Kenya Green and Resilient Expansion of Energy (GREEN) Program Phase 2 Project (Кения - Тендер #71156255) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Кения (другие тендеры и закупки Кения) Организатор тендера: The World Bank Номер конкурса: 71156255 Дата публикации: 08-03-2026 Источник тендера: Тендеры всемирного банка |
||
P180465
Kenya Green and Resilient Expansion of Energy (GREEN) Program Phase 2 Project
Kenya
OP00429227
Request for Expression of Interest
Published
KE-KETRACO-533737-CS-QCBS
Quality And Cost-Based Selection
English
Mar 27, 2026 10:00
Mar 05, 2026
Kenya Electricity Transmission Company Limited
Simba Lorena
Block B Kawi House, Off Red Cross Road, South C, Nairobi, Kenya
Kenya
Kenya
0727138639
www.ketraco.co.ke
REQUEST FOR EXPRESSIONS OF INTEREST
CONSULTING SERVICES – (FIRMS SELECTION)
COUNTRY: KENYA
PROJECT: KENYA GREEN AND RESILIENT EXPANSION OF ENERGY (GREEN) PROGRAM PHASE 2.
Loan No./Credit No./ Grant No.: IDA 7343-KE & 7344-KE
Assignment Title: Consultancy Services for Construction Supervision and Project Management Services for Kimuka 400kV Substation - Phase II
Reference No.: KE-KETRACO-533737-CS-QCBS
The Kenya Electricity Transmission Company Ltd. has received financing from the World Bank toward the cost of Supply and Installation of Kimuka 400kV Substation - Phase II and intends to apply part of the proceeds for consulting services.
The Consulting Services (“the Services”) is expected to take not less than eighteen (18) months includes the following scope:
The Terms of Reference (TOR) for the primary procurement stage for the assignment are attached to this request for expressions of interest.
The Kenya Electricity Transmission Company 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: related to required qualifications and experience of the firm;
1. Possession of over fifteen (15) years of general experience, as core business, in the area of Construction Supervision and Project Management Services for High Voltage Substation and Transmission Line contracts including:
2. Successful delivery of a minimum of five (5) assignments of similar nature and complexity to those envisaged and described in the Terms of Reference (ToR) for the assignment, within the past ten (10) years. At least two assignments showing delivery experience in similar environments would be an added advantage. Similarity and complexity include, among others, experiences in High Voltage power system infrastructure consultancy and project management of EPC contracts in the field of power transmission substations
3. Technical and managerial capabilities of the firm
4. Good track record in the consultancy industry, participation in R&D and preparation of innovative solutions in the power sector, good will and demonstrated competence and client satisfaction shall also be taken into account for short listing.
Key Experts will not be evaluated at the shortlisting stage.
Due to the need for brevity, interested Consultants should only provide sufficient information that will enable the Implementing Agency to determine the Consultant’s capabilities in the field of the assignment, but legal documents such as certificates of incorporations, power of attorney, or translations of standard brochures should not be submitted at this stage. The maximum page limit for the EOI, including any annexes, shall therefore not exceed 20 pages. This limit applies for single entities as well as firms in associations.
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” 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 will be selected in accordance with the Quality and Cost Based Selection Method described in the Procurement Regulations and to be specifically set out in the Request for Proposals.
Further information can be obtained at the address below during office hours 07:30 to 16:30 Hours East African Time.
Expressions of Interest must be delivered in a written form to the address below (in person, or by mail, or by fax, or by e-mail) by 27th March 2026 at 10.00 Hours East African Time.
Supply Chain Management
Attention: Senior Manager, Supply Chain Management
Kenya Electricity Transmission Company Limited (KETRACO)
2nd Floor, KAWI Complex, Block B
Popo Road, off Red Cross Road, South C
Nairobi, Kenya
Telephone: +254719018000
Email: jvuligwa@ketraco.co.ke, reoikimuka@ketraco.co.ke