This notification is cancelled and superseded by Procurement reference 68126 issued on the 14 February 2017. Please do not use this Procurement reference 65905 for submitting your Expression of Interest.
Important General Clarification (issued 13/2/2017):
1) Please note: the Selecting Entity of this procedure has changed to the EBRD, whereas the Contracting Entity will remain the Executing Agency (Client).
2) The Submission Requirements are changed to include the following instructions: "The complete expression of interest (including CVs, Consultant Declaration and Contact Sheet) should be submitted, in English electronically through e-Selection, to reach the Bank (ONLY) not later than the NEW closing date (27.2.2017 at 23:59 London time). The expression of interest shall be one file (pdf). The EBRD reserves the right to reject applications of firms submitting more than one file. Only if the permissible file size is exceeded (4MB), the Consultant may split the expression of interest into further files.
Bank Contact Person:
James Yoo, Technical Cooperation
European Bank for Reconstruction and Development
One Exchange Square, London EC2A 2JN, United Kingdom
Tel: + 44 20 7338 6369
E-mail: yooj@ebrd.com (submissions should be sent through eSelection and NOT to this email address).
NO HARD COPIES OR ELECTRONIC COPIES TO BE SENT TO THE CLIENT.
3) The New Closing Date will be 27.2.2017 at 23:59.
4) Clarification 2 (issued 13/2/2017) to be accessed here.
Clarification 1 (issued 9/2/2017) to be accessed here.
Executing Agency (Client):
Water Authority Jordan (WAJ)
Jaber Bin Hayyan St 5,
Amman 11181
Jordan
The Client Contact Person:
Eng. Asma Al-Whadneh
Head of Tendering Department
Water Authority Jordan (WAJ)
Email: Asma_Whadneh@mwi.gov.jo
EBRD Contact Persons:
James Yoo
Technical Cooperation
European Bank for Reconstruction and Development
One Exchange Square
London EC2A 2JN
Tel: + 44 20 7338 6369
E-mail: yooj@ebrd.com
Project Description: Jordan is facing a severe humanitarian and development crisis that threatens both its short- and long-term development. Recurring political crises in the region have forced a large number of displaced people (currently mainly from Syria) to seek refuge in Jordan. The 1.3 million Syrian refugees living outside of refugee camps are direct users of municipal services, including water supply and sanitation. The increased demand for water and wastewater resources also results in increased pressure for electricity, which represent up to 60 per cent of operating costs in the water and wastewater sector of Jordan.
Despite the Ministry of Water and Irrigation (“MWI”) and the Water Authority of Jordan (“WAJ”) putting a lot of effort into improving the overall quality of the services, the financial and operational performance of the sector still needs improving. Combined water and wastewater tariffs are insufficient to cover operating costs in the majority of areas.
As parts of its response to the crisis the Bank will manage a EUR 30 million investment grant to be provided by the European Union (EU) (the “EU investment grant”) to the WAJ, to finance “turnkey” contracts for construction of c. 25 MW photovoltaic plants on a net meeting basis in up to 5 pumping stations, or on a wheeling basis in Al-Mafraq to produce electricity for water pumping in Jordan (the “Project”). The key objective of this Project is to tackle the increased stress on water infrastructures in the most cost-effective way by generating energy from renewable sources in order to reduce the sector’s strong dependency on conventional power.
Assignment Description: At this stage, WAJ and the Bank are keen to start the procurement process, while in parallel, the minimum technical requirements are being prepared. WAJ require an external consultant (the “Consultant”) to assist them with site assessment (restudy of all sites to identify the capacities required for each site according to the available fund), the tender document preparation , tender process, including O&M process & concepts (prepare a long term service contract with the winning company), selection of the suitable land for each site (the “assignment”). The assignment is designed to assist WAJ in the tender documents review, preparation and evaluation to ensure compliance with EBRD’s Public Procurement Policies and Rules (“PPRs”) and the environmental and social requirements of the Bank.
The overall objective of this assignment is to facilitate the timely and effective procurement of the Project components by rendering assistance to WAJ in the preparation of tender documents, including technical specifications, evaluation of tenders in line the Bank’s PPRs.
The Bank will be provided with an elaboration of all tender documentation for the Project, and the Consultant will provide support WAJ to conduct the tender process in accordance with the Bank's rules.
