Download specific procurement notice republic of kenya ministry of agriculture

Survey
yes no Was this document useful for you?
   Thank you for your participation!

* Your assessment is very important for improving the workof artificial intelligence, which forms the content of this project

Document related concepts
no text concepts found
Transcript
SPECIFIC PROCUREMENT NOTICE
REPUBLIC OF KENYA
MINISTRY OF AGRICULTURE, LIVESTOCK AND FISHERIES
STATE DEPARTMENT OF AGRICULTURE
SMALL SCALE IRRIGATION AND VALUE ADDITION PROJECT (SIVAP)
REQUEST FOR EXPRESSION OF INTEREST
FOR
CONSULTANCY SERVICES ON FEASIBILITY STUDY, DESIGN AND
SUPERVISION OF IRRIGATION SCHEMES IN MERU, MAKUENI, NYERI AND
KAJIADO COUNTIES.
Date : 7th March, 2017
Loan No.:2000130014530
Financing Agreement Reference: Project Appraisal Report
Project ID No.: P-KE-AAZ-009
The State Department of Agriculture has received financing from the African
Development Fund toward the cost of the Small Scale Irrigation and Value Addition
Project (SIVAP), and intends to apply part of the agreed amount for this loan to
payments under the contract for Consultancy Services on Feasibility Study,
Design and Supervision of Irrigation Schemes in Meru, Makueni, Nyeri and
Kajiado Counties as Below:
TENDER NUMBER (LOT NO.)
1.
MOALF/SIVAP/T014/2016-2017
2. MOALF/SIVAP/T015/2016-2017
EOI DESCRIPTION
Buuri Irrigation Scheme in Meru County
Utangwa Irrigation Scheme in Makueni
County.
3.
MOALF/SIVAP/T016/2016-2017
Ndiriti Aguthi Irrigation Scheme in Nyeri
County.
4.
MOALF/SIVAP/T017/2016-2017
Oleshuru /Oleshonko Irrigation Scheme in
Kajiado County.
TERMS OF REFERENCE FOR CONSULTANCY SERVICE FOR FEASIBILITY
STUDY, DESIGN AND SUPERVISION OF IRRIGATION INFRASTRUCTURE
1.1 THE PROPOSED ASSIGNMENT
1.1.1 General Background
The Ministry of Agriculture, Livestock and Fisheries, State Department of Agriculture
through Small-scale Irrigation and Value Addition Project (SIVAP) intends to carry
out pre-feasibility and detailed feasibility studies and designs for development of four
(4) irrigation schemes namely Buuri (Meru County), Utangwa (Makueni County),
Ndiriti Aguthi (Nyeri County) and Oleshuru/Oleshonko (Kajiado County). The main
purpose (development objective) of the project is largely to reduce poverty and food
insecurity among the rural poor households by improving the performance of
irrigation and marketing infrastructure, as well as enhanced methods of post-harvest
management of the produce. The immediate objective of the project is to increase
household incomes of smallholder producers in the selected areas through increased
horticultural production, enhanced marketing and post- harvest management in line
with the Kenya Government of vision 2030 and Jubilee manifesto
The consultancy service aims at identifying and assessing the viability of
opportunities and interventions for investments in irrigated agricultural production
system with a view to stabilizing national agricultural production, improving land use
and water resources productivity, facilitating economic empowerment of local
communities and establishing a foundation for development of agribusiness. This
will be achieved through the delineation of irrigable areas and formulation of an
optimum irrigation development plans in the four proposed irrigation schemes.
1.1.2 Consultancy Objectives
The general objectives of the assignment is to conduct feasibility studies and
develop preliminary and detailed irrigation infrastructure designs of each of the four
schemes located in different counties as described below with approximate
command area stated. The assignment will further include the designs for irrigation
water users association offices, the marketing and grading sheds for each of the
schemes and later the supervisions of the works. This assignment will be
executed in two (2) phases. Phase one (1) will cover feasibility studies,
design, and preparation of tender documents and phase two (2) will cover
supervision of the construction works.
