Download as pdf or txt
Download as pdf or txt
You are on page 1of 8

Southern African Development Community (SADC)

German Financial Cooperation with Southern African Development Community (SADC) Republic of Angola & Republic of Namibia KfW Entwicklungsbank

Kunene Transboundary Water Supply Project


(BMZ-No. 2006 65 638)

Invitation for Expression of Interest

for

Consulting Services for the Design Review, Review of Tender Documents, Tendering and Supervision of Project Implementation
(Implementation Consultant)

SADC Water Division, Gaborone, Botswana

June 2012
PQ-Notice - Kunene-20120611-e-final Page 1 of 8

INVITATION FOR EXPRESSION OF INTEREST


1. The Project-Executing Agency (PEA, 2) hereby invites qualified independent consultants to submit a prequalification document for consulting services required (see 3). Funds have been earmarked for this project by the German bilateral Financial Cooperation, provided through KfW development bank. 2. The Project-Executing Agency: SADC Water Division Phera Ramoeli, Senior Water Programme Manager Private Bag 0095 Gaborone, Botswana Tel +267 315 3000/4 Fax +267 392 4099 Email: PRamoeli@SADC.int 3. Description of the Project: The Kunene Transboundary Water Supply Project (KTWSP) is a Southern Africa Development Community (SADC) Pilot Project under the Regional Strategic Water Infrastructure Development Programme (RSWIDP). The objective of this project is the assistance to the Permanent Joint Technical Commission on Kunene River (PJTC) for the implementation of a Transboundary Water Supply Project in Angola and Namibia, in order to improve the water supply situation in the Kunene Province of Angola and the Northern Provinces of Namibia. The project will comprise investment measures for rehabilitation and extension of the existing water transport system in Angola and Namibia in order to provide drinking water for about 150,000 inhabitants in the Project Provinces. The proposed measures will involve the water production at Kunene River, the raw water transmission from Angola to Namibia and treated water from Namibia to Angola or back from Angola to Namibia, the development and rehabilitation of water supply as well as basic sanitation infrastructure for communities and towns along the border between the two countries. The Project is financed in part by the German Government trough KfW and GIZ, while the Governments of Angola and Namibia provide the balance of the funds. The Project is on the end of the detailed design stage (including the tender documents). The construction is expected to commence in the first quarter of 2013 and should be completed by the end of 2014. The Objective of the Consultancy is design review, tendering, contracting and supervision of works of the following project components: a) Calueque (Angola): Calueque town water supply system for 3,580 inhabitants in 2019, including: 5.1 km of network 110 House connections 8 public taps in 4 locations Treatment plant with 18 m3/h Elevated tank with 450 m3. Transfer system: canal repair and construction of new off-takes. Transfer system: main pipe repair works (steel 1600 mm). Pump station: repair and upgrade of works. with an option for the other components (eventual time-delayed):
PQ-Notice - Kunene-20120611-e-final Page 2 of 8

