General Information
|
Country:
|
Nigeria
|
City/Locality:
|
Kano, Nigeria
|
Notice/Contract Number:
|
2025-01/KNSWB/AFD-CNG1054/CS/SUP
|
Publication Date:
|
Mar 17, 2025
|
Deadline (local time):
|
April 14, 2025 - 12:00
|
Agency:
|
Agence Française de Développement (AFD)
|
Buyer:
|
NIGERIA - Kano State Water Board
|
|
Original Language:
|
English
|
|
Contact information
|
Address:
|
Engr. Suleiman Sani
Project Coordinator
Kano State Water Board, Project Implementation Unit (PIU)
No. 675, Kofar Nassarawa, Kano, Engr. Abdul Azeez Umar Office Complex, Kano State
Kano, Kano State
Nigeria
|
Telephone:
|
+234 803 337 9368
|
E-mail:
|
3nuwsrproject.kano@gmail.com
|
|
|
Assignments
|
|
-
65111000 - Drinking-water distribution
-
65120000 - Operation of a
water-purification plant
-
65130000 - Operation of water supplies
-
41100000 - Natural water
|
Original Text
|
REQUEST FOR EXPRESSIONS OF INTEREST
Consulting Services for:
DESIGN REVIEW AND CONSTRUCTION SUPERVISION
Procurement No: 2025-01/KNSWB/AFD-CNG1054/CS/SUP
The Kano State Government has received financing from the Agence Française de Développement ("AFD") to support the implementation of the 3rd National Urban Water Sector
Reform Project in Kano State. Kano State Water Board (KnSWB), the Implementing Agency on behalf of the Kano State Government, intends to use part of the funds thereof for
payments for the following Consultancy services under the project: Design Review and Construction Supervision Services.
The overall project includes
1) an infrastructure component to rehabilitate and upgrade the existing water supply system serving the Greater Kano area with a population of approximately 5 million
inhabitants, and
2) a soft component to enhance sustainable water supply services through improved technical and financial performance of the KnSWB and reforms in water sector
governance.
This procurement relates to the infrastructure component of the project which includes approximately €50 million of water supply system improvements generally as
follows:
• New construction of a river weir, intake/pump station, access road and 1.2 km raw water transmission line with a capacity of 250 000 m3/day.
• Complete rehabilitation of 3 No. conventional water treatment plants with capacities of 90 000, 120 000 and 150 000 m3/day (total capacity 360 000 m3/day) including
inlet chambers, clarifiers, filters, chemical dosing systems, treated water storage tanks, low lift and high lift pumps, surge protection systems, etc.
• Repairs and commissioning of an existing 15 km long 1000 diam transmission main
• Rehabilitation of existing buried concrete storage tanks with total capacity of 40 000 m3 and associated valves and pipework
• Rehabilitation and new construction of primary and secondary transmission mains
• Rehabilitation and new construction of distribution piping along with replacement of up to 41,000 service connections and 12,500 new connections, along with consumer
meters
• Rehabilitation and new construction of power supply facilities (grid and generator), stores, maintenance centers and administrative buildings at the water treatment
plants and elsewhere.
The infrastructure upgrades are to be executed through 3 Works Lots generally as follows:
1. Lot 1: new river weir, intake/pump station, access road, raw water transmission, power supply and rehabilitation of existing power supply and maintenance centre;
2. Lot 2: rehabilitation of 3 existing water treatment plants, repair and commissioning of an existing 1000 mm diam. transmission line of 15 km, rehabilitation of storage
reservoirs and associated pipeworks;
3. Lot 3: transmission and distribution piping upgrades and service connections.
The scope of the Consultancy services will include 4 Phases as follows:
Phase 1: Review and updating as required of detailed designs prepared by others (for all 3 Lots) including drawings, BOQs and specifications and taking ownership of the
designs (lumpsum).
Phase 2: Prepare Final Tender documents based on the updated detailed designs and provide assistance to the client for tendering and award of contracts for all 3 Lots
(lumpsum).
Phase 3: Construction Supervision and Contract Administration Services for the various Contracts to ensure quality and cost control and ensure conformance to Contract
specifications (time-based).
Phase 4: Prepare feasibility studies, ESIA, RAP and detailed designs for future water supply investments of the KnSWB (lumpsum).
The rough estimate of Key Experts’ time-input is:
• Phase 1: 8 person-months.
• Phase 2: 2 person-months.
• Phase 3: 100 person-months.
• Phase 4: 15 person-months.
These figures are indicative only and will be confirmed in the Request for Proposals. As expressed above, payment for Phases 1, 2 and 4 will be lumpsum, while payment for
Phase 3 (construction supervision) will be time-based. The Consultant will only be entitled to participate in Phase 4 based on satisfactory performance on the previous
phases.
The services are expected to commence in July 2025 for a total duration of 24 months.
KnSWB hereby invites Applicants to express their interest in delivering the Services described above.
This Request for Expressions of Interest (EoI) is open to: Consulting Firms or Joint Venture of Consulting firms.
Eligibility criteria for AFD financed projects are specified in sub-clause 1.3 of the "Procurement Guidelines for AFD-Financed Contracts in Foreign Countries", available
online on AFD’s website: http://www.afd.fr.
The Applicants shall submit only one application, either in its own name or as a member of a Joint Venture (JV). If an Applicant (including any JV member) submits or
participates in more than one application, those applications shall be all rejected. However, the same Subconsultant may participate in several applications.
If the Applicant is a JV, the expression of interest shall include:
• a copy of the JV Agreement entered into by all members; or
• a letter of intent to execute a JV Agreement, signed by all members together with a copy of the Agreement proposal.
