Cancel
Search Tenders
Back to tenders & grants page

Malawi-Mzuzu: EIB - Supervision of works

Malawi-Mzuzu: EIB - Supervision of works has been closed on 15 Feb 2017. It no longer accepts any bids. For further information, you can contact the Northern Region Water Board

Bellow, you can find more information about this project: 

General information
Donor:
Northern Region Water Board
Industry:
Construction & Engineering
Status:
Closed
Value:
Not available
Timeline
Published:
29 Dec 2016
Deadline:
15 Feb 2017
Contacts
Name:
Not available
Phone:
Not available
Email:
Not available
Description

MALAWI NRWB WATER EFFICIENCY PROJECT

REQUEST FOR EXPRESSION OF INTEREST

CONSTRUCTION SUPERVISION OF WATER SUPPLY WORKS IN MZUZU AND EKWENDENI

The Northern Region Water Board (NRWB) has applied for financing from the European Investment Bank towards the cost of the Malawi NRWB Water Efficiency Project, and intends to apply part of the proceeds for consulting services.

Procurement No: NRWB/MZUZU/C/01

Location: Mzuzu, Malawi, Africa

 1.Publication reference

NRWB/MZUZU/C/01
 2.Procedure

Restricted (with prequalification)
 3.Project title

Malawi NRWB Water Efficiency Project
 4.Financier

European Investment Bank
 5.Contracting authority

Northern Region Water Board, Mzuzu, Malawi
 6.Eligibility and rules of origin

Firms originating from all countries of the world are eligible to participate in this tender. However, the EIB shall not provide finance, directly or indirectly, to or for the benefit of, award a contract under any EIB Project to, or enter into any relationship with, an individual or entity who is subject to financial sanctions imposed by the European Union pursuant to Chapter 2 of Title V of the Treaty on European Union or article 215 of the Treaty on the Functioning of the European Union, either autonomously or pursuant to the financial sanctions decided by the United Nations Security Council on the basis of article 41 of the UN Charter.
 7.Background information

Northern Region Water Board, through the Government of Malawi, has applied for a loan from the European Investment Bank towards the funding of Malawi NRWB Water Efficiency Project, and intends to apply part of the proceeds towards the consultancy services for supervising water supply works that will be implemented in Mzuzu and Ekwendeni.
Mzuzu and Ekwendeni are two of the ten water supply systems which are managed by the Northern Region Water Board.
The source of water for Mzuzu City, Ekwendeni Town and the surrounding areas is Lunyangwa Dam (with a small amount of water supplied to Ekwendeni abstracted from Lunyangwa River in Ekwendeni). The capacity of Lunyangwa Dam (21,200 m³/day) has, however, been surpassed by the water demand currently at 24,900 m³/day. In the long term, the solution to this challenge is construction of an additional dam i.e. Lambilambi Dam.
However, being a major construction undertaking, construction of Lambilambi Dam will take a few years to be accomplished. Noting that the capacity of the existing dam is already exceeded by the water demand, there is need for quick interventions which will sustain water supply to Mzuzu City, Ekwendeni Town and the surrounding areas while funds for constructing Lambilambi Dam are being sourced and thereafter during construction of the dam. The quick interventions were already designed and are ready for construction.
It is against this background that a consultant is required to carry out construction supervision of the quick interventions.
 8.Objective and scope of the assignment

The objective of the consultancy services is to supervise a contractor so that the constructed works are of the quality specified in the technical specifications and ensure that the constructed facilities will function as per the designs. The works to be supervised will be implemented in Mzuzu and Ekwendeni and will include construction of water intake weir across Lunyangwa River, water treatment plant at Ekwendeni, water transmission pipelines, water storage tanks, pumping stations, and distribution pipelines both in Mzuzu and Ekwendeni, among others.
Before commencement of the supervision works, the Consultant is expected to take part in the procurement process of a contractor.
The full scope of the assignment is contained in the detailed Terms of Reference which will be circulated to interested consultants.
 9.Staffing requirements

The Consultant shall provide a team of experts all of whom shall be adequately qualified and experienced in their respective fields and be eligible for registration with Malawi Board of Engineers. The following is the list of the experts and the minimum required qualifications and experience:
a) Project Manager [1] - shall have at least BSc and professional experience in one of the following fields: Water Supply and Sanitation Engineering, Hydraulic Engineering or Water Resources. The Project Manager shall have at least ten [10] years relevant experience of which at least five [5] years as a Project Manager.
b) Works Supervising Engineer [1] - shall have at least BSc in Water Supply and Sanitation Engineering, Hydraulic Engineering and Water Resources Management, and ten [10] years professional experience in carrying out similar assignments.
 10.Estimated duration of the assignment