b) Santa Clara Namakunde Omupanda (Angola): Santa Clara water supply system for 14,950 inhabitants in 2019, including: 13.1 km of network 585 house connections 21 public taps in 12 locations 2 elevated tanks with 109 m3 2 ground level reservoirs with 2.000 m3 and 409 m3 1 pump station. Namakunde water supply system for 8,050 inhabitants in 2019, including: 6.9 km of network 195 house connections 8 public taps in 6 locations 1 elevated tank with 109 m3 1 ground level reservoirs with 407 m3 1 pump station. Furthermore along the main pipeline Santa Clara-Ondjiva, water supply system for 3,580 inhabitants in 2019, including: 4 standposts with 1 elevated tank each 8 public taps in 4 locations 5 house connections in Omupanda Functional tests and repair works on the main pipeline. c) Conveyor Line Oshakati - Santa Clara (Namibia): pipeline construction including pump stations & rehabilitation/upgrading of existing pump stations. Rehabilitation, extension / new construction of 4 pump stations in Namibia: Oshakati-to-Omakango PS in Oshakati: 3 + 1 pumps, max. 450 m3/h at 6.5 bar Indangungu-to-Omakango PS in Indangungu: 2 + 1 pumps, max. 90 m3/h at 6 bar Omakango-to-Omafo PS in Omakango: 3 + 1 pumps, max. 489 m3/h at 6 bar Omafo-to-Oshikango/Santa Clara PS in Omafo: 2 + 1 pumps, max. 147 m3/h at 6 bar Adaptation of the controls of the Oshakati-to-Ondangwa PS in Oshakati Pipe-laying of rd. 50 km of pipelines PVC 200-300 mm: approx. 21.7 km Indangungu-Omakango approx. 19.2 km Omakango-Omafo approx. 8.8 km Omafo-Santa Clara Extra storage capacity of 2020 m3 in Santa Clara. Redesign of reservoirs and pump stations on the Santa Clara PS site due to needs of the new water reticulation system and the needs for flood protection on this site. Consultancy services required: a. Design review & review of Tender Documents (Documents will be provides by PJTC). b. Assistance to PJTC with tender evaluation and contract award. c. Supervision of construction and checking of existing systems.
PQ-Notice - Kunene-20120611-e-final Page 3 of 8

d. Monitoring and reporting of technical and financial results. e. Review and finalisation of the sanitation, hygiene and public health support programme concept (assistance on improved latrines, community sanitation blocks, and awareness campaigns). 4. Services are to be provided by a team comprising of international and local long-term (e.g. in the fields of water supply, sanitation, electro-mechanics, tendering and contracting, WASH, etc.), international and local short-term (e.g. in the fields of water supply, sanitation, electro-mechanics, tendering and contracting, WASH, etc.) and other professional and administrative support staff. Efficient management and backstopping services shall be made available. 5. Consultants are free to associate themselves with other firms to ensure that all required know-how and experience are available to them. 6. The prequalification document in English and Portuguese shall have the following structure and content and shall be presented in the same sequence as shown below: Covering Letter, comprising the firms name, address, contact person, telephone, fax and email if applicable mention the association for this project. Presentations of firms (maximum 10 pages for each of the partner firm), inclusive clear statements of type, property and key task of the association, if applicable. Statements and Declarations: Declaration of submitting a proposal in case of being short-listed; Statement on affiliations of any kind with other firms, which may present a conflict of interest in providing the envisaged services. In case of an association the intended contractual arrangement with international and local firms, nominating the lead consultant and including letters of intent of participating firms (in case of local partners a fax copy of such letter of intend is sufficient). Declaration to observe the highest standard of ethics during execution of the contract. Applicants should be aware that any fraudulent or corrupt activities disqualify them immediately from participation in the selection process and will be subject to further legal investigation. The said declaration shall be submitted and duly signed according to the following form: Declaration of Undertaking We underscore the importance of a free, fair and competitive procurement process that precludes abusive practices. In this respect we have neither offered nor granted directly or indirectly any inadmissible advan-tages to any public servant or other person nor accepted such advantages in connection with our bid, nor will we offer or grant or accept any such incentives or conditions in the present procurement process or, in the event that we are awarded the contract, in the subsequent execution of the contract. We also declare that no conflict of interest exists in the meaning of the kind described in the pertinent Guidelines1. We also underscore the importance of adhering to minimum social standards ("Core Labour Standards") in the implementation of the project. We undertake to comply with the Core Labour Standards ratified by the country of @ (name of country). We will inform our staff about their respective obligations and about their obligation to fulfil this declaration of undertaking and to obey the laws of the country of @ (name of country).
See "Guidelines for the Assignment of Consultants in German Financial Cooperation" and "Guidelines for the Award of Contracts for Supplies and Services in German Financial Cooperation" (http://www.kfw-entwicklungsbank.de/ebank/EN_Home/ I/Download_Center/Overview_Publications/Guidelines/index.jsp). PQ-Notice - Kunene-20120611-e-final Page 4 of 8
1