To achieve the stated objective, the Project (SIVAP) wishes to engage a qualified
and experienced engineering consultancy firm to execute the assignment on
consultancy on contract basis. The selected consultancy firms shall have a proven
track record and extensive hands on experience in feasibility study, planning, design
and supervision of construction of irrigation projects in developing countries
especially in Africa. The firm shall have good knowledge and understanding in
working with smallholder farmers in implementation of irrigation projects in Kenya or
within the region. Specifically, the firm MUST have successfully undertaken
detailed designs of at least five (5) irrigation projects and at least (3) of which
must have proceeded to construction and must be fully operational. (Clients’
references will be required for this).
1.2
Description of the Projects
Lot 1: Buuri Irrigation Scheme (Buuri Sub-County)
Buuri irrigation Scheme is situated in Kisima Ward covering parts of Marania, Kaamiti
and Matunda sub-locations of Ntirimiti Location, in Buuri Sub County of Meru
County.
Currently the crops grown under rain-fed farming include maize, wheat, potatoes
peas and variety of beans.
The scheme will abstract water from Marania Springs, situated 8km inside Mount
Kenya Forest, targeting to irrigate at least 180 ha and benefit about 300 farmers.
The proposed areas of intervention include detailed feasibility study of irrigation
infrastructure that include command area layout, abstraction infrastructure, water
conveyance, Construction of a water reservoir and supply pipeline networks.
Lot 2: Utagwa (Mbooni West Sub-county)
Utagwa Irrigation Scheme is situated in Kikima Division, Mbooni west Sub-County,
Makueni County. The scheme will abstract water from springs and will have a
command area of 160 Ha targeting 700 beneficiaries. The crops grown are mainly
vegetables (kales, tomatoes, and onions), and arrow roots and beans. The
proposed areas of intervention include detailed feasibility study of irrigation
infrastructure that include command area layout, abstraction infrastructure, water
conveyance and supply pipeline networks.
Lot 3: Ndiriti Aguthi (Kieni East Sub-County)
Ndiriti Aguthi irrigation scheme is situated in Kieni East division, Nyeri County. The
scheme will abstract water from river Narumoru and Kabunda dam with targeted
area of 225Ha and 1000 beneficiaries. The crops grown are mainly vegetables
(kales, tomatoes, onions, carrots cabbage) and beans. The proposed areas of
intervention include detailed feasibility study of irrigation infrastructure that include
command area layout, abstraction infrastructure, water conveyance and supply
pipeline networks.
Lot 4: Oleshuru /Oleshonko (Loitokitok Sub-County)
Oleshuru irrigation scheme is situated in Kuku ward in Loitokitok sub- county,
Kajiado County. The scheme will abstract water from Shonko Springs and Nare
Moru river and will have a command area of 360Ha targeting 600 beneficiaries. The
proposed area of intervention includes detailed feasibility study of irrigation
infrastructure that includes command area layout, abstraction infrastructure, water
conveyance and supply pipeline networks.
1. 3 Scope of the Work
1.3.1 Summary of the scope of work
a) Detailed feasibility studies including: detailed physical data collection to
ensure adequate design which will meet farmers’ objectives, field
investigations Socio-economic survey/assessment, financial and institutional
review.
b) Preliminary design and costs to provide basis for discussions with farmers.
This will include participation of farmers in design choices to provide
opportunities for modification of the designs.
c) Preparation of project feasibility report including comparison of projects or
project design.
d) Preparation of detailed designs.
e) Preparation of tender documents.
f) Mobilize, organize and involve the Irrigation Water users’ Associations
(IWUAs) and/or community in the feasibility design and detailed design
g) Development of implementation framework and supervision schedule
Note that Pre-feasibility, Detailed Feasibility, Detailed design and Supervision
modalities shall be discussed by a team of irrigation professionals and farmers who
will give their inputs before preparation of the final report. The meeting will be
organized by the Consultant in consultation with the employer and the consultant
will meet the cost of the participants and that of its team.
1.3.2 Detailed Scope of work
The scope will cover but not limited to the following
i.
Hydrology and Meteorology
Existing meteorological and hydrological data and reports shall be reviewed
and assessed. The data to be obtained, reviewed and analyzed include, but
not limited to rainfall, wind speed and direction, temperature, relative
humidity, open water evaporation, potential evapo-transpiration, river stage
and discharge (daily, monthly and annual means, peak flood events),
sediment load, water quality and river geomorphology. Hydrological studies
and rainfall analysis are necessary. Data on water resources, quantity and
quality overtime, on water rights and on cost of water where applicable and
on the climate of the area and its influence on the water requirements of the
selected crops are important and should be sourced and analyzed.
ii.