In the absence of this document, the other members will be considered as Subconsultants. Experiences and qualifications of Subconsultants are not taken into account in the
evaluation of the applications.
Interested Applicants must provide information evidencing that they are qualified and experienced to perform those Services. For that purpose, documented evidence of
recent and similar services shall be
submitted. Determination of the similarity of the experiences will be based on:
• The contracts size: in terms of person-months and value
• The nature of the Services: must demonstrate similar experience on urban water supply upgrading and/or building projects including experience with: preparation of
feasibility studies, preparation of detailed design documents including engineering drawings, BOQs, specifications, and tender documents; tendering assistance for
procurement of contractors; construction supervision services including management of RAP and ESMP for large water supply system works of more than 30 M€.
• Technical area/water supply system components: experience should include engineering services related to the design and construction supervision of: river works for
intakes (weirs and river training); raw water intakes and pumphouses (at least 75,000 m³/day); treatment plants having a minimum capacity of 75,000 m³/day; treated water
pumping stations; transmission mains (minimum 800 mm diam.); storage reservoirs, distribution piping and metering; power supply
systems (grid and diesel generation); buildings and general civil works. Services must have been provided on urban water supply systems serving an urban population of at
least 800,000 inhabitants worldwide.
• The location of the project: In similar geographical regions (Sub-Saharan Africa) and worldwide. If in Nigeria, specify the State, or if outside Nigeria specify
client’s country and language of communication. Experience in Nigeria will be considered as a plus.
The firm/joint venture shall present a maximum of 15 completed or ongoing relevant similar assignments performed during the last 10 years only. There shall be at least 3
assignments for which the value of the consultancy services, performed by the firm or a JV of which the firm is a member, must be equivalent to at least 1.0 million Euros.
For each similar assignment presented, the consultant shall provide
evidence of the contract in the form of a letter of award or extract from the signed contract, and the following information: the name of the project and location; the
name of the client and their contact details including phone number and email address; date(s) of execution; name(s) of lead and associate firms and/or JV members; the
amount of the consultancy contract; the project capital cost; the source of funding; person-months and key experts provided by the consultant or associated firms; and the
types and sizes of water supply system components involved in the project.
The Client will also take into account for the evaluation of the applications the following items:
• Ability to field a team of on-site experts in the country of assignment (or countries with similar environments). Project references should specifically indicate the
extent of services provided on site and off-site;
• Skills and availability of in-house technical back-up experts provided to the on-site experts;
• Local representatives/partners;
• Quality assurance procedures and certifications of the Applicant: ISO 9001 certification or equivalent, for at least the leading firm.
The EOI recommended structure is the following:
• General introduction about the leading firm and its potential partners, including countries of incorporation and locations of head office and branch offices.
• Justification of the JV: complementary capacities and key technical fields of the JV;
• Registration details of the firm or each member of the JV, ISO 9001 certification or equivalent;
• Audited financial accounts for last three years of the lead firm and any JV partners;
• List of relevant experiences and descriptions of similar projects/assignments addressing the requirements described above;
At this stage, CVs of experts are not required, but brief experience summaries of staff that can potentially be assigned to the project shall be provided. In the final RFP
to be shared with the shortlisted Applicants, it shall be noted that the involvement of national experts as Key Experts will be one of the criteria of technical evaluation
of proposals.
Due to the security risk in the areas where the Services are to be performed, the evaluation of Expressions of Interest will verify that the applications meet the
following criteria:
• The Applicant has at least one experience providing services in an area with a similar security risk, for which it shall provide proof of implementation of security
measures (invoice or contract with a security service provider, proof of security awareness training before departure on-site, etc.).
• The Applicant has set up internal security management procedures: it shall provide a description of its monitoring system and crisis management system.
• For services provided abroad, the Applicant has entered into an assistance and repatriation contract for its employees: it shall provide the certificate evidencing
such contract.
• The Applicant shall describe its standard preparation process for departure on assignment in sensitive areas, and shall attach documents proving its implementation
(service orders with related instructions, certificates of awareness-raising or training actions, etc.).
For a JV, its leader and any member that has its registered office outside the Client"s country shall fulfil each of these criteria. An application that does not meet any
of these requirements will be rejected.
Among the submitted applications, Kano State Water Board will shortlist a maximum of six (6) Applicants, to whom the Request for Proposals to carry out the Services shall
be sent.
Kano State Water Board is not bound to shortlist any consultant.
The Expressions of Interest must be submitted to the address below not later than 12 noon on or before Monday April 14th, 2025. The submission must include a signed and
unaltered “Statement of Integrity,
Eligibility and Environmental and Social Responsibility” which can be found online on AFD’s website: https://www.afd.fr/en/responding-bid-invitation.
Submissions must be provided 5 hard copies (1 original and 4 copies) and an electronic copy on memory stick.
Submissions are to be sent to:
The Managing Director, Kano State Water Board.
Kano State Water Board,
No. 675, Kofar Nassarawa, Kano,
Engr. Abdul’azeez Umar Offfice Complex,
Attn: Engr. Sani Suleiman, Project Coordinator, Project Implementation Unit.
Interested Applicants may obtain further information at the address below during office hours: 9:00am to 4:00pm, or by email at the indicated address below:
Kano State Water Board,
No. 675, Kofar Nassarawa, Kano,
Engr. Abdul’azeez Umar Offfice Complex,
Engr. Sani Suleiman, Project Coordinator, Project Implementation Unit.
Telephone: +234 803 337 9368
E-mail: 3nuwsrproject.kano@gmail.com
|
|
|
|