Welcome to AFD/dgMarket


Recherche
Recherche Avancée

Consulting Services - Project Management and Operational Design (PMOD) for Kaduna BRT Project (EXPIRED)

Appel à Manifestation d'Intérêt

Informations générales

Pays:   Nigeria
Ville/Localité:   Kaduna
Date de publication:   Avr 21, 2023
Date limite (heure locale):   Mai 17, 2023 - 12:00
Agence de financement:   Agence Française de Développement - Agence de Financement
Acheteur:   NIGERIA - Kaduna State Transport Regulatory Authority (KADSTRA)
Eligibilité des Soumissionaires:   Interested Applicants must provide information evidencing that they are qualified and experienced to perform those Services. For that purpose, documented evidence of recent and similar services shall be submitted.
Determination of the similarity of the experiences will be based on:
 The contracts size;
 The nature of the Services: project management support, institutional support and capacity building, operations support, procurement support, communication, assistance in operation.
 The technical area and expertise : Urban mass transit project with at least one experience in BRT projects
 The location : knowledge and in depth experience of the project execution in developing countries.

Eligibility criteria to AFD financing are specified in sub-clause 1.3 of the "Procurement Guidelines for AFD Financed Contracts in Foreign Countries", available online on AFD’s website: http://www.afd.fr.
Langue d'origine:   Anglais

Contact

Adresse :   Aisha Sa'idu-Bala
Ms
KADSTRA Offices, 3 Sokoto Road
Kaduna, Kaduna
Nigeria
Téléphone:   +234 7066505645
Adresse électronique :   aisha.saidu-bala@kdsg.gov.ng
Site Web:   http://kadstra.kdsg.gov.ng

Dossier d'appel d'offres et documents joints

 
  • Sollicitation: KBRT Security Audit (2 MB; Avr 12, 2023)
  • Sollicitation (89 KB; Avr 21, 2023)
     Télécharger le(s) document(s)

Texte original

NIGERIA

Kaduna Bus Rapid Transit Project

CONSULTING SERVICES
Expressions of Interest

The Federal Republic of Nigeria has applied for financing from the Agence Française de Développement ("AFD") in the form of a loan towards the cost of the proposed Kaduna Bus Rapid Transit Project. This project consists of a 24kms BRT corridor from Kawo to Sabon Tasha in Kaduna city and will deliver a sustainable public transport system by focusing on accessibility and mobility of people. It aims at providing a holistic solution for integrated urban mobility and bearing a demonstration value as the first BRT line in Kaduna.
The Kaduna State Transport Regulatory Authority (KADSTRA), Implementing Agency of the Project, requires the services of internationally qualified and experienced consultants having requisite skills and experience to assist them in two areas:
- Package 1 Detailed Engineering Design, Procurement and Construction Supervision (EPCS)
- Package 2 Project Management and Operational Design (PMOD)
This Request for Expression of Interest is related to Package 2: Project Management and Operational Design (PMOD).
The Services of this Package 2 include the following missions:
- Mission 1 : Project Management and Institutional Support : The consultant is to :
(i) Assist the Client in the planning and continuous technical and financial follow up on the progress of the Project. Main outputs will include: Master Project Schedule; Quality Management Plan; Procurement Plan implementation; Monitoring and updates; Project Implementation Manual, completion and updates; Budget and Contract Management Plan; Project Cost Control System; Project Monitoring Evaluation Results Framework; Risk Assessment and Mitigation Plan; Quality, Financial and Technical Audits; Coordination of public/ stakeholder consultation programs; Progress Reports (Physical and Financial).
(ii) Develop and implement the organizational development plan of KADSTRA, so that this government agency can efficiently implement the project and later act as the end-user to own, manage, operate and maintain the BRT system when completed (institutional development plan, organization structure, staffing, capacity building, study tours, training, KADSTRA Business Plan); strengthen and build capacities of relevant organizations related to BRT operations, such as the Traffic Police, BRT operating company(ies), etc.
(iii) Develop and implement a Project Communication and Visibility Plan: the BRT will be a totally new mode of public transport in Kaduna. The objective of these activities is to communicate information about BRTso as to raise the awareness of BRT, and to gain the public's support for and involvement in the BRT development, and use of the BRT once operational. Main output will include the preparation and implementation of a Project Communication and Visibility Plan, covering the definition phase of the BRT concept; the project development and implementation phase; and the start of BRT operations.
(iv) Develop and implement Citizen and Stakeholders Engagement Plan: the objective of this output is to provide a framework for the citizens of Kaduna to be made aware of the project as a whole, to obtain its views and ensure these views are taken into account in the project design process. Main output will include the program design, community awareness and outreach, stakeholder analysis and stakeholder participation,
- Mission 2 : Support for BRT operations : The consultant is to assist KADSTRA on all issues related to the operation of the BRT. The Consultant is to:
(i) Develop and implement a Branding and Marketing Plan, covering the definition phase of the BRT concept and branding, preparation of designs detailing the application of this brand to all aspects of the BRT system and handbooks/design and operations manuals for key elements of all aspects of the BRT Brand (including staff uniforms), and multimedia marketing of the brand.
(ii) Develop a BRT Operations Business Plan (BOBP) including : complementary traffic surveys and refined transport demand modelling; fare structure and potential non-fare revenue; financial modelling of future BRT operations; operational plan for BRT services; and business model for delivery of BRT bus operations and associated services including customer services.
(iii) Produce and implement a detailed bus industry restructuring plan which should include diagnostic, identification and detailed listing of all operators impacted by the future BRT; negotiations with existing operators; economic compensation/incentive mechanism and fleet scrapping program; draft contracts (resulting from negotiations or bidding); business management training for operators selected; and set up of efficient BRT operating companies.
(iv) Prepare for BRT Service Start Up and commissioning of BRT Operations: the Consultant is to undertake all activities needed to prepare selected operators and their staff to commence operation of the BRT services, and to ensure the BRT operations start smoothly on the due date (operating plans, including schedules and timetables, and crew rosters (for drivers, mechanics, etc.); staff training program manuals; preparation of handbooks; incident and emergency response plan; preparation of a service delivery monitoring handbook; BRT trial operations; BRT operations 6-month review).