Soils, Land Suitability Land Use and Land Cover
All available documents and /GIS layers regarding soils, land suitability, land
use/land cover shall be obtained, reviewed and assessed.
Additional
information requirement shall be identified, enumerated and methodology
and strategy shall be designed to obtain the missing information and to fill the
gaps on the following; sieve(aggregate) analyses including hydrometer tests;
physical (texture, depth, stratification, description, etc.) tests ; soil
consistency (Atterberg limits); moisture content; dry density; specific gravity;
standard compaction (proctor)test; permeability and porosity test; chemical
(Alkalinity, nutrients, organic matter, pH, salinity, etc) tests; mineralogical and
petrographic analysis; uniaxial compressive and construction quality tests;
and consolidation test. Based on physical and chemical test, topography and
altitude land suitability map shall be prepared at 1:10,000 scale maps. Soil
shall also be presented at the same scale. All the soil tests should be done by
accredited laboratories and results provided in an annex.
iii.
Geology and Geotechnical investigation:
All available documents regarding geology, seismology and geo-techniques
shall be obtained, reviewed and assessed. Additional information required
shall be identified, enumerated and methodology and strategy shall be
designed to obtain the missing information and to fill the gaps. The
consultant shall commission a geotechnical investigation at the sites of the
diversion weirs in all the projects. The consultant shall also include, but not
limited to geological and geophysical surveys and mapping, test pitting,
material sampling and laboratory testing, seismic studies and investigation
into the availability of borrow areas for construction materials, core drilling
and testing. The consultant shall be responsible for supervision of all field
data collection and related laboratory tests. Geo-technical sampling (soil
stability, bearing capacity, seepage, etc) shall mainly be done through test
pits and hand augers. Soil sampling shall be carried out along the proposed
alignment of the main pipeline and at all potential structure locations. Geotechnical investigation at the sites of diversions weirs shall be carried out by
firms registered to do such and the cost of all investigations shall be borne by
the consultant.
iv.
Climate
Data will be collected from the meteorological department and augmented
from other sources as necessary on such aspects as rainfall, wind
temperature, relative humidity, open water evaporation, pattern
evapotranspiration and should be analyzed to show climate. The study may
propose the establishment of additional weather stations if these are required
to complete the network.
v.
Agriculture
All available documents regarding crop, livestock and fisheries production,
agricultural practice and cropping patterns of the area shall be collected and
reviewed. Reconnaissance field survey shall be conducted to have an
overview of the agronomic practice. On irrigation agronomy, investigation of
existing farming systems, land holding sizes, crop production patterns,
support services. Crop types, land use patterns, crop rotations, crop water
requirements, irrigation water schedule master plan etc shall be carried out.
In addition all proposed enterprises (Crops) should be selected through a
participatory manner and in collaboration with the beneficiaries and county
staff.
vi.
Irrigation and Drainage
The consultant shall obtain, review and assess all available data on existing
irrigation and drainage in the scheme area. The Consultant shall also review
reports of past studies of irrigation and drainage within the scheme area. The
consultant shall identify problems of drainage, seepage, flooding, salinity or
others wherever such problems occur or are expected to occur in the course
of operation of irrigation scheme, and come up with appropriate drainage
designs, or propose geo-membrane or other lining materials or flood control
measures or land reclamation and soil management practices to ensure
sustained economic operation of the project. The consultant shall also
determine the access requirements both to and with the area.
The layout and hydraulic design of the drainage and conveyance pipelines
shall take into consideration the natural relief of the site. Hydraulic
parameters shall be based on values obtained during the study. The
consultant shall design an efficient irrigation system using the best irrigation
methods and preferable cropping pattern. The consultant shall present all
design drawings. An estimate of the total project water requirements (net,
gross and peak season demands) of each scheme with the available water
quantity of each identified source, in order to determine the maximum net
irrigable area, shall be determined. This may include: estimation of irrigation
efficiency, water losses due to evaporation and transpiration, additional
supply from effective rainfall and other water demands such as leaching, etc.