We also declare that our company/all members of the consortium has/have not been included in the list of sanctions of the United Nations, nor of the EU, nor of the German Government, nor in any other list of sanctions and affirm that our company/all members of the consortium will immediately inform the client and KfW if this situation should occur at a later stage. We acknowledge that, in the event that our company (or a member of the consortium) is added to a list of sanctions that is legally binding upon the client and/or KfW, the client is entitled to exclude our company/the consortium from the procurement procedure and, if the contract is awarded to our company/the consortium, to terminate the contract immediately if the statements made in the Declaration of Undertaking were objectively false or the reason for exclusion occurs after the Declaration of Undertaking has been issued. .............................. (Place) ................... (Date) ................................ (Name of company) ................................... (Signature(s))

Certified statement of financial capacity of the lead consultant and all associated partners showing the necessary turnover of more than 2.0 Mio EUR. (Balance sheet, statement of turnover or annual tax statement or profit and loss account all of the last three years). Evidence of financial resources: Certified statement of financial capacity of the lead consultant and all associated partners within the last three years (Balance sheets and profit and loss accounts of the last three years) and recent confirmation of total credit line / guarantee limit given by companys principal bank. Moreover, a Declaration of Annual Turnover and Net Income of the last three years. List of project references carry out as Annex 1 (EU-Format) covering the period between 2006 and 2011 and strictly related to the envisaged services (maximum 15 references and at least 3 references of each partner). Brief CVs on personnel proposed for backstopping and home office support. List of available personnel structure for the envisaged services with information about education, professional experience, regional experience, years with firm, specific project-related experience and experience in similar posts. This list shall allow a profound judgement on the consultants general ability to provide the required personnel having the specific experience for the project in case of an offer (Annex 2). Personal belongs to the firm or have a long cooperation gets more points Interested consultants are requested to submit concise and clear, but substantial documents and to adhere to the above structure. Non-compliance with this invitation or faulty information shall lead to non-qualification. Any surplus of information not specific to the material requested will be penalized. 7. The prequalification proposal shall be submitted in one original and one copy (in English & Portuguese language) to the Tender Agent and three copies (in English & Portuguese language) shall be submitted to SADC latest by the date indicated in the advertisement. a. 1 original set (clearly marked ORIGINAL) and 1 copy (clearly marked COPY) (in English & Portuguese language) shall be submitted to the Tender Agent not later than 18.07.2012, 10:00 am, German time. Reinhold Frank Tender Agent Weinbergstr. 35 D-67551 Worms Germany Tel: +49 (6241) 20 541-0 Fax: +49 (6241) 20 541-1 Email: info@infrasys.de
PQ-Notice - Kunene-20120611-e-final Page 5 of 8

