NORWEGIAN REFUGEE COUNCIL has floated a tender for Consultancy for Water Supply System Design. The project location is Somalia and the tender is closing on 24 Mar 2019. The tender notice number is , while the TOT Ref Number is 31540261. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : Somalia

Summary : Consultancy for Water Supply System Design

Deadline : 24 Mar 2019

Other Information

Notice Type : Tender

TOT Ref.No.: 31540261

Document Ref. No. :

Competition : ICB

Financier : Department For International Development

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : NORWEGIAN REFUGEE COUNCIL
somalia Tel: +252-618454597 Email : victor.moses@nrc.no/so.jlprocurement@nrc.no
Somalia
Email :victor.moses@nrc.no/so.jlprocurement@nrc.no
URL :https://www.nrc.no

Tender Details

Somalia: Consultancy for Water Supply System Design in Dhobley, Luuq, and Kismayo in Jubaland, Somalia.

PROCESS AND TIMELINE

(i) The assignment will involve consultations with all the NRC, Local authorities of the target locations and the existing Community structures at the target settlements.

(ii) The consultant to be identified for the assignment is expected to provide his/her own computer and relevant software/ hydrogeological survey equipment and tools and products for the assignment.

(iii) The exercise is expected to commence as soon as a possible and be completed within 21 days after start.

(iv) NRC will provide: transport from and to target villages- for site visits, administrative support

4.0 Methodology

4.1 Hydrogeological Survey (where applicable)

The Consultant is to carry out geophysical measurements within the study area using the ABEM Terrameter SAS 1000, which distinguishes between clays and fresh water by use of Induced Polarization (IP) measurements. Furthermore, Werner traverses may be carried out, at different spacings to map out possible buried faults.

The hydrogeological/geophysical investigations will be carried out according to a multi-step approach:

a) A desk study and data-acquisition: Review of existing data, topographical maps, satellite images(Landsat TM with 30 m resolution), existing studies and borehole site investigations in the area, geological reports and maps (if available), borehole and surface water records, etc.

b) Hydrogeological fieldwork: Detailed reconnaissance survey of project area. (GPS co-ordinates, water level measurements, TDS and EC, condition, usage and performance where applicable) inspection of geological, geomorphological and structural characteristics of the investigated area; verification of existing data and findings.

c) Geophysical measurements: resistivity/IP profiling and vertical electrical/IP soundings.

d) Analysis of hydrogeological/geophysical data.

e) Compilation, analysis, and evaluation of the gathered data and information.

f) Site selection and reporting.

4.2 Expected outputs of the Hydrogeological survey

The expected output of this study shall be a Hydrogeological Investigations report detailing the following:

Description of the Geology and hydrogeology (including Inventory of boreholes and other water points) of the area of investigation;

Methods of investigations employed, including Geophysical Techniques

Detailed resistivity/IP survey (Wenner & VES) to delineate the productive aquifer- Consultant to carry out minimum of 500m Werner profiles and 4 VES soundings per site. Where there are existing boreholes, out of the 4 soundings, 1 shall be a control sounding undertaken at the nearest existing borehole.

Information on the aquifer potential; sustainable yield & Water quality;

Proposed drilling site, recommended maximum drilling depths, water strikes levels and aquifer types.

Proposed drilling method, and its applicability in the project area.

Mark 1 drilling site within each location with a concrete mark stone in presence of the NRC staff, the settlement leaders and district authority representative.

Collect GPS coordinates of the recommended sites and submit the same along with the final survey report.

4.3 Environmental impact assessment

Conduct a preliminary environmental impact assessment for the project which includes;

· Identification of potential positive and negative environmental impact of the project

· Propose activities that shall be undertaken during the project construction, operation and decommissioning phase to mitigate likely negative impacts

5.0 QUALIFICATIONS AND EXPERIENCE

The consultancy personnel shall comprise of a person or team of experts in engineering and hydrogeology. The following qualifications are required:

a) A Bachelor or higher-level degree in water supply engineering with expertise in hydrogeology

b) A minimum of 5 years’ experience in:

i) undertaking feasibility assessments for water supplies, planning and designing of water supply systems, including: intakes, transmission and distribution systems, pumping systems, water treatment plants, reservoirs, infiltration galleries etc., in situations and contexts similar to Somalia

ii) Preparation of technical drawings, technical specifications and cost estimates for water supply systems

Documents

 Tender Notice