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