Commercialization and De-Risking for Agricultural Transformation Project (Руанда - Тендер #52218837) | ||
| ||
Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Руанда (другие тендеры и закупки Руанда) Организатор тендера: The World Bank Номер конкурса: 52218837 Дата публикации: 11-03-2024 Источник тендера: Тендеры всемирного банка |
||
P171462
Commercialization and De-Risking for Agricultural Transformation Project
Rwanda
OP00278186
Request for Expression of Interest
Published
RW-RAB-322577-CS-QCBS
Quality And Cost-Based Selection
English
Mar 29, 2024 10:00
Mar 09, 2024
SPIU World Bank & Koica funded Projects
Sarah NYIRAMUTANGWA
Not Applicable
Rwanda
Rwanda
0738461866
-
REQUEST FOR EXPRESSIONS OF INTEREST
(CONSULTING SERVICES -– FIRMS SELECTION)
COUNTRY: Rwanda
NAME OF PROJECT: Commercialization and De-risking for Agricultural
Transformation (CDAT) Project
Credit A No: 7084-RW, Credit B No: 7085-RW and Grant No: E017-RW
Assignment Title: Hiring a Consultancy firm for detailed design study of Cyabayaga marshland.
Reference No: RW-RAB-322577-CS-QCBS
The Government of Rwanda has received financing from the International Development Association (IDA) toward the cost of the Commercialization and De-risking for Agricultural Transformation (CDAT) Project and intends to apply part of the proceeds for consulting services of hiring a Consultancy firm for detailed design study of Cyabayaga marshland.
The Terms of Reference (TOR) related to this assignment are attached to this request for expressions of interest.
The Rwanda Agriculture and Animal Resources Development Board (RAB) / Commercialization and De-risking for Agricultural Transformation (CDAT) Project now invites eligible consulting firms (“Consultants”) to indicate their interest in providing the above Services. Interested Consultants should provide information demonstrating that they have the required qualifications and relevant experience to perform the Services. Expression of Interest (EOI) will include: core business and years in business, relevant experience, technical and managerial capability of the firm.
The shortlisting criteria are:
The shortlist will contain five (5) to eight (8) firms.
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” Fourth Edition November, 2020 (“Procurement Regulations”), setting forth the World Bank’s policy on conflict of interest.
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 criteria set out in the Request for Proposals.
Expressions of interest must be delivered through e-procurement system on www.umucyo.gov.rw by the time indicated in the system.
TERMS OF REFERENCE TO HIRE A CONSULTING FIRM TO DESIGN THE REHABILITATION AND IMPROVEMENT WORKS FORMUVUMBA P4&5 (370 HA) AND CYABAYAGA DAM LOCATED IN NYAGATARE DISTRICT, EASTERN PROVINCE
The World Bank approved $300 million in financing under the International Development Association’s (IDA’s) grant, credit, and Scale Up Window to help the Government of Rwanda increase the use of irrigation and commercialization among producers and agribusiness firms in supported value chains, and to increase access to agricultural finance.
The Commercialization and De-Risking for Agricultural Transformation Project (CDAT) will support the Government to provide services and create an enabling environment for the private actor throughout the agricultural value chain. It will finance public investments in the seeds sector, develop and rehabilitate irrigation systems on over 17,600 ha, provide accompanying land husbandry development on about 11,000 ha in surrounding water catchment areas to increase productivity and promote climate smart agriculture.
The project will also support commercialization by helping farmers access markets and availing matching grants for investments in mechanization, post-harvest infrastructure and processing equipment. A CDAT challenge fund will invest in particularly innovative solutions for the sector that can be brought to scale. The project is nationwide and is foreseen to directly benefit at least 235,000 households, including women and youth. In partnership with financial institutions, the Commercialization and De-Risking for Agricultural Transformation Project will seek to enhance access to affordable financial services and products in the agricultural sector by providing short and long-term financing and reducing risks and challenges faced by agricultural value chains through strengthening market linkages and scaling up agriculture insurance.
Muvumba Perimeters (P) 4 and 5 are located in Nyagatare Sector, Nyagatare District in Eastern Province about 7km South of Nyagatare Town on the newly constructed Rukomo-Nyagatare paved road. Muvumba P4&5 is a rice scheme of 370 ha irrigated by gravity from a diversion on Karungeri River just upstream of the confluence with Ngoma River. The main canal has 2 reservoirs, Cyabayaga and P5 which store water used during the dry seasons when Karungeri River flows are low.
The following map shows the location of Cyabayaga Dam and Muvumba P4&5 scheme:
The main problem experienced by the P4&5 scheme is the lack of water during the dry seasons when the Karungeri River flows are less than the rice irrigation demand, and flooding of the lowest 50 ha of P5. The following issues have been identified as the main causes of these problems:
Sediment deposits in Cyabayaga reservoir brought from the river by the main canal
An island formed from sediment carried into Cyabayaga reservoir from the watershed indicates large quantities of sediment is also spread under the surface of the water
Main canal feeding Cyabayaga reservoir with a ~3m drop from the canal to the reservoir water surface
Much drain water spilling back to the river through this flap gate that was improperly installed
A diversion weir constructed on the main drain in an attempt to reuse drain water for irrigation
The flow capacity of the main supply canal is too low
These Terms of References are for hiring a qualified consulting firm to design the rehabilitation and improvement works for the Muvumba P4&5 rice irrigation scheme (370 ha) to increase the storage capacity of Cyabayaga Reservoir, to improve the operations and water use efficiency of the P4&5 commanded arears, to increase the main canal capacity and protect it from sediment accumulation, to protect the P5 area from floods, and to make any other improvements required to optimize crop production of the scheme and possibly expand the scheme upstream to the new river intake.
