Executing Agency (the Client):
Kara-Suu Water Company
The Client Contact Person:
Zarlyk Turgunbaev, Mayor of the City of Kara-Suu
21, Erkindik Blvd, Bishkek, Kyrgyz Republic 720040
Tel.: +996 312 624013
Fax: +996 312 666284
Email: Merya.karasuu@mail.ru
The EBRD Contact Person:
Olesya Kerridge
Advisor, Technical Co-operation
European Bank for Reconstruction and Development
One Exchange Square
London EC2A 2JN
Tel: + 44 20 7338 6895
E-mail: kerridgo@ebrd.com
Project Description:
The City of Kara-Suu (the “City”) approached the European Bank for Reconstruction and Development (the “EBRD" or the “Bank”) with a request to finance the rehabilitation of the water supply and selected wastewater improvements in the City (the “Project”).
Water supply operations in the
The city of Kara-Suu is situated in the south of the Kyrgyz Republic, not far from the regional capital Osh. The Kara-Suu Water Company (the “Company”), a municipal enterprise wholly owned by the City, currently providing water supply and sanitation services to 11,000 people.
The Project objectives are to: (i) rehabilitate the water supply system and selected wastewater improvements; (ii) improve billing and collection efficiency; and (iii) improve financial and operational management. The Project will lead to a reduction in operating and maintenance costs for water supply and reduce wastage of water.
Assignment Description:
The Client now intends to retain a consulting company (the “Consultant”) to support the Company and the Project Implementation Unit (“PIU”) in all aspects of project implementation, including preparation of design, technical specifications, tender documentation, assistance with tendering, tender evaluation and contract finalisation, administration and supervision of the contract implementation including the implementation of the Environmental and Social Action Plan (“ESAP”), as well as set up of the disbursement system.
The expected outcome of the Assignment is the successful procurement of works and goods in accordance with the EBRD’s Procurement Policies and Rules and the successful and timely completion of the Project.
The Consultant is expected to provide the following services (the “Services”):
- Overall project management support as required;
- Design of the works and preparation of the technical specifications for goods;
- Arrangement of preparation of the prequalification, if any, and tender documents for procurement of works and goods;
- Arrangement of the tendering procedure for works and goods, including evaluation of tenders and drafting tender evaluation reports;
- Administration of contract implementation including, where appropriate, works supervision or assistance with works supervision; and,
- Arrangement of timely disbursements under the contracts.
The Consultant will provide the Services in relation to the whole investment Project, including the portion financed by EBRD.
Status of Selection Process:
Interested firms or groups of firms are hereby invited to submit expressions of interest.
Assignment Start Date and Duration:
The Assignment is expected to start in 1Q 2016 and have an estimated overall duration of 30 months.
Cost Estimate for the Assignment:
EUR 600,000.00 (exclusive of VAT). Subject to availability of funding, the performance of the selected Consultant and the specific needs of the Client, the Assignment may be extended beyond the current scope.
The Consultant must determine whether any indirect taxes/VAT are chargeable on the proposed services and state the basis for such determination. If any indirect taxes/VAT are payable, the Client will have to pay indirect taxes/VAT element to the services directly to the Consultant unless otherwise agreed.
Funding Source: Early Transition Countries Fund. Please note that selection and contracting will be subject to the availability of funding.
Eligibility: There are no eligibility restrictions.
Consultant Profile: Corporate services are required. The Consultant will be a firm or a group of firms preferably with 5 years’ previous project experience related to:
(a) project implementation support, engineering design services and contract supervision, including specific experience in the water and wastewater sector in similar climatic conditions;
(b) application of procurement rules as well as environmental and social requirements of international financial institutions (“IFIs”) (such as EBRD, World Bank, ADB or equivalent) and previous experience in applying FIDIC/World Bank/EBRD supply and installation contractual arrangements.
(c) the Consultant will also demonstrate project-related knowledge of Kyrgyz legislation concerning construction, financial, accounting and disbursement issues.
NB: The Consultant (or its partner/subcontractor) MUST be registered with the relevant local authority and authorised to carry out design activities in the Kyrgyz Republic.
The Consultant’s expert team is expected to include the following key experts:
Key Expert No 1: Project Manager preferably with 5 years of previous professional experience in design and project management of municipal water and wastewater sector in countries with conditions similar to Kyrgyzstan.
Key Expert No 2: IFI Procurement, Contracts Specialist preferably with 5 years of previous professional experience in design, project management, supervision of construction and supply and installation of the equipment in similar projects gained in countries with conditions similar to Kyrgyzstan.
Key Experts No 3: other key experts will include international and local Water and Wastewater Engineers, a Financial and Disbursement Specialist, an Environmental and Social Specialist, international and local Municipal Water Designers, and Supervision Engineers.
Non-key experts are expected to include Office Manager/ Translator/Secretary.
It is expected that the Consultant will engage a sufficient number of local engineers to support the international consultants in engineering supervision under multiple construction/works contracts in the participating cities.
Submission Requirements: In order to determine the capability and experience of consultants to be shortlisted, the information submitted should include the following:
1. Company/group of firms’ profile, organisation and staffing (max. 2-4 pages).
2. Details of previous project experience or similar assignments particularly undertaken in the previous five years, including information on contract value, contracting entity/client, project location/country, duration (mm/yy to mm/yy), expert months provided (if different from duration), main activities, objectives.
3. CVs of key experts who could carry out the Assignment detailing qualifications, experience in similar assignments, particularly assignments undertaken in the previous five years, including information on contracting entity/client, project location/country, duration (mm/yy to mm/yy), expert months provided, assignment budget, main activities, objectives.
4. Completed Consultant Declaration Form and Contact Sheet, the template for which is available from the following web-link:
http://www.ebrd.com/pages/workingwithus/procurement/notices/csu/contact_sheet.doc.
The expression of interest shall not exceed 25 pages (excluding expert CVs and Consultant Declaration and Contact Sheet).
Interested consultants shall submit complete expressions of interest (including the Consultant Declaration, the Contact Sheet and expert CVs) in English and Russian as PDF versions by email and two (2) hard copies in both languages by post to the Client Contact Person indicated above, to reach the Client not later than the Closing Date. In addition, consultants shall send an electronic copy in each language by email to the Bank’s Contact Person (see above) to reach the Bank by the Closing Date. The electronic expressions of interest shall be one file (pdf). The Client reserves the right to reject applications of firms electronically submitting more than one file. Only if any limitation on the permissible file size is exceeded, the Consultant may split the expression of interest into further files.
Important Notes:
1. Following this invitation for expressions of interest, a shortlist of qualified firms will be formally invited to submit proposals. Consultant selection and contracting will be subject to availability of funding.
2. The shortlist criteria are as follows:
(a) Firm’s previous project experience in project implementation support, engineering design services and contract supervision, including specific experience in the water and wastewater sector in similar climatic conditions – 25%;
(b) Firm’s previous project experience of applying the procurement rules and environmental and social requirements of IFIs (such as the EBRD, World Bank, ADB or equivalent) as well as FIDIC and/or World Bank and/or EBRD Supply and Installation contractual arrangements – 15%;
(c) Firm’s project-related knowledge of Kyrgyz legislation concerning construction, financial, accounting and disbursement issues – 15%;
(d) CV of Key Expert No 1 – 20%;
(e) CVs of Key Expert No 2 and 3 – 25%.