Crop water requirement for possible cropping pattern and cropping intensity
shall be computed.
vii.
Irrigation infrastructure
Alternative water conveyance system, irrigation methods, infield irrigation
infrastructure, drainage system, etc. should be looked into for comparison
purpose
viii.
Topographic Survey
Topographical survey at appropriate scale including specific sites for hydraulic
structure at greater scale shall be done. A topographic map showing: The
proposed irrigated area, with contour lines, Farm and field boundaries and
water source or sources, power point such as electricity lines, in relation to
water source and area to be irrigated, roads and other relevant general
features such as obstacles will need to be developed.
ix.
Headwork and hydraulic structures
Location of water diversion sites, intake structures shall be marked clearly on
the ground.
x.
Command Area Development
Design criteria to be produced and made open for discussion. General layout
plans showing the location and the principal features of main works of
irrigation and drainage systems, design and specification of various options.
The designs should also include marketing Shed & IWUA offices whose site
should be identified in consultation with the beneficiaries and PCU Specialists.
xi.
Flood protection
Farm road requirement within the command area and Soil Survey shall be
investigated at appropriate scale.
xii.
Accessibility of the Scheme
The scheme is to be made accessible through the main roads leading to the
scheme, and construction of farm roads within the scheme.
xiii.
Environmental and Social Impact Assessment
Carry out Environmental Impact Assessments/audit for the project and
incorporate the proposed mitigation and management plans into the design.
The Environmental and Social Management Plans as well as self audit
monitoring plans would be necessary for sustainability of the scheme in
addressing environmental issues.
xiv.
Financial and economic studies
Analyzing the financial benefits of the irrigation scheme is expected to be two
levels: the farmer level and the scheme level. At farmer level, analysis will be
on production levels, labour requirements and net income ‘with’ and ‘without’
the project. At scheme level; costs incurred in constructing, operating and
managing the whole scheme. Scheme-level costs are then compared with
estimated income from the whole scheme (all irrigators) to assess the
financial benefits of investing in irrigation will be analyzed.
An economic analysis is expected clarify whether development or
rehabilitation of the schemes will benefit the economy as a whole both at
scheme and national level.
xv.
Detailed Design
The consultant will prepare detailed design, specifications and cost estimate
of the irrigation and associated hydraulic structures and all other irrigation
system structures and infield roads.
xvi.
Tender Documents Preparation
Tender documents for the contract of construction works of all irrigation
infrastructure in the irrigation schemes as spelled out in the detailed design
shall be prepared and will include instructions to bidders and conditions of
contract (as in Standard ADB documents), Technical specifications, Drawings,
Bill of Quantities (BOQ) and draft agreements.
1.4 Training
Building capacity of counterpart staffs (one Irrigation Engineer and one assistant in
each scheme area) that shall be attached through involvement and training during
the entire period of survey and design shall be mandatory.
These engineers will be trained on:a) Data collection
b) Data analysis and new technologies involved
c) Survey
d) Irrigation schemes design
e) Tender preparation and documentation
1.5 Reports and Time Schedules
1.5.1 Assignment Schedules and Deliverables







Inception Report
Monthly Progress Reports
Interim Report for on-going works
Draft Final Feasibility/Design Report, etc
Tender documents
Environmental Impact Assessments/ audit report
Geology and Geotechnical Investigation report
The service provider is expected to deliver the following outputs in both soft and
hard copies (2 hard copies and 1 soft copy):
1. Inception Report: - This should be provided to Project Coordinating Unit
(PCU) within two weeks from date of contract effectiveness. The report
should detail out, how the consultant intends to undertake the work; General
information about the firm/individual including physical facilities available for
this assignment; Detailed work plan and activity schedule with time frame; Any
other information, conditions or restrictions that the Firm considers necessary to
carry out the stipulated activities.
2. Draft feasibility study report and ESIA Reports: - should be submitted
within two (2) months from date of contract effectiveness and should have
draft reports for the sites for the documents below
i. Detailed design Reports for each of the sites
a. Design report
b. Book of drawings
c. Engineer’s cost estimates
ii. Bid documents for the schemes and other proposed structures.