The assignment is expected to be carried out in 2 months during tendering of works, 24 months for construction supervision, and another 12 months during defects liability period.
 11.Shortlisting criteria

The NRWB 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. An interested firm will be shortlisted if it is technically competent, has professional capacity, and is financially capable.
a. Technical competency
The applicant (individual company or consortium altogether) will be considered to be technically competent if it has successfully completed, during the last 5 years (1st January 2012 to the submission deadline of the expressions of interest indicated in item 13), at least two similar assignments, each of a minimum value of €480,000 equivalent, and the applicant should demonstrate that it had a participation of at least 60% of the person-months in each of the presented reference assignments.
Evidence in a form of a statement from a client and a copy of signed agreement must be submitted.
“Similar assignments” mean assignments covering activities of the type described in item 8 - Objective and scope of the assignment.
Only the assignments for which the applicant was legally contracted by a client (as individual contractor or as member of a consortium) should be presented as references. The assignments referenced could have started before, but must have been completed (i.e. final payment made by the Client), during the period 1st January 2012 to the submission deadline of the tenders. The applicant may refer to a part of an assignment which is not yet completed, but that a particular part is successfully completed and its date of completion and the applicant’s contribution are clearly identified and proven through adequate documentary evidence (such as certificates from the client). Where the assignments referenced have been implemented by consortia comprising two or more of the members now associated as a consortium for this tender procedure, their individual percentages shall be cumulated, so that the application is assessed on the basis of the applicant consortium as a whole. Note that reliance on the experience of another entity (natural or legal person) for the purposes of this criterion will not be considered appropriate by the Contracting Authority, regardless of the relationship the applicant has with that third party entity.
b. Professional capacity
At least 60% of the staff proposed to work on the assignment (from individual company or consortium) must have been permanent staff for at least the last two years (2015 and 2016).
c. Financial capability
The average annual turnover of the applicant (individual company or consortium overall) must be of at least €1.2 million for each of the last two years i.e. 2014 and 2015 or 2015 and 2016 depending on the closing dates of the applicable financial years. Signed audited financial statements from which the turnover amounts are extracted must be submitted.
The number of consultants to be short-listed is 6. If only 3-5 applicants satisfy the selection criteria, the shortlist will consist of 3-5 consultants. On the other hand, if more than 6 applicants meet the selection criteria, the relative strengths and weaknesses of the applications will be re-examined to identify the six best applications for the tender procedure. The only factors which will be taken into consideration during the re-examination are, in order of precedence:
1. The number of presented reference assignments which comply with the criterion 11(a) above.
2. In case of competition between two or more applicants having the same number of compliant reference assignments as per additional criterion 1 above, the number of such compliant references which have been implemented in the SADC countries shall be considered.
It should be noted that the selection criteria will be assessed on a pass/fail basis.
 12.Selection of Consultant

The consultant will be selected in accordance with procedures set out in the European Investment Bank’s Guide to Procurement for Projects Financed by EIB (2011).
 13.Address and deadline for submission of expressions of interest

The expressions of interest should be delivered to:
The IPC Chairman, Northern Region Water Board, Off Mzuzu-Lilongwe road, Bloemwater Street, Kawiluwilu House, Room No. 6 (Chief Executive Officer’s Secretary), Private Bag 94, Mzuzu, MALAWI
on or before 15th February 2017 at 14:00 hours Malawi time at which time they will be opened in the presence of the bidders who wish to attend. Electronic bidding shall not be permitted.
Any tender received by the Contracting Authority after this deadline will not be considered.
 14.Address for clarifications

The IPC Chairman, Northern Region Water Board, Private Bag 94, Mzuzu, MALAWI
Attention : Mr T.C. Mtegha (IPC Chairman)
Telephone: (265) 888 823 140
Facsimile: (265) 1 310 082
E-mail: tmtegha@nrwb.org.mw & tmtegha@yahoo.com
 15.Address for opening of expressions of interest

Northern Region Water Board, Off Mzuzu-Lilongwe road, Bloemwater Street, Kawiluwilu House, Boardroom
Featured tenders

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now