UTUMISHI

REQUEST FOR EXPRESSIONS OF INTEREST (CONSULTING SERVICES – FIRMS SELECTION) PROJECT NAME: TANZANIA SECOND WATER SECTOR SUPPORT PROJECT (WSSP-II)

WhatsApp
Twitter
Email
LinkedIn
Instagram

ASSIGNMENT TITLE: Consultancy Services for the Assessment of Feasibility, Design and Construction Supervision of a Managed Aquifer Recharge (MAR) system to increase Water Resilience of the City of Dodoma.

REFERENCE NO.: ME-011/WB-WSSP-P150361/328245/2022/23/C/19

  1. This request for expression of interest follows the General Procurement Notice for the project that appeared in the United Nations Development Business; Issue No. WB5803 – 12/16 of December 21, 2016.
  2. The Government of Tanzania has obtained an IDA Credit (US$225 Million) for the Second Water Sector Support Project (SWSSP) and part of the proceed would be used for proposed Consultancy Services for the Assessment of Feasibility, Design and Construction Supervision of a Managed Aquifer Recharge (MAR) system to increase Water Resilience of the City of Dodoma. The Project shall be implemented by the Ministry of Water (MoW).
  3. The consulting services (“the Services”) are likely to include, but not limited to:

3.1 Delineation of the recharge areas for the Makutupora aquifer and collection of data, identification of interventions;

3.2 Analysis of alternatives and feasibility Studies for interventions to enhance the recharge in the Makutupora Aquifer and improving management of the Makutupora Aquifer. This would include, but not limited to the following activities:

3.2.1 Identify 3 potential options for MAR techniques (potentially cumulated) to enhance recharge and estimated for each the expected gain in volumes and operational costs (including technical skills); 3.2.2 Identify potential aquifers in the vicinity of Dodoma City;

3.2.3 Improvement of Makutupora pumping system.

3.3 Selection of chosen options and elaboration of feasibility studies.

3A Preparation of Environmental Assessment and Environmental Management Plan, Social Impact
Assessment and Resettlement Action Plan and Environmental and Social Management Plan (ESMP)

3.5 Determine Cost Estimates, (Benefits and Economic and Financial Analysis) and Operation and Maintenance (O&M)- Cost Recovery and Water Tariff)

3.6 Preparation of detailed designs and preparation of bidding documents for proposed interventions 3.7 Supervision of construction works, including enhancement, recharge and drilling.

4. The MoW 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:

4.1 Core business and years in business.

At least fifteen years of experience in development, design, and construction supervision of groundwater development and management projects as a core business, should have expertise in Ground Water, Environment management, health and safety and site management of Managed Aquifer Recharge;

4.2 Relevant particular experience, which should specifically include: –

4.2.1 Experience in Consultancy services related to enhanced aquifer recharge or MAR systems; and

4.2.2 Experience in aquifer mapping, geophysical survey, groundwater assessment and management, detailed design and preparation of tender document of groundwater studies of similar nature and complexity.

4.3 Experience of having worked in similar geological environment

4.4 Technical and Managerial capability of the firm. (Provide only the structure of the organization, general qualifications and number of key staff. Do not provide CV of the staff. Experts will not be evaluated at the shortlisting stage.

5 The attention of interested Consultants is drawn to paragraph 1.9, 1.10 of the World Bank’s Procurement Guidelines for Selection and Employment of Consultants under IBRD Loans and IDA Credits & Grants by World Bank Borrowers, setting forth the World Bank’s policy on conflict of interest and unfair competitive advantage.

6 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. For firms participating in JV, each member of JV should independently meet the requirement of Eol criteria. For firms participating as Association of lead and sub consultant, only the experience and qualification of lead firm will be assessed as per Eol criteria.

7 A Consultant will be selected in accordance with the procedures set out in the World Bank Guidelines: “Selection and Employment of Consultant by World Bank” dated January, 2011 revised July, 2014.

8 Interested consultants may obtain further information at the address below during office hours from 8:00 to 15:30 hours, Monday to Fridays inclusive, except on public holidays. Further information including Terms of Reference (TOR) are also available at www.maji.go.tz, go to document depository – WSSPII.

9 Expression of Interest marked “CONSULTANCY SERVICES FOR THE ASSESSMENT OF FEASIBILITY, DESIGN AND CONSTRUCTION SUPERVISION OF A MANAGED AQUIFER RECHARGE (MAR) SYSTEM TO INCREASE WATER RESILIENCE OF THE CITY OF DODOMA” should be delivered in a written form to the address below (in person, or by courier) by 20th March 2023 on or before 11:00 hour’s local time.

10 Electronic Submission is not allowed.

Physical Address is: The Secretary Ministerial Tender Board Ministry of Water, Kolon Building adjacent to DUWASA Head office, PMU Offices, Chimwaga Road, 40473 Dodoma, Tanzania E-mail: [email protected]

WhatsApp
Twitter
Email
LinkedIn
Instagram

Related