World Bank HQ

Coastal Region Water Security and Climate Resilience Project: Consultancy services for Resettlement Action Plan No. 2 and No.3 and Vulnerable and Marginalised Group Plan (VMGP) implementation related to Mwache Upper Check Dam and all roads developed under the Mwache Dam Project

Last update: Oct 10, 2024 Last update: Oct 10, 2024

Details

Location:Kenya
Kenya
Category:Consulting services
Status:Awarded
Sectors:Migration, Mapping & Cadastre
Languages:English
Funding Agency:
Contracting authority type:Government / Public Sector
Eligibility:Organisation
Budget:N/A
Date posted: Sep 22, 2022

Attachments 1

Associated Awards

Project cycle timeline

STAGES
EARLY INTELLIGENCE
PROCUREMENT
IMPLEMENTATION
Cancelled
Status
Programming
Formulation
Approval
Forecast
Open
Closed
Shortlisted
Awarded
Evaluation

Associated tenders 1

Status

Date

Description

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

  1. The Government of Kenya has received financing from the World Bank toward the cost of the Coastal Region Water Security and Climate Resilience Project and intends to apply part of the proceeds for Consulting 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.
  2. The Consulting services (“the Services”) include full implementation of the Mwache Dam RAP 2, RAP 3 and the Mwache VMGP in the areas covered by the Upper Check Dam and the selected roads as outlined in the specific tasks in Section 6 of this ToRs. The assignment will focus on assisting the affected communities and project-affected households to relocate as per their preferred approach and support their efforts to restore their livelihoods to pre-project levels. The consultant will ensure all activities are undertaken after meaningful consultation with the affected communities, host communities and affected peoples.
  3. The Scope of Services will include the following key specific tasks;

            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

Want to unlock full information?
Member-only information. Become a member to access this information. Procurement notices from over 112+ donors and banks are available here