Busca

Expression of Interest for Capacity Building Needs Assessment (EXPIRED)

Solicitação de expressões de interesse

Informação Geral

Quênia
   NAIROBI
   KETRACO/PT/021/2023
   8 de Ago, 2023
31 de Ago, 2023
  
KENYA - KENYA ELECTRICITY TRANSMISSION COMPANY LIMITED
   Expressions of Interest for Consulting Services for Capacity Building Needs Assessment

Tender No.: KETRACO/PT/021/2023

Link - http://discovery.ariba.com/rfx/17034658

Expressions of Interest for Consulting Services for Capacity Building Needs Assessment
Tender No.: KETRACO/PT/021/2023
The Government of Kenya has received financing from Agence Française de Développement ("AFD") and intends to use part of the funds thereof for payments under the following project: Consulting Services for Capacity Building Needs Assessment.
The Services of the consultant shall consist of, but not limited to:
• Carry out a training needs assessment on operations and maitenance of the transmission network and operation of the National System Control Centre (NSCC) for KETRACO staff in operations and Maintenance directorate, taking into account existing capacity building programs and identifying gaps to be adressed;
• Carry out a capacity building needs assessment and training needs assessment in design and standardization of transmission system, HVAC live line wor and maintenance of substation equipment;
• Design and develop the detailed training content and plan for the identified training needs.
• Develop the training program/time schedule.
• Develop the training budget for the identified training needs.
• Prepare and submit the training recommendations report;
• Realize a diagnosis of the Human Resources (HR) management system within Ketraco (organization, HR monitoring tools, etc.) to ensure long-term alignment of the training plan with the foreseen structure’s needs.
• Carry out a Gender Assessment at corporate level (analysis of Gender Policy and gender programs, gender data gathering and analysis);
The duration of the assignment is expected to be one year (1) year during which the consultant is expected to provide the services for a combined period of approximately 3 calendar months
KETRACO hereby invites Applicants to show their interest in delivering the Services described above.
This Request for Expressions of Interest is open to Consulting firms.
Eligibility criteria to AFD financing are specified in sub-clause 1.3 of the "Procurement Guidelines for AFD-Financed Contracts in Foreign Countries", available online on AFD’s website: http://www.afd.fr.
The Applicant shall submit only one application, either in its own name or as a member of a Joint Venture (JV). If an Applicant (including any JV member) submits or participates in more than one application, those applications shall be all rejected. However, the same Subconsultant may participate in several applications.
If the Applicant is a JV, the expression of interest shall include:
− a copy of the JV Agreement entered into by all members,
or
− a letter of intent to execute a JV Agreement, signed by all members together with a copy of the Agreement proposal,
In the absence of this document, the other members will be considered as Subconsultants.
Experiences and qualifications of Subconsultants are not taken into account in the evaluation of the applications.
Interested Applicants must provide information evidencing that they are qualified and experienced to perform those Services. For that purpose, documented evidence of recent and similar services shall be submitted in form of either extracts of contracts and/or letters from clients indicating the project has been completed. Only completed projects will be considered.
2
A Determination of the similarity of the experiences will be based on:
A.1 The contracts size: Implementation of at least three (3) capacity building programme design projects of at least 150,000 (Hundred and fifty thousand) Euros in total project cost within the last Ten (10) years;
A.2 The nature of the Services: At least two (2) Capacity Building Assessment and Skills Management Assessment contracts within the last ten (10) years;
A.3 The technical area and expertise:
A.3.1 At least 15 years of experience and having been involved in structured operation & maintenance of transmission lines and substations
A.3.2 At least 8 years of experience in HR management, structures organization and skills development
A.3.3 At least 3 years of experience in gender assessment and social surveys
A.3.4 Experience in a similar assignment carried out in the last 5 years, supported by references of completed assignments.
B The Client will also take into account for the evaluation of the applications the following items:
B.1 The location: experience in sub-saharan Africa;
B.2 Skills and availability of in-house technical back-up experts provided to the on-site experts;
B.3 Local representatives/partners;
B.4 Quality assurance procedures and certifications of the Applicant:
B.4.1 environmental and social certification
B.4.2 ISO 9001 (Quality Management Systems) certification or other internationally recognized equivalent
B.4.3 ISO 45001(Occupational Health and Safety) certification or other internationally recognized equivalent
Among the submitted applications, KETRACO will shortlist a maximum of six (6) Applicants, to whom the Request for Proposals to carry out the Services shall be sent.
The Expressions of Interest must be submitted physically in triplicate (one original and two copies) to the address below no later than 31st August 2023 at 1000 hours EAT. The Expressions of Interest must be clearly labelled and the Tender No. indicated on the surface.
Senior Manager, Supply Chain
Attn: Peter Njehia
Kenya Electricity Transmission Company Limited (KETRACO)
2nd Floor, KAWI Complex, Block B
Popo Road, off Red Cross Road, South C
P.O Box 34942 – 00100 Nairobi, Kenya
Telephone:+254719018000
Email: gngugi@ketraco.co.ke; pnjehia@ketraco.co.ke