3. Final feasibility study reports and Final ESIA Report: - should be
submitted within three (3) months from date of contract effectiveness. The
documents are to be presented to the stakeholders for their input. A copy of ESIA
report with NEMA’s reference No. and duly received with the acknowledgement
letter plus a soft copy.
4. Draft Final Design report: - should be submitted within five (5) months
from date of contract effectiveness. Should incorporate the above and the
stakeholders’ views. It should be presented to a team of engineers from the
Ministry of Agriculture, Livestock and Fisheries and the Project Irrigation Engineers
from PCU for reviewing.
5. Final Design Report, Operations & Maintenance Manual and tender
documents and Supervision Plan details: should be submitted within six
(6)months from date of contract effectiveness. Should consist of the above
and incorporate views from the team of engineers.
1.6 Qualifications and Experience
1.6.1 Experience of Consultancy Firm
The consultancy firm must have handled over ten (10) projects out of which five (5)
of them must be irrigation and drainage projects within the last five (5) years of
similar magnitude and nature. A prove of this must be provided in the tender
document submitted.
1.6.2 Qualifications and Experience of Key Staff
(Signed CVs to be provided in accordance with Section II Sub Article
2.3.4v of the ADB rules)
The consultant’s team for the assignment shall be composed of well qualified and
experienced professionals.
The Consultancy firm is required to propose a team that reflects an appropriate mix
of disciplines, education, skills and levels of experience, a sound understanding of
underlying development issues, and strong regional experience on similar projects.
The following key staff with the stated qualifications will be compulsory;
a)
Team Leader ( Civil or Agricultural Engineer)
The Team Leader must have a Bachelor’s Degree in Civil or Agricultural Engineering
with over ten(10) years progressive experience working in a developing country,
eight (8) of which must have been on water supply and irrigation and drainage
development and rehabilitation projects. A Master’s Degree in a relevant engineering
field will be an added advantage.
He/she must have served as a Team Leader/Project Director in over ten (10)
projects out of which five (5) of them must be irrigation and drainage projects within
the last five (5) years.
He/she must be experienced in project planning, design, management, contract
administration and management and construction planning.
He/she must be registered with Engineers Board of Kenya (EBK) and be a member
of Institution Engineers of Kenya or equivalent bodies.
Knowledge of alternate dispute resolution is desirable and membership of any ADR
body will be an added advantage.
b)
Deputy Team Leader/Irrigation Engineer
The Deputy Team Leader will assist the Team Leader in performing all the duties
delegated to him/her by the Team Leader regarding the project.
He/she should have a Degree in Agricultural Engineering with over eight (8) years’
experience in the irrigation and drainage field. A Masters Degree in a relevant
engineering field will be an added advantage.
The person must have undertaken at least five (5) irrigation/drainage projects of
similar nature performed in Kenya or within East African Region.
He /she must have served as a Team Leader or Deputy Team Leader in at least one
(1) of the projects of similar nature. He/she must be Registered with Engineers
Board of Kenya (EBK) and be a member of Institution Engineers of Kenya or
equivalent bodies.
c)
Irrigation Design Engineer
An Irrigation Design Engineer must have a Bachelor’s Degree in Agricultural
Engineering. A Master’s Degree in a relevant engineering field will be an added
advantage.
He/she must be Registered with Engineers Board of Kenya (EBK) and be a member
of Institution Engineers of Kenya or equivalent bodies.
He/she must have seven (7) years’ experience in the field of irrigation and drainage
engineering.
He/she must have designed at least six (5) irrigation projects of similar nature within
the last seven (7) years
d)
Hydraulic Design Engineer
Hydraulic Design Engineer must have a Bachelor’s Degree in Civil Engineering and
must be registered with Engineers Board of Kenya (EBK) and a member of
Institution Engineers of Kenya or equivalent bodies.
He/she must have over ten (10) years in the field of water & irrigation engineering.
He/she must have extensive experience in design of hydraulic structures for
irrigation and water supply. Experience in design of small dams and structural design
will be desirable
e)
Topographical Surveyor / GIS Specialist
Topographical Surveyor / GIS Specialist shall have a Bachelor’s Degree in Surveying
and Masters in Surveying or GIS. He/she shall have at least ten (10) years’
experience in the field of water/irrigation engineering.