The selected Consultant is expected to provide the following services:
• Identify capacities required for each site according to the available fund, including land selection for each site;
• Update all relevant and available studies for the project (technical, economic, social and environmental), including but not limited to the following information:
a) Technical data for a suitable project site (source potential, topography, soil and heat, humidity, connecting to the local / national / isolated network, infrastructure, loads, etc.);
b) The possibility of future expansion;
c) The impact of the project on the economic activities of the site, if any;
d) Improving the living conditions of nearby residents around the site, if any;
e) Jobs creation (temporary during construction, permanent during operations);
f) Incorporation of Environmental and Social Action Plan (“ESAP”) requirements, incumbent on WAJ and the developer of the Project to structure the Project to meet international financial institutions’ requirements, into the tender documentation and selection process;
g) List the relevant approvals required for the project implementation.
• Establish appropriate qualification criteria and technical requirements based on the above;
• Prepare tender documents, including technical specifications and requirements, Organisation & Management process & concepts (prepare a service contract with the winning company) and training course for WAJ staff;
• Use the EBRD’s appropriate standard tender documents format;
• Prepare clarifications and amendments to the tender documents, if needed;
• Carry out evaluation of tenders and prepare tender evaluation report;
• Assist WAJ in reviewing and responding to complaints, if any;
• Provide support to WAJ during contract finalisation including contract preparation and setting date for start of commercial operations.
Status of Selection Process: Interested firms or group of firms are hereby invited to submit expressions of interest.
Assignment Start Date and Duration: The Assignment is expected to start in Q1 2017 and has an estimated overall duration of six months.
Cost Estimate for the Assignment: EUR 85,000 (exclusive of VAT).
The Consultant must determine whether any indirect taxes/VAT are chargeable on the proposed services and state the basis for such. 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: It is anticipated that the contract will be financed by the EU Neighbourhood Investment Facility. Selection and contracting is 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 consortium of firms with extensive experience in water and wastewater infrastructure projects, preferably including Photovoltaic Plants, procured under financing arrangements with government agencies or international financial institutions (IFIs). The Consultancy firm is expected to have previous project experience in the MENA region on similar projects and have an excellent knowledge of the public infrastructure internationally and in the region, the legal framework in Jordan for infrastructure services, and an understanding of FIDIC contract terms.
The Consultant’s team should include the following expertise (one expert can have more than one area of expertise):
• Contracts/IFI Expert with preferably 5 years of previous professional experience in similar assignments;
• Procurement Expert with preferably 10 years of previous professional experience in similar assignments;
• Technical Expert PVs with preferably 10 years of previous professional experience in similar assignments;
• Local Expert(s) with previous professional experience in similar projects and knowledge of legal framework in Jordan for infrastructure services. Good English skills are required.
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 20 pages (excluding CVs Consultant Declaration and Contact Sheet).
The complete expression of interest (including CVs, Consultant Declaration and Contact Sheet) should be submitted, in English electronically through e-Selection, to reach the Bank not later than the closing date. The expression of interest shall be one file (pdf). The EBRD reserves the right to reject applications of firms submitting more than one file. Only if the permissible file size is exceeded (4MB), the Consultant may split the expression of interest into further files.
Bank Contact Person:
James Yoo
European Bank for Reconstruction and Development
One Exchange Square
London EC2A 2JN
United Kingdom
Tel: + 44 20 7338 6369
E-mail: yooj@ebrd.com (submissions should be sent through eSelection and NOT to this email address)
Important Notes:
1. The selection will normally be made from responses to this notification only. Consultants will not be asked to submit a proposal. The highest-ranked Consultant will be selected from a shortlist and be invited to negotiate the contract, subject to availability of funding.
2. The shortlist criteria are as follows:
a) Firm’s previous project experience in supporting tender for IFI financed infrastructure projects - 35%;
b) Firm’s previous project experience performing a similar role in the region - 25%;
c) CV’s of proposed Key Experts 45%.
3. The Final Report of the “Jordan Water Energy - Project Scoping” assignment will be shared with interested consultants. Consultants who are interested in submitting an Expression of Interest and would like to receive the Final Report should contact the Bank’s contact person and sign a confidentiality statement.