Monday 25 August 2014

MINISTRY OF LAND, HOUSING AND URBAN DEVELOPMENT (MoLH&UD)

DIRECTORATE OF NAIROBI METROPOLITAN DEVELOPMENT (DoNMED)
REQUEST FOR EXPRESSIONS OF INTEREST
(CONSULTING SERVICES)
Nairobi Metropolitan Services Improvement Project (NaMSIP)
Credit No. 51020-KE.
Contract No. REOI/MoLH&UD/NMED/NaMSIP/CONS-09/2014-2015
Assignment Title: Consultancy Services for Preparation of Feasibility Studies, Detailed Designs,Tender Documents and Supervision of Selected Roads and a Green Mall Street Bus Station in the Nairobi Railway Station and its Surroundings

Reference No. (As per Procurement Plan): 48

1.       The Government of Kenya has received financing from the World Bank toward the cost of the Nairobi Metropolitan Services Improvement Project (NaMSIP) and intends to apply part of the proceeds for consulting services for feasibility studies and detailed designs.
2.       The Kenya Railways Corporation together with the County of Nairobi and the Directorate of Nairobi Metropolitan Development, jointly referred to as the sponsors, want to carry out feasibility studies & detailed designs, determine project cost estimates and develop tender documents for each of the selected road corridor and a green-mall bus station in Nairobi Railway Station and its surroundings. Additionally, the consulting services will encompass carrying out an economic and financial evaluation of all components of the projects and thereby analyzing alternative funding options.
Once the procurement of contractors for the resulting projects is done, the consultant shall carry out supervision of the construction works.
Cumulatively, the road corridors are about 15.8 km in length.
More detailed description of the road corridors is as follows:
i)                    Road No. 1:- Begins at Haile Selassie Avenue and cuts through railway yard to end up at Workshop road. The termination point of the road corridor is at Mombasa road and alignment will follow Dunga and Mukenia roads from Workshop road. The length of this corridor is approximately 3.2 Km. Preliminary design for a section of this road (Haile Selassie Avenue to Workshop/Lusaka road roundabout) dubbed Railway Toll Bridge had already been carried out by KRC.
ii)                   Road No. 2:- Begins at Haile Selassie Avenue/Race course road roundabout and proceeds southward through Nairobi railway yard and workshops to end up at Enterprise road. The scope of works will require consultant to carry out design of the entire Enterprise road all the way to Mombasa road. The length of this corridor is about 7.0 Km.
iii)                 Road No. 3- Begins at Haile Selassie Avenue at Wakulima market and traverses present-day Muthurwa Market. The alignment will be parallel to Factory Street and will join the Nairobi- Makadara railway corridor at Muthurwa. From that point the alignment is expected to run parallel to the existing railway corridor up to Makongeni area where it is expected    railway corridor up to Makongeni area where it is expected to pass through built up area to end up at the Likoni/Lunga lunga Road junction. The length is approximately 3.9Km.
iv)                 Proposed  Green  Mall  Street  Bus  Station:  It  will  be  a  high capacity  bus  station.  Its length  is  approximately  1.7  Km  -This will be part of a multi-use wide-ranging green corridor beginning at Uhuru highway and ending at proposed Road No. 3 and will be situated on Nairobi Railway station marshaling yard
These projects are components of proposed Nairobi Railway City  and its Surroundings and their design will entail close collaboration  with  all  relevant  government  agencies  including:  Kenya  Railways Corporation  (KRC),  Nairobi  City  County,  Ministry  of Transport and Infrastructure (MoTI) among others
3.       The consultant’s primary tasks will be to:
i.         Review past studies related to the project and determine suitable integration of new, existing and other planned roads.
ii.       Carry out detailed traffic studies at suitable locations and an analysis  of  the  acquired  traffic  data  to  determine  expected traffic flows for all the roads.
iii.      Investigate on the current land ownership of parcels of land falling along the route alignment and also on impediments to project such as services utilities.