The study will analyze alternatives for rehabilitating and improving the Muvumba P4&5 rice scheme and present the finding to the Client in the Interim Report for selection and subsequent preparation of Detail Design. The Consultant will perform the following tasks but should not be limited to the aspects outlined in this Terms of Reference.
The Consultant will produce a series of reports and submit them written in the English language. The reports which are described below shall be submitted to the Client and presented by all key Consultant team members at validation workshops. If changes to the Draft Detail Design are not significant, the Client may decide to waive the validation workshop for the Final Detail Design.
The study will be under the supervision and control of Rwanda Agriculture and Animal Resources (RAB/SPIU). The actual study-implementing agency will be the (CDAT) Project. The Consultant shall appoint a team leader who will be responsible for liaison with the Client and for the organization and management of the study.
The Consultant"s fees shall cover the salaries of the entire staff of the Consultant employed on the study. The fees will include provision for all supporting staff and services necessary to carry out the work; hiring of vehicles; procurement of equipment and direct costs for travel, freight, accommodation, report production and other expenses. The contract will be for a fixed lump sum and the Consultant will not claim any additional payments to compensate for exchange rate fluctuations or price escalation and delays in payments of not more than 90 days on the part of the Client.
The amount and schedule of payments will be in accordance with the terms and conditions of the contract agreement finally made between the Consultant and RAB/SPIU/CDAT Project. Notwithstanding this, the following schedule will be used as a basis for negotiation:
Schedule of Payments /Modalities
Payment Number |
Event |
Percentage (%) |
1 |
Submission of approved Inception Report |
20 |
2 |
Submission of approved Interim Report |
40 |
3 |
Submission of approved Final Detail Design Report and Tender Documents |
40 |
The Consultant will provide at least the following personnel:
Notes:
The assignment is expected to take a maximum of four (4) months. The set period was proposed considering the timeline for each deliverable including the validation sessions being subject to comments and time to address them. Therefore, the documents and reports should be reported as follows:
S.No |
Activity |
Timeline |
1 |
Inception report and its presentation to the client |
Two weeks |
2 |
Interim report and its presentation to the client |
Two months |
3 |
Draft detailed design report and its presentation to the client |
One month |
4 |
Final detailed design report |
Two weeks |
Note:
All documents shall be prepared in English. The printed and bound documents and their digital versions must be identical and should allow printing of additional copies from the digital versions. The digital versions shall be made in PDF format. Aside from the PDF format, the Consultant shall also provide to the Client the complete documents in the original formats in which they were prepared, which can be altered and supplemented by the Client.
The Client will give his comments / approval on each of the Consultant’s deliverable within 15 days.
For project monitoring purposes, the Client has established a Project Team. The Consultant is obliged to closely cooperate with the Project Team, ensure constant contact and be prepared to promptly make potential corrections in the prepared documents.
The Project Team shall assist the Consultant to collect the necessary background documents, organize working meetings and potential presentations, as well as to ensure the necessary reviews. The Project Team shall also ensure other necessary support to the Consultant in contract implementation.
The Client shall make available to the Consultant information, previous reports, documents, etc., related to the execution of the Service. All documents related to the Services are, and will remain Client’s property until completion of the Services. The Consultant cannot use or dispose of his documentation without previous Client’s written consent.
The Client will facilitate the issuance of work permits and entry visas for the Consultant’s expatriate staff.
The Consultant shall carry out the Study in a professional manner in keeping with internationally accepted standards; using qualified and appropriate staff. They shall endeavor to implement the assignment with diligence and within the time agreed upon in the contract. In this regard, the Consultant shall furnish to the CDAT project the full curriculum vitae of each of the members of the team it proposes for the Study.
The Consultant shall attend working meetings, which will be held during contract implementation, upon the Client’s invitation. The Consultant shall also attend and actively partake in the presentation of individual project phases. The Consultant shall, for the needs of the meeting, prepare documents and presentations required, and present his work. The key staff defined in ToR shall take part in all the key meetings, as well as in the presentation of activities. The Consultant shall cooperate with the authors of previously prepared technical documents, relevant for the preparation of the documents covered by these Terms of Reference, and participate in working meetings upon the Project Team’s invitation.
The Consultants shall be responsible for providing his staff all payments including salaries, freight, and travel including visas. The Consultants shall replace any staff member who is unable to carry out the work or is considered by the Client to be unsuitable. As per the rules in keeping with internationally accepted standards for assignment of this nature, the replacement of any of the Consultants" staff should be by a person of equal or higher competence at the same cost and subject to the approval of the Client.
The Consultant shall be responsible for its office costs, the cost of housing and other services for his staff whilst in Rwanda, procurement, and transport of all office, technical equipment, machinery and hire of vehicles needed for the study.
The Consultants shall commence work not later than (2) weeks after the date of signature of the contract, and shall, as promptly as practical, notify the Client in writing of the date on which field operations are to commence.
The consulting firm should have at least fifteen (15) years of General experience in design and supervision and specific experience in irrigation design with two (2) similar projects including dam design, which is justified by certificates of good completion in design study and contracts.
The Consultant may offer suggestions and improvements in the Terms of Reference, which would from Consultant’s perspective result in better implementation of the Project. If accepted, such proposals will form part of the Terms of Reference as the proposals submitted by the consultant. The effect on the time and cost estimates given under the above clause shall be clearly identified.
The consultant shall be paid based on deliverables for each phase (Milestone) after approval by the Client of submitted each deliverable reports.