Share
Print
Project ID: P145559
Project Title: Coastal Region Water Security and Climate Resilience Project
Borrower Bid Reference: KE-MOWI-306787-CS-QCBS
REPUBLIC OF KENYA
MINISTRY OF WATER, SANITATION AND IRRIGATION
COASTAL REGION WATER SECURITY AND CLIMATE RESILIENCE PROJECT
Project No.: P145559 Credit No. 5543-KE
REQUEST FOR EXPRESSION OF INTEREST (REOI)
CONSULTING SERVICES – FIRMS SELECTION
For
CONSULTANCY SERVICES FOR IMPLEMENTATION OF RESETTLEMENT ACTION PLAN NO. 2 & NO. 3 AND VULNERABLE AND MARGINALIZED GROUP PLAN (VMGP) FOR MWACHE UPPER CHECK DAM & SELECTED ROADS
CONTRACT NO.: MOWSI/KWSCRP-2/002/2022-2023
Task 1: RAP Disclosure and Sensitization of the PAP community on the Resettlement Action Plan and VMGP documents at the project level
Task 2: Support NLC in Land Acquisition &Verification of Compensation and other entitlements to PAPs as per the RAP Entitlement Matrix.
Task 3: Consultation and Stakeholder Engagement
Task 4: Identification of resettlement areas and assist PAPs in getting replacement land and construction of the replacement houses
Task 5: Grievance Redress Mechanism
Task 6: Preparation of comprehensive Livelihoods Restoration Plan (LRP) for each project-affected household (pre- and post-relocation) and supervision of LRP implementation elements that support the activities that enable the relocation and resettlement of the PAPs
Task 7: Communication with the PAPs and Stakeholders during Resettlement
Task 8: Close monitoring and where necessary take corrective action as PAPs implement their preferred resettlement options.
Task 9: Develop and Implement a Cultural Heritage Management Report
Task 10: Organize and Coordinate the provision of transport services to all the RAP 2 and RAP 3 PAPs to relocate their household goods and salvage.
4. The duration of the consultancy services is twenty four (24) months and the expected start date of the assignement is December 2022.
5. The detailed Terms of Reference (TOR) for the assignment can be found at Ministry’s website www.water.go.ke
6. The Ministry of Water, Sanitation and Irrigation now invites eligible consulting firms (“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:
a. Relevance and suitability of the applicant’s core business to the assignment.
b. The Consultant team will have significant experience in the field of implementing resettlement action plans of similar investments including in African countries.
c. Familiarity with social assessment and management of involuntary resettlement, land acquisition law in Kenya and compensation of project affected people is a plus.
d. The Consultant team must be familiar with the relevant regulatory framework of the Government of Kenya and the relevant operational policies of the World Bank (specifically OP 4.12 and OP4.10), which will be applicable during project preparation and implementation, which govern involuntary resettlement of vulnerable and marginalized groups.
e. Technical and managerial capabilities and administrative strength of the firm are important aspects.
Key experts’ Bio data (CV) will NOT be evaluated at this stage
7. 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” July 2016 and revised in October 2017, August 2018 and November 2020 setting forth the World Bank’s policy on conflict of interest.
8. 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.
9. A Consultant will be selected in accordance with the Quality and Cost Based Section (QCBS) method set out in the Procurement Regulations.
10. Further information can be obtained at the address below during office hours between 0900 to 1600 hours from Monday to Friday excluding lunch hour (1300 to 1400Hrs) and public holidays.
11. Expression of interest must be delivered in a written form to the address below in person or by mail or by e-mail so as to be received on or before 12th October 2022 at 1000 hours Local Time. For expressions of interest that will be deposited at the Tender Box on Ground Floor, Maji House, Ngong Road, Naorobi, the packages should be clearly marked “Consultancy Services For Implementation of Resettlement Action Plan No.2 & No.3 and Vulnerable and Marginalised Group Plan for Mwache Upper Check Dam and Selected Roads; Contract No.: MOWSI/KWSCRP-2/002/2022-2023”
Principal Secretary
Ministry of Water, Sanitation and Irrigation
Maji House, Ngong Road
5th Floor Room No. 513/547
P.O. Box 49720-00100, Nairobi.
Tel: +254 20 2716103 Ext. 42335/42260
Email: procurement@kwscrp.org
Website: www.water.go.ke
CONTACT INFORMATION
Organization/Department Ministry of Water, Sanitation and Irrigation
Name Eng. Simon Mwangi
Address P.O. Box 49720-00100, Nairobi, Kenya, Tel: +254-20-2716103, Mobile: +254-721-217020
City
Province/State Kenya
Postal Code
Country Kenya
Phone +254 20 2716103
Email sgmwangi@kwscrp.org
Website www.water.go.ke