He/she must have worked on not less than ten (5) Irrigation / water related
assignments in Africa within the last ten (10) years.
f)
Hydrologist
A Hydrologist must have a Bachelor’s Degree in hydrology. A Masters Degree in
hydrology shall be an added advantage.
He/she shall possess ten (10) years’ experience in irrigation/water related
assignments.
He/she must have worked on at least five (5) relevant projects within the last ten
(10) years.
He/she must be registered as a hydrologist with Ministry of Water & Irrigation.
g)
Soil Scientist
Soil Scientist shall have a BSc in Geology, Soil Science, Agriculture or any other
related discipline and a Master’s Degree in Soil Science.
He/she must have more than ten (10) years relevant experience and has conducted
soil survey for not less than eight (8) irrigation project in Kenya or African region.
h)
Agricultural Economist
The Agricultural Economist shall have a degree in Agricultural Economics or
Agriculture or any other related field and a Masters Degree in Agricultural
Economics. The person shall have more than ten (10) years relevant experience.
He/she must have handled at least three (3) irrigation projects within the last five
(5) years.
i)
Agronomist
The Agronomist shall have a degree in Agronomy, Horticulture or any agricultural
related field. He/she must have a Master’s Degree in relevant discipline. The
Agronomist must possess at least ten (10) years of relevant experience working in
Kenya or other African country with similar conditions.
j)
Environmentalist
An Environmentalist shall have a Bachelors Degree in Environmental Science, Natural
Resources, Geography or related discipline. In addition must have at least ten (10)
years relevant experience, a Masters Degree in any of the above disciplines and
must be registered with NEMA as a Lead Expert. The Environmentalist should have
conducted EIA/ ESIA studies for at least seven (7) irrigation projects in Kenya.
Experience in Development Planning will be added advantage.
k)
Sociologist
Sociologist shall have a degree in Social Sciences or any relevant field plus a Masters
Degree in any related Social Science and at least ten (10) years relevant experience
working in Kenya or any developing country.
l)
Engineering Geology expert
Engineering
Geology
expert
should
have
a
Bachelor’s
Degree
in
Civil/Agricultural/Water Engineering. A Master’s Degree in Geology or relevant field
will be an added advantage.
He/she shall possess a ten (10) years relevant professional experience.
He/she must be Registered with Engineers Board of Kenya or other relevant
professional bodies and be Computer literate.
1.7 Statement of the Duties And
Responsibilities of the Client
The PCU will be involved from the beginning of the consultancy. Project Engineers
will work closely with the consultant. Other technical officers from PCU will be
engaged in the exercise whenever necessary- at the project cost.
The PCU will be responsible to support the consultant during the period in
i. Providing field officers whenever necessary.
ii. Arranging for the necessary meetings and discussions as may be needed
iii. Providing logistic support (office space for data verification) if and when
required by the consultant.
iv. Facilitation of stakeholders meeting except the consultant’s costs.
1.8 Consultant’s Fees and Payments
The Consultant’s fees shall cover the wages and salaries of the entire staff of the
Consultant engaged on the assignment. The fees will include provision for all
supporting staff and services necessary to carry out the work, direct costs for travel,
accommodation, report production and other expenses.
The contract will be for a fixed sum and the Consultants will not claim any additional
payments to compensate for exchange rate fluctuations or price escalation and
delays in payments of not more than 90 days.
In proposing the level, timing and type of professional staff, the Consultant will take
due account of the requirements of the terms of reference and will consider all
relevant factors that affect the cost of the assignment.
Payments shall be made according to the following schedule:
-
Twenty (20) percent of the Contract Price shall be paid on the
commencement date against the submission of a bank guarantee for the
same.
-
Ten (10) percent of the contract price shall be paid upon submission and
acceptance of the Inception Report
-
Twenty Five (25) percent of the contract price shall be paid upon
submission and acceptance of the Draft Final Feasibility and ESIA Report
-
Twenty Five (25) percent of the contract price shall be paid upon
submission and acceptance of the Draft Final Design and Final ESIA
Report
-
Twenty (20) percent of the contract price shall be paid upon submission
and acceptance of the Final Design Report, Operation and Maintenance
Manual, Tender Documents and Supervision Plan.