A digital signature shall be acceptable for JV agreements or letters of intent to execute a JV agreement. However, the Expressions of Interest and all other documents require an original signature signed by the lead consultant. The person who will sign the application on behalf of the applicant shall attach a power of attorney from the applicant.
All applicants must submit their application along a signed and unaltered ‘Statement of Integrity, Eligibility and Environmental and Social Responsibility’ which is available on the KETRACO website: https://www.ketraco.co.ke/procurement/tenders/open-tenders.
Interested Applicants may obtain further information at the address below during office hours 0730 to 1630 hours EAT:
Manager, SCADA and Telecommunications
Attn: Eng George Ngugi
Kenya Electricity Transmission Company Limited (KETRACO)
5th Floor, KAWI Complex, Block B
Popo Road, off Red Cross Road, South C
P.O Box 34942 – 00100 Nairobi, Kenya
Telephone:+254719018000
Email:gngugi@ketraco.co.ke;
3
Appendix to The Request for Expressions of Interest (To be sumitted with the application, signed and unaltered)
Statement of Integrity, Eligibility and Environmental and Social Responsibility
Reference of the bid or proposal ______________________________________ (the "Contract")
To: ___________________________________________________ (the "Contracting Authority")
1. We recognise and accept that Agence Française de Développement ("AFD") only finances projects of the Contracting Authority subject to its own conditions which are set out in the Financing Agreement which benefits directly or indirectly to the Contracting Authority. As a matter of consequence, no legal relationship exists between AFD and our company, our joint venture or our suppliers, contractors, subcontractors, consultants or subconsultants. The Contracting Authority retains exclusive responsibility for the preparation and implementation of the procurement process and performance of the contract. The Contracting Authority means the Purchaser, the Employer, the Client, as the case may be, for the procurement of goods, works, plants, consulting services or non-consulting services.
2. We hereby certify that neither we nor any other member of our joint venture or any of our suppliers, contractors, subcontractors, consultants or subconsultants are in any of the following situations:
2.1 Being bankrupt, wound up or ceasing our activities, having our activities administered by the courts, having entered into receivership, reorganisation or being in any analogous situation arising from any similar procedure;
2.2 Having been:
a) convicted, within the past five years by a court decision, which has the force of res judicata in the country where the Contract is implemented, of fraud, corruption or of any other offense committed during a procurement process or performance of a contract (in the event of such conviction, you may attach to this Statement of Integrity supporting information showing that this conviction is not relevant in the context of this Contract);
b) subject to an administrative sanction within the past five years by the European Union or by the competent authorities of the country where we are constituted, for fraud, corruption or for any other offense committed during a procurement process or performance of a contract (in the event of such sanction, you may attach to this Statement of Integrity supporting information showing that this sanction is not relevant in the context of this Contract);
c) convicted, within the past five years by a court decision, which has the force of res judicata, of fraud, corruption or of any other offense committed during the procurement process or performance of an AFD-financed contract;
2.3 Being listed for financial sanctions by the United Nations, the European Union and/or France for the purposes of fight-against-terrorist financing or threat to international peace and security;
2.4 Having been subject within the past five years to a contract termination fully settled against us for significant or persistent failure to comply with our contractual obligations during contract performance, unless this termination was challenged and dispute resolution is still pending or has not confirmed a full settlement against us;
4
2.5 Not having fulfilled our fiscal obligations regarding payments of taxes in accordance with the legal provisions of either the country where we are constituted or the Contracting Authority's country;
2.6 Being subject to an exclusion decision of the World Bank and being listed on the website http://www.worldbank.org/debarr (in the event of such exclusion, you may attach to this Statement of Integrity supporting information showing that this exclusion is not relevant in the context of this Contract);
2.7 Having created false documents or committed misrepresentation in documentation requested by the Contracting Authority as part of the procurement process of this Contract.
3. We hereby certify that neither we, nor any of the members of our joint venture or any of our suppliers, contractors, subcontractors, consultants or subconsultants are in any of the following situations of conflict of interest:
3.1 Being an affiliate controlled by the Contracting Authority or a shareholder controlling the Contracting Authority, unless the stemming conflict of interest has been brought to the attention of AFD and resolved to its satisfaction;
3.2 Having a business or family relationship with a Contracting Authority's staff involved in the procurement process or the supervision of the resulting Contract, unless the stemming conflict of interest has been brought to the attention of AFD and resolved to its satisfaction;
3.3 Being controlled by or controlling another bidder or consultant, or being under common control with another bidder or consultant, or receiving from or granting subsidies directly or indirectly to another bidder or consultant, having the same legal representative as another bidder or consultant, maintaining direct or indirect contacts with another bidder or consultant which allows us to have or give access to information contained in the respective applications, bids or proposals, influencing them or influencing decisions of the Contracting Authority;
