MINISTRY OF WORKS AND HOUSING

GREATER ACCRA RESILIENT AND INTEGRATED DEVELOPMENT PROJECT

(IDA CREDIT No. 64100 GH)

 

Construction Supervision and Contract Management for Detention Ponds, Bridge Reconstruction and Drainage Works. 

REQUEST FOR EXPRESSIONS OF INTEREST

(CONSULTING SERVICES – FIRMS SELECTION) 

Reference No. GH-MWH-369761-CS-QCBS

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 undertake design review, construction supervision and contract management services for Civil Works under Component 1.

The consulting services (“the Services”) is to provide Review of structural and hydraulic engineering design aspects of proposed civil works, contract management and construction supervision for Detention Ponds, Bridge Reconstruction and Drainage Works.

The duration of the assignment is 31 months, covering expedited design review, construction supervision and Defects Liability Period with level of effort at 160 professional staff-months.  The assignment is expected to start in November, 2023.

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 a legally registered as a civil engineering consulting firm;
  2. The Core business must be in undertaking Engineering designs and Construction supervision;
  3. The firm must be, at least, 10 years in business;
  4. Must have experience in undertaking structural and hydraulic engineering designs in urban built up area over a period of not less than 10 years;
  5. Should be registered and in good standing with a relevant engineering governing body;
  6. Must have experience in preparing Preliminary and detailed engineering designs for drainage and detention ponds.
  7. Must have past experience in undertaking Contract Management and Construction Supervision in drainage works; and
  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” 4th Edition November, 2020 (“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 Quality and Cost-Based Selection (QCBS) 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 August 25, 2023.

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: tenders@garid-accra.com

 

 

Leave a comment

Your email address will not be published. Required fields are marked *