iv.     Determine  the  best  route  alignment  for  the  roads  while taking  care  of  geometric  constraints,  urban  roads  safety factors, land use and ownership.
v.       Prepare detailed designs taking into account alternatives of changes  in  parcels,  facades,  volumes,  and  usage  as  well  as public and green spaces to be obtained and designed along the  roads  and  the  Green  Mall  Street  Bus  Station,  covering vertical and horizontal alignment of the roads, storm water drainage,  intersections,  structures,  street  lighting,  NMT facilities  (footbridges,  sidewalks,  cycle  paths  and  pedestrian  crossings),  landscaping,  horizontal  and  vertical  signage, bus  stops,  road  safety  facilities  and  bus  station  at  Mall  and  traffic  management/traffic  calming  measures  as  appropriate. This  task  will  also  entail  the  preparation  of  all  technical specifications and Bills of quantities for the works.
vi.     Carry  cost  estimates  for  each  of  the  project’s  component including  relocation  costs  and  develop  a  preliminary implementation schedule.
vii.    Carry out an Economic and financial analysis for each of the component and recommend appropriate funding mechanism.
4.       The  duration  of  the  consultancy  services  will  be  twelve  (12)months.
5.       The Consultant shortlisting criteria are:
i)        Company  Profile(s)  of  the  firm(s).Where  the  EOI  is submitted by a consortium, each firm in the consortium shall provide company profile including names and addresses;
ii)       Constitutional/Registration documents for the Lead Firm and each member of the consortium from the country (ies) of registration.  The registration documents shall be in English and shall be notarized by a Notary Public.
iii)     The Lead Firm shall provide Audited accounts for each of the last five (5) consecutive years.
iv)     The Lead Firm shall provide evidence of a minimum turnover of USD One (2.5) million for each of the last five (5) years.  The evidence shall be notarised by a Notary Public.
v)      The  Lead  Firm  shall  provide  evidence  of  at  least  3  (three)studies for ‘Similar Projects’ in the last 10 years, of which at least one of the studies shall have been undertaken in the last five  (5)  years.  Details of  the  assignment,  name  and  contact address of the client, value of assignment and period covered to undertake assignment shall be given.
6.       Bidding will be conducted through the International  Competitive Bidding  procedures  as  specified  in  the World  Bank’s  Guidelines Guidelines:  Selection  and  Employment  of  Consultants  [under IBRD Loans and IDA Credits & Grants] by World Bank Borrowers  January 2011(“Consultant Guidelines”) and is open to all eligible bidders as defined in the Procurement Guidelines. The attention of interested Consultants is drawn to paragraph 1.9 of the guidelines setting forth the World Bank’s policy on conflict of interest.
7.       Consultants may associate with other firms in the form of a joint venture or a sub-consultancy to enhance their qualifications.
8.       A  Consultant will be selected in accordance with the Quality Cost Based Selection (QCBS) method set out in the Consultant Guidelines.
Further information can be obtained at the address below during office hours from 0800 to 1700 hours, East African time from Monday to Friday excluding lunch hour (1300 to 1400 hours) and public holidays.
Expression of interest must be delivered in person or by registered mail in a written form to the address below by 12thSeptember 2014 at 1200 hours East African time.    The package should be  clearly  marked  Contract  No.:  REOI/MoLH&UD/NMED/NaMSIP/CONS-09/2014-2015  for Consultancy Services (CS) for Preparation of Feasibility Studies, Detailed Designs, Tender Documents and Supervision of Selected Roads and a Green Mall Street Bus Station in the Nairobi Railway Station and its Surroundings.
Principal Secretary
Ministry of Land, Housing and Urban Development
Directorate of Nairobi Metropolitan Development
University Way,
Ambank House, 20thFloor
P. O. Box 30130 - 00100
Nairobi, Kenya.
Tel:  254-20-317224/35
Fax:  254-20-317226

No comments:

Post a Comment