3.4 Being engaged in a consulting services activity, which, by its nature, may be in conflict with the assignments that we would carry out for the Contracting Authority;
3.5 In the case of procurement of goods, works or plants:
a) Having prepared or having been associated with a consultant who prepared specifications, drawings, calculations and other documentation to be used in the procurement process of this Contract;
b) Having been recruited (or being proposed to be recruited) ourselves or any of our affiliates, to carry out works supervision or inspection for this Contract.
4. If we are a state-owned entity, and to compete in a procurement process, we certify that we have legal and financial autonomy and that we operate under commercial laws and regulations.
5. We undertake to bring to the attention of the Contracting Authority, which will inform AFD, any change in situation with regard to points 2 to 4 here above.
6. In the context of the procurement process and performance of the corresponding contract:
6.1 We have not and we will not engage in any dishonest conduct (act or omission) deliberately indented to deceive others, to intentionally conceal items, to violate or vitiate someone's consent, to make them circumvent legal or regulatory requirements and/or to violate their internal rules in order to obtain illegitimate profit;
6.2 We have not and we will not engage in any dishonest conduct (act or omission) contrary to our legal or regulatory obligations or our internal rules in order to obtain illegitimate profit;
6.3 We have not promised, offered or given and we will not promise, offer or give, directly or indirectly to (i) any Person who holds a legislative, executive, administrative or judicial mandate within the State of the Contracting Authority regardless of whether that Person was nominated or elected, regardless of the permanent or temporary, paid or unpaid nature of the position and regardless of the hierarchical level the Person occupies, (ii) any other Person who performs a public function, including for a State institution or a State-owned company, or who provides a public service, or (iii) any other person defined as a Public Officer by the national laws of the Contracting Authority’s country, an undue
5
advantage of any kind, for himself or for another Person or entity, for such Public Officer to act or refrain from acting in his official capacity;
6.4 We have not promised, offered or given and we will not promise, offer or give, directly or indirectly to any Person who occupies an executive position in a private sector entity or works for such an entity, regardless of the nature of his/her capacity, any undue advantage of any kind, for himself or another Person or entity for such Person to perform or refrain from performing any act in breach of its legal, contractual or professional obligations;
6.5 We have not and we will not engage in any practice likely to influence the contract award process to the detriment of the Contracting Authority and, in particular, in any anti-competitive practice having for object or for effect to prevent, restrict or distort competition, namely by limiting access to the market or the free exercise of competition by other undertakings;
6.6 Neither we nor any of the members of our joint venture or any of our suppliers, contractors, subcontractors, consultants or subconsultants shall acquire or supply any equipment nor operate in any sectors under an embargo of the United Nations, the European Union or France;
6.7 We commit ourselves to comply with and ensure that all of our suppliers, contractors, subcontractors, consultants or subconsultants comply with international environmental and labour standards, consistent with laws and regulations applicable in the country of implementation of the Contract, including the fundamental conventions of the International Labour Organisation (ILO) and international environmental treaties. Moreover, we shall implement environmental and social risks mitigation measures when specified in the environmental and social commitment plan (ESCP) provided by the Contracting Authority.
7. We, as well as members of our joint venture and our suppliers, contractors, subcontractors, consultants or subconsultants authorise AFD to inspect accounts, records and other documents relating to the procurement process and performance of the contract and to have them audited by auditors appointed by AFD.
Name: _________________________ In the capacity of: _________________________________
Duly empowered to sign in the name and on behalf of1: ____________________________________
Signature: _______________________________________________________________________
Dated: __________________________________________________________________________
1 In case of joint venture, insert the name of the joint venture. The person who will sign the application, bid or proposal on behalf of the applicant, bidder or consultant shall attach a power of attorney from the applicant, bidder or
   Inglês
   Licitação internacional
   publicado: 8 de Ago, 2023

Informação para contato

   George Ngugi
Manager, SCADA &Telecoms
Kenya Electricity Transmission Company Limited
KENYA ELECTRICITY TRANSMISSION COMPANY LIMITED
34942
NAIROBI, NAIROBI 00100
Quênia
   + 254 719018000
   Clique aqui
   http://www.ketraco.co.ke

Tarefas

Electricidade, aquecimento, energia solar e nuclear

Documentos de licitação e anexos

 
  • Solicitação: Expression of Interest for Capacity Building Needs Assessment (138 KB; 8 de Ago, 2023)
     Download documentos

Texto original

Favor notar que este aviso é somente para sua informação.
Tentamos o melhor possivel ter informações corretas e atuais disponíveis no nosso web site, porêm não podemos garantir que toda informação esteja sem erros.
Se você tiver alguma sugestão de atualizações/correções para este aviso, favor entrar em contato.