MINISTRY OF WORKS AND HOUSING

GREATER ACCRA RESILIENT AND INTEGRATED DEVELOPMENT PROJECT

(IDA CREDIT No. 64100 GH)

 

Consulting Services for Identification of Potential Funding Partners and Sources Preparation of Funding Proposals and Staff Training

 

REQUEST FOR EXPRESSIONS OF INTEREST

(CONSULTING SERVICES – FIRMS SELECTION)

 

Reference No. GH-MWH-401070-CS-CQS

The Ministry of Works and Housing (MWH) has received financing from the World Bank toward the cost of the Greater Accra Resilient and Integrated Development Project and intends to apply part of the proceeds for consulting services.

 

The Project is being implemented through five inter-related Components, namely:

 

  1. Climate Resilient Drainage and Flood Mitigating Activities;
  2. Solid Waste Management Capacity Improvements;
  3. Participatory Upgrading of Targeted Flood Prone Low-Income Communities and Local Government Support;
  4. Project Management; and
  5. Contingent Emergency Response Component (CERC)-COVID-19 Emergency Preparedness and Response Project.

 

The objective of the assignment is to to work closely with HYDRO to develop a sustainable financing strategy, identify potential funding partners and sources, prepare convincing funding proposals, and build the capacity of HYDRO staff on funding proposals writing and sustainable financing.

 

The consulting services (“the Services”) is to develop long-term financing strategies, identifying funding opportunities, preparing compelling funding proposals and a track record of successful funding applications.

 

The duration of the assignment is 12 months with level of effort at 15 professional staff-months.  The assignment is expected to start in July, 2024.

 

The detailed Terms of Reference (TOR) for the assignment can be found at the GARID Project Website: www.garid-accra.com and PPA Website: http://tenders.ppa.gov.gh/eois/ and hardcopies may be obtained from Procurement Unit of Ministry of Works and Housing, Ministries within office hours and email at the addresses below.

 

The Ministry of Works and Housing 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:

 

  1. The firm must be legally registered and in good standing with a relevant governing body;
  2. The firm must be, at least, 10 years in business;
  3. The Core business must be in identifying and sourcing funding opportunities, developing innovative strategies for financing projects related to hydrology, water resource, storm water drainage and flood risk management.
  4. Must have experience in financing strategies, identifying funding opportunities and preparing compelling funding proposals;
  5. Must have a proven track record of securing funding for projects civil engineering projects.
  6. Must have experience in conducting a thorough review of relevant legal, institutional, and financing framework for civil engineering projects.
  7. Must have experience in providing training and capacity building for staff in proposal writing, fundraising, and alternative financing mechanisms.
  8. Evidence of Technical and Managerial Capability.

 

Key Experts will not be evaluated at the shortlisting stage.

 

The attention of interested Consultants is drawn to Section III, paragraphs, 3.14, 3.16, and 3.17 of the World Bank’s “Procurement Regulations for IPF Borrowers” 5th Edition September, 2023 (“Procurement Regulations”), setting forth the World Bank’s policy on conflict of interest.  In addition, please refer to the following specific information on conflict of interest related to this assignment as per paragraph 3.17 of the Procurement Regulations.  Any false declaration will result in disqualification.

 

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.

 

A Consultant will be selected in accordance with the Consultants Qualification Selection (CQS) Method set out in the Procurement Regulations.

 

Further information can be obtained at the address below during office hours 09:00 to 4:30 p.m. local time.

 

Expressions of interest must be delivered in a written form to the address below (in person, or by email) by May 24, 2024.

 

The PIU Lead,

Project Implementation Unit

Greater Accra Resilient and Integrated Development Project

Ministry of Works and Housing,

  1. O. Box MB 43,

Ministries, Accra

E-mail: john.kissi@mwh.gov.gh