b. 3 copies (in English & Portuguese language) shall be submitted to SADC not later than 18.07.2012, 10:00 am, German time: Phera Ramoeli, Senior Water Programme Manager SADC Water Division Private Bag 0095 Gaborone, Botswana Tel +267 315 3000/4 Fax +267 392 4099 Email: PRamoeli@SADC.int In case of discrepancies between the English and Portuguese version, the English version will prevail. No late submission will be accepted. 8. One further copy (in English & Portuguese language) of the prequalification proposal shall be submitted to KfW not later than 18.07.2012, 10:00 am, German time: KfW Development Bank Att. Mr. Gerald Khnemund LII b/4 Palmengartenstrasse 5-9 D- 60325 Frankfurt am Main Germany Tel.: +49 (69) 7431 9971 Fax : +49 (69) 7431 3748 Email: gerald.kuehnemund@kfw.de 9. All cost for a site visit, obtaining information/data and preparation/submission of the prequalification document, meetings, negotiations, etc. in relation with the prequalification or the subsequent proposal shall be borne by the consultants. 10. At any time, the Tender Agent either at its own initiative or in response to clarifications requested by an interested consultant may clarify this invitation. Clarifications regarding the above invitation should be addressed in writing (fax or email) the latest two (2) weeks before submission to the Tender Agent with an electronic copy to SADC. Such information shall be sent in writing by facsimile or email to all parties, which have informed the Tender Agent about their participation. 11. It is planned to establish a short-list of not more than five (5) prequalified consultants not later than four (4) weeks after the submission date and to invite technical and financial proposals from these consultants. 12. The evaluation procedure for the prequalification process will follow the latest version of theGuidelines for Assignment of Consultants in Financial Co-operation Projects (refer to homepage of KfW development bank http://www.kfw-entwicklungsbank.de/ ebank/EN_Home/I/Download_Center/Overview_Publications/Guidelines/index.jsp). Only financially capable firms which have submitted the necessary statements (see 6 iii) satisfying the set conditions will be evaluated. Specific evaluation criteria and their individual weight are presented in the following table:

PQ-Notice - Kunene-20120611-e-final

Page 6 of 8

Criteria 1. Evidence of relevant experience gained by consultants during the past 10 years (experience of the firm) 1.1 Experience in handling similar projects (water supply system including treatment station, house connections & public taps, canal off-takes, main pipe repair works, reservoirs & water towers, pipeline construction including pump stations & rehabilitation/upgrading of existing pump stations) 1.2 Experience under various working-conditions in developing countries preferably in the water supply and sanitation sector 1.3 Experience with working-conditions in SADC Region preferably in the water supply and sanitation sector Suitability for this specific project (experience of the available experts) 2. 2.1 Assessment of available technical expertise specific to this project (design review, review of tender documents, supervision of projects and particularly supervision of water supply and sanitation measures as well as support to sanitation and public health) 2.2 Assessment of the personnel structure in regard to the tasks expected (total personnel) including engaged local consultants 2.3 Assessment of the key personnel in permanent employment and always available to monitor the team and provide back-up services from the home office (based on CVs of backstopping and monitoring personnel) 2.4 Form of the application documents: Are they complete, concise and related to the project?

Maximum Score 40 25

10 5 60 25

15 10 10

13. After having completed the evaluation of the prequalification documents, a short-list consisting of five highest ranked Consultants or less scoring a minimum of 70 points will be established. Short-listed firms will be invited to submit a technical and financial proposal; firms not prequalified will be informed accordingly. 14. SADC is not bound to select any consultant. 15. The preparation and the submission of the prequalification document is the responsibility of the applicant and no relief or consideration can be given for errors and omissions. 16. After opening the prequalification documents until preparation of the short-list of the qualified consultants, no communication of any type shall be entertained unless called for by the Tender Agent.

PQ-Notice - Kunene-20120611-e-final

Page 7 of 8

Annex
Annex 1: Sample of List of project references
Please complete a table using the format below to summarize the major relevant projects related to this project carried out in the course of the past 5 years by the legal entity or entities making this application. The number of references to be provided must not exceed 15 for the entire application. Ref No
Name of legal entity Country Project title Overall project value (EUR) Proportion carried out by candidate (%) No of staff provided Name of client Origin of funding Dates (start/end) Name of partners if any

Detailed description of project

Type of services provided

Annex 2: Sample of List of available personnel structure


Name Birth Year Professional Experience (y) Employment with Company (y) Professional Education Position / Function within Company (y) Project Related Experience / Experience in Similar Posts Regional Experience Languages

Note: Only the Consultants key staff and permanent professional staff as well as long-term associates shall be included in the list. The Consultant is not bound to the above format and may use his standard staff lists. However, the information provided should at least include the items specified above.

PQ-Notice - Kunene-20120611-e-final

Page 8 of 8

You might also like