-sections, pavement structure, drainage, and fibre duct locations).
· Formulate a Project Risk Framework and Risk Matrix identifying technical, geological, and financial risks to be allocated between the Employer and Contractor in the future FIDIC Yellow Book contract.
· Prepare a confidential Engineer’s Cost Estimate (separated into Road Works and Fibre Optic Civil Works).
· Prepare Employer's Requirements, Initial Selection Document and Request for Proposals translating the Preliminary Engineering Design into performance-based specifications and procurement documentation suitable for Design-Build contractor selection.
· Conduct a Road Safety Audit of the Preliminary Engineering Design using internationally recognized approaches and standards, with findings shared with the Director (Highway Design and Survey, KeNHA) and the National Transport and Safety Authority, and recommendations incorporated into the final Preliminary Design Report.
· Provide structured on-the-job training and capacity building for Kenya National Highways Authority, Kenya Rural Roads Authority, and Kenya Urban Roads Authority counterpart staff through active participation in assignment activities, covering survey operations, traffic analysis, pavement design, economic evaluation using HDM-4, environmental considerations, Design-Build procurement, and technical report preparation.
The Consultant shall provide highly qualified and experienced professional staff to perform the services described in this Terms of Reference.
The staff-month estimates provided in Tables 5.1.1 and 5.1.2 represent the minimum acceptable inputs required to accomplish the scope of work with appropriate quality and within the specified timeframes. Consultants may propose staffing inputs equal to or greater than the minimum requirements for the Feasibility Study and Preliminary Engineering Design services, with staff- month allocations distributed appropriately across the assignment period to ensure adequate coverage of all technical activities. Consultants shall demonstrate in their Technical Proposal how the proposed staffing plan addresses all scope requirements including field investigations, design development, economic analysis, stakeholder engagement, report preparation, and quality assurance activities.
All proposed Key Experts as listed in Table 5.1.1 shall possess the minimum educational qualifications, professional registration credentials, and demonstrated experience as specified in Section 5.2 of this Terms of Reference. The proposed Key Experts shall be individually evaluated during technical proposal evaluation to verify that their qualifications and experience meet the minimum requirements and that they collectively constitute a team capable of delivering the assignment successfully. Consultants are advised to have each proposed Key Expert sign their Curriculum Vitae to confirm their commitment to the assignment and their acceptance of the experience claims made on their behalf.
Remuneration for support staff not explicitly listed as Support Staff in Table 5.1.2, including but not limited to laboratory technicians, survey chainmen, office administrators, secretaries, drivers, and any other personnel required for proper execution of the assignment, shall be incorporated into the financial rates proposed for the listed Key Experts. The Consultant is responsible for providing all support staff necessary to enable the Key Experts to perform their duties effectively and to ensure successful completion of all assignment activities within the specified timeframes and quality standards.
Table 5.1 presents the Key Expert positions and minimum staff-month inputs required for the Feasibility Study and Preliminary Engineering Design services. The total estimated effort is 42 staff months to be deployed over the eight-month design period. Consultants shall ensure that the proposed deployment schedule provides adequate staffing throughout the design period, with particular attention to peak activity periods such as field investigation campaigns, stakeholder consultation workshops, interim report preparation, and final deliverable compilation.
|
S/No. |
Description |
Minimum Staff-Months |
|
1. |
Project Director |
4 |

* Open Tenders for Individual Consultants.