HOLDING COMPANY FOR WATER AND WASTEWATER has floated a tender for Project Implementation Support and Contract Supervision. The project location is Egypt and the tender is closing on 26 Jun 2018. The tender notice number is 9115 EOI 48177, while the TOT Ref Number is 23775914. 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 : Egypt

Summary : Project Implementation Support and Contract Supervision

Deadline : 26 Jun 2018

Other Information

Notice Type : Tender

TOT Ref.No.: 23775914

Document Ref. No. : 9115 EOI 48177

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : HOLDING COMPANY FOR WATER AND WASTEWATER
1200 Corniche El Nile Rod-El-Farag Cairo Attn: Eng. Mohey Eldin Ahmed Mohamed
Egypt
Email :mohey.mohamed@hcww.com.eg

Tender Details

Expression of Interest are invited for Egypt: Fayoum Wastewater Expansion Programme - Project Implementation Support and Contract Supervision.

Project Description:

The wastewater sector in Egypt suffers from historic underinvestment and weak governance which has resulted in hugely underdeveloped wastewater infrastructure, high leakage, and inefficient pumping costs and degraded water quality. The level of sanitary network connections remains very low in rural areas compared with urban areas which have up to 90 per cent wastewater connection coverage. As part of the Egyptian Government’s response to the above outlined challenges, the European Bank for Reconstruction and Development (the “EBRD” or the “Bank”) has signed a sovereign loan for the expansion of wastewater treatment in the Fayoum Governorate for the benefit of the state-owned Fayoum Company for Water and Wastewater (“FWWC” or the “Beneficiary”), which is a subsidiary of the Holding Company of Water and Wastewater (“HCWW” or the “Client”).



The Fayoum Wastewater Expansion Programme will provide first time sanitation to around 940, 000 inhabitants in the Fayoum governorate through (i) the construction of 8 new wastewater treatment plants (“WWTPs”); (ii) expansion of 9 and rehabilitation of 10 existing WWTPs; (iii) expansion of the sewerage network of about 3, 433 km of pipes together with the installation of 139 pumping stations; and (iv) evacuation trucks to serve rural areas (the “Project”).



The new wastewater treatment facilities are expected to lead to significant reduced pollution levels in Fayoum’s agricultural drains, which in turn are expected to lead to better quality and quantity of food (currently water used for agriculture and aquaculture use is heavily contaminated), higher demand for local produce, increased arable land and creation of employment opportunities in the agriculture sector.



Assignment Description:

The Client now wishes to engage a consulting firm or group of firms (the “Consultant”) to help deliver the Project, mainly to prepare the designs for the construction of the wastewater infrastructure; assist FWWC in the procurement and tendering procedures; and to conduct project supervision including environmental, health and safety supervision; implementation of the Environmental and Social Action Plan and undertaking of the necessary environmental and social assessments for project permitting purposes (the ”Assignment”).



HCWW will be the contracting entity for the Assignment and thus its main project implementation partner. In addition to supporting the implementation of the Project, the Consultant will play a key role in helping to enhance the implementation and management capacity within FWWC and its Project Implementation Unit (“PIU”).



The selected Consultant is expected to provide the following main services:

Prepare detailed designs of the sewer network, and its associated infrastructure in up to 20 clusters (119 villages);
Prepare preliminary designs for the 8 new and extended/enhanced 9 WWTPs, refurbishment plans for existing 10 WWTPs and decommissioning plans for 6 WWTPs;
Support FWWC in developing and delivering solutions in line with good international practices that comply with the EBRD Performance Requirements and EU environmental and social standards;
Prepare the necessary environmental and social documentation for Project permitting purposes;
Assist the Client in implementation of the Environmental and Social Action Plan;
Prepare a draft of Service Management Contract for the ‘on-site’ septic tank collection and emptying component;
Prepare a Project Implementation Plan with detailed procurement and contracting strategy, structure of tenders and time schedule for implementation;
Prepare tender documents: qualification requirements, technical specifications, Bill of Quantities and tender documents using the Bank’s standard tender documents for procurement of works, supply and installation and goods, in accordance with the Banks’ Procurement Policies and Rules (“PP&R”);
Assist with tender evaluation, queries and contract award;
Prepare tender documents for the supply and delivery of the evacuation trucks and the preparation of the management contract for their deployment;
Provide technical assistance to FWWC:
Assist FWWC/PIU with evaluating tenders, monitor the evaluation process and ensure that the evaluation report is in line with the Bank’s PP&R;
Support FWWC/PIU with meeting Bank’s requirements with regards to tender awarding and contract signing, as well as environmental and social requirements;
Assist FWWCs with contract supervision, contract management and its effective monitoring;
Provide construction supervision of all building and decommissioning works (including provisional acceptance of construction works and supplies), responding to design queries, handling VOs and claims, handling the approval of contactor’s payment statements and assisting the PIU with the processing and issue of payments to the contractors. This will include environmental, health and safety supervision;
Regularly monitor and report progress; and
Support to the FWWC in the first two years of operation (that is after the defects liability period of one year).


To achieve the aforementioned objectives, the Consultant is expected to take into account the information provided in the Feasibility Study prepared by a Bank-commissioned independent, external consultant. A copy of the Feasibility Study will be provided to all shortlisted consultants during the next stage of this procurement process.



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 Q3 2018 and has an estimated overall duration of 60 months.



Cost Estimate for the Assignment: EUR 15, 800, 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.



Funding Source:

It is anticipated that the contract will be financed by the European Union’s Neighbourhood Investment Facility (“NIF”) up to EUR 4, 800, 000 and loan proceeds up to EUR 11, 000, 000.



Eligibility:

There are no eligibility restrictions.



Consultant Profile:

Corporate services are required. The Consultant shall be a firm or a group of firms with previous project experience in:



supporting the design, procurement and construction supervision of infrastructure projects financed by International Financial Institutions (IFIs); and
water/wastewater infrastructure projects in the MENA region or in similar environments and demonstrated knowledge of public infrastructure (international/regional) and national design requirements.


The Consultant’s expert team is expected to include at least the following key experts:



Key Expert 1: An Accredited Project Manager with preferably the following:


20 years or more of professional experience in the water/wastewater infrastructure sector;
10 years or more of professional experience in the delivery of services of a comparable nature, scale and complexity to their proposed role under the Assignment;
Excellent written and spoken English; working knowledge of Arabic will be considered an advantage.
Previous experience in the region would be an advantage.


Key Expert 2: Civil (Pipeline) Sewer Engineer chartered by internationally recognised institution (such as ICE, CIWEM)with preferably the following:


10 years or more of professional design experience in the water/wastewater infrastructure sector;
10 years or more of professional experience in the delivery of services of a comparable nature, scale and complexity to their proposed role under the Assignment;
Excellent written and spoken English; working knowledge of Arabic will be considered an advantage.
Previous experience in the region would be an advantage.


Key Expert 3: A Mechanical and Electrical Engineer, chartered by internationally recognised institutions (such as IMechE, IEE) with preferably the following:


10 years or more of professional experience in the water/wastewater infrastructure sector;
10 years or more of professional experience in the delivery of services of a comparable nature, scale and complexity to their proposed role under the Assignment;
Excellent written and spoken English; working knowledge of Arabic will be considered an advantage.
Previous experience in the region would be an advantage.


Key Expert 4: A Environmental and Social Specialist with preferably the following:
10 years or more of professional experience in the delivery of services of a comparable nature, scale and complexity to their proposed role under the Assignment, including stakeholder engagement;
Excellent written and spoken English; working knowledge of Arabic will be considered an advantage.
Previous experience in the region would be an advantage.


Key Expert 5: Procurement Specialist with preferably the following:
15 years or more of professional experience in the infrastructure sector;
Knowledge and understanding of IFIs procurement procedures ( preferably EBRD), and FIDIC Conditions of Contract
Previous experience in the region would be an advantage.


Non-Key Experts are expected to include support staff such as translators, office managers, etc.



Submission Requirements:

In order to determine the capability and experience of Consultants seeking 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

Documents

 Tender Notice