Доступ к полной информации по данной закупке закрыт. Зарегистрируйтесь для получения бесплатных рассылок по новым тендерам и просмотра дополнительной информации. .
Регистрация
CONSULTANCY SERVICES FOR THE FEASIBILITY STUDY, PRELIMINARY DESIGN (FEED/BASIC ENGINEERING) AND PREPARATION OF BIDDING DOCUMENTS FOR UPGRADING OF THE NAIROBI COMMUTER RAIL NETWORK
Reference
KE-KRC-372079-CS-QCBS
The Government of Kenya (GOK) has applied for financing from the World Bank towards the cost of the Kenya Urban Mobility Improvement Project (KUMIP), and intends to apply part of the
proceeds for consulting services.
The consulting services (“the Services”) include;
Undertaking a FEL-2 Feasibility Study, including Preliminary Engineering to assess technical, social, environmental, financial and economic viability for the upgrading and/or rehabilitation
of the Nairobi Commuter Rail (NCR) network as well as development of Transit Oriented Development (TOD) facilities and access roads to commuter stations.
Completing the FEL-3 Project Definition / FEED (Basic Engineering) to 85% cost accuracy for the entire commuter NCR network including access facilities to commuter stations, and TOD-related
infrastructure facilities for selected stations along Thika line.
Preparation of the Engineering Requirement for Design & Build bidding documents for contracting under the FIDIC Yellow Book form of contract for the entire commuter NCR network, access
facilities to commuter stations, and TOD-related infrastructure facilities for selected stations along Thika line.
The expected start date for the services is April 21, 2025 and the duration of the assignment is twenty-four (24) calendar months. The estimated staffing man months for staffing is 400 staff-
months.
The detailed Terms of Reference (TOR) for the assignment can be found at the following websites: Kenya Railways portal www.krc.co.ke or Public Procurement Information
portal www.tenders.go.ke
Kenya Railways (the “Client”), 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 shortlisting criteria are:
Core business and years in business: The firm shall be registered/incorporated as a consulting firm with core business in railway engineering, transportation engineering, or
related fields for at least fifteen (15) years.
Relevant experience: The firm shall demonstrate as having executed and completed at least three number assignments of similar nature and scope in similar operating
environments in the last ten (10) years.
Capacity building: Must demonstrate the ability of building capacity for the employer (s)’/ client staff through a well-documented work methodology including bench marking
with similar systems in both developed and developing countries.
Technical and managerial capability of the firm: The firm shall demonstrate as having the requisite technical capacity including relevant equipment, tools, software, etc.,
and managerial capacity to undertake the assignment. Key experts will not be evaluated at the shortlisting stage.
The attention of interested Consultants is drawn to Section III, paragraphs 3.14, 3.16 and 3.17 of the World Bank’s Procurement Regulation for IPF Borrowers, dated July 2016 and revised
September 2023 (5th Edition): (‘‘Procurement Regulations’’) setting forth the World Bank’s policy on conflict of interest.
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.
A Consultant firm will be selected in accordance with the Quality and Cost Based Selection (QCBS) method set out in the Procurement Regulations.
Further information can be obtained at the address below from Monday to Friday excluding weekends and public holidays from 9.00AM to 5.00PM East African Time (EAT).
Managing Director, Kenya Railways,
Attention: General Manager-Supply Chain Management,
Kenya Railways Headquarters Office,
Workshops Road off Haile Selassie Avenue,
Opposite Technical University of Kenya,
P. O. Box 30121-00100,
Nairobi, Kenya.
Email: procure@krc.co.ke
Tel. No: +254 709 907 000, +254 709 907 114
Expressions of interest must be submitted in written form to the address below in person, or by mail or by e-mail on or before March 5, 2025 at 11:00AM, East African Time
(EAT).
Tender Box at Block C, Main Reception
Kenya Railways Headquarters Office,
Workshops Road, off Haile Selassie Avenue,
Opposite Technical University of Kenya,
P. O. Box 30121-00100,
Nairobi, Kenya.
Email: procure@krc.co.ke
Tel. No: +254 709 907 000, +254 709 907 114
All submissions should be clearly marked “Consultancy Services for the Feasibility Study, Preliminary Design (FEED/Basic Engineering) and Preparation of Bidding Documents for
Upgrading of the Nairobi Commuter Rail Network." For email submissions: Assignment Title and Contract Number should be quoted in the subject row.
The Managing Director
Kenya Railways
Источник закупки
Перейти
Импорт - Экспорт по стране Кения
Кроме мониторинга зарубежных тендеров для ведения успешного бизнеса изучите информацию о стране: какая продукция экспортируется и импортируется и на какие суммы. Определите коды ТН ВЭД интересующей вас продукции.
Портал отображает информацию о закупках, публикуемых в сети интернет и находящихся в открытом доступе, и предназначен для юрлиц и индивидуальных предпринимателей, являющихся участниками размещения государственного и коммерческого заказа.
Сайт использует Cookie, которые нужны для авторизации пользователя. На сайте стоят счетчики Яндекс.Метрика, Google Analytics и LiveInternet, которые нужны для статистики посещения ресурса.