The bank guarantee shall be released when the total payments reach fifty (50)
percent of the lump-sum amount.
The consultant is required to provide a provisional sum of Ksh 2,000,000 (Two
million) to finance the two proposed stakeholder’s workshops. This is a provisional
sum and shall be spend in part or in whole as directed by the employer.
1.9 Duration of the Assignment
It is envisaged that the assignment for the consultancy will take a total period of six
(6) months.
2.0 PHASE TWO (2) OF THE ASSIGNMENT
2.1 General Scope of the Assignment
The main assignment during this phase will be to supervise the construction works in
the scheme the consultant undertook assignment in phase one. The supervisions
works will cover:
i) The general management of the construction site to ensure the work is
completed within the stipulated project period and to the standards specified
in the design for the irrigation scheme, IWUA offices and Marketing and
grading shed.
ii) Participate in the site meetings and take minutes
iii) Prepare timely monthly progress reports
iv) Prepare work measurements on monthly basis
v) Prepare final works measurements
2.2 Assignment Schedules and Deliverables
Timely production of minutes for site meetings
 Timely monthly construction progress reports
 Monthly work measurements
 Final work measurements
2.3 Qualifications and Experience of Key Staff
The consultancy responsible for the phase two of the assignment shall appoint a
qualified Resident Engineer who will supervise the works. The resident engineer shall
be a registered engineer who participated in the design works either as the team
leader, deputy team leader, irrigation design engineer or hydraulic design engineer.
2.4 Statement of the Duties and Responsibilities of the Client
The PCU will be involved from the beginning of the consultancy. Project Engineers
will work closely with the consultant. Other technical officers from PCU will be
engaged in the exercise whenever necessary- at the project cost.
The PCU will be responsible to support the consultant during the period in

Processing payments.

Arranging for the site meetings and any other discussions as may be needed.
2.5 Consultant’s Fees and Payments
The Consultant’s fees shall cover the wages and salaries of the entire staff of the
Consultant engaged for the supervision of the construction work. The fees will
include provision for all supporting staff and services necessary to carry out the
work, direct costs for travel, accommodation, report production and other expenses.
The contract will be for a fixed sum and the Consultants will not claim any additional
payments to compensate for exchange rate fluctuations or price escalation and
delays in payments of not more than 90 days.
In proposing the level, timing and type of professional staff, the Consultant will take
due account of the requirements of the terms of reference and will consider all
relevant factors that affect the cost of the assignment.
The payments for phase two of the works shall be done on monthly installments or
as shall be agreed during negotiations and contract signing.
2.6 Duration of the Assignment
Phase one of the assignment which covers feasibility studies, designs and
preparation of tender documents is expected to take six (6) months. Phase two of
the assignment which mainly will be supervision of the actual construction work will
commence when the contractor takes over the site and is envisaged to take about
nine (9) months.
Eligibility criteria, establishment of the short-list and the selection procedure
shall be in accordance with the African Development Bank’s “Rules and
Procedures for the use of Consultants” [May 2008 Edition, Revised July
2012], which is available on the Bank’s website at http://www.afdb.org.
Interested consultants may obtain further information at the office of the
Project Coordinator, Small Scale Irrigation and Value Addition Project
(SIVAP), Hill Plaza 9th floor, Ngong Road, P.O. Box 30028, 00100 Nairobi,
KENYA during office hours (0800-1300hrs and 1400-1700hrs)
Expressions of interest must be placed in the Tender Box at Kilimo House
Ground Floor or delivered to the address below on or before Monday 3rd
April, 2017 at 11:00am and mention “Consultancy services on Feasibility
Study, Design, and Supervision of ………………Scheme………..in
………….County” Tender No MOALF/SIVAP/……./2016-2017”.
Principal Secretary,
State Department of Agriculture
Ministry of Agriculture, Livestock & Fisheries,
Kilimo House, Cathedral Road,
P.O. Box 30028-00100 Nairobi, KENYA
The EOI will be opened immediately at Kilimo House 7th Floor Conference
Room at 11:00 am, Monday 3rd April, 2017 in the presence of bidders’
representatives who chose to attend.
Project Coordinator,
For: Principal Secretary,