- Mission 3 : Procurement Support : the Consultant will support KADSTRA in all stages of procurement of: BRT fleet; ITS systems and equipment; traffic signals and traffic management centre; electronic fare collection and ticketing system; and concessionaires for BRT operations related services.The Consultant will prepare bidding documents, provide legal and commercial procurement advice, take responsibility for the bidding process, finalize technical and financial evaluation of proposals; and ensure that contracts are negotiated and signed.
The Services have been estimated for a period of thirty-six (36) months. The services are not expected to be full-time residential in Kaduna.
Due to the security risk in Nigeria, a security audit has been contracted by AFD to provide bidders with more information about the current situation in the Project area. This security audit is attached as an appendix to this REOI. Besides, a security management plan (SMP) is currently being developed by KADSTRA to enable safe and secure business operations. This SMP will be shared with short-listed bidders at the Request for Proposals (RFP) stage. KADSTRA hereby invites Applicants to show their interest in delivering the Services described above.
This Request for Expressions of Interest is open to:

Consulting firms
Individual consultants
NGOs
Joint Venture between NGO(s) and consulting firm(s)

Eligibility criteria to AFD financing are specified in sub-clause 1.3 of the "Procurement Guidelines for AFD Financed Contracts in Foreign Countries", available online on AFD’s website: http://www.afd.fr.
The Applicant shall submit only one application, either in its own name or as a member of a Joint Venture (JV). If an Applicant (including any JV member) submits or participates in more than one application, those applications shall be all rejected. However, the same Subconsultant may participate in several applications.
If the Applicant is a JV, the expression of interest shall include:
 a copy of the JV Agreement entered into by all members,
or
 a letter of intent to execute a JV Agreement, signed by all members together with a copy of the Agreement proposal,
In the absence of this document, the other members will be considered as Subconsultants.
Experiences and qualifications of Subconsultants are not taken into account in the evaluation of the applications.
Interested Applicants must provide information evidencing that they are qualified and experienced to perform those Services. For that purpose, documented evidence of recent and similar services shall be submitted.
Determination of the similarity of the experiences will be based on:
 The contracts size.
 The nature of the Services: project management support, institutional support and capacity building, operations support, procurement support, communication, assistance in operation.
 The technical area and expertise: Urban mass transit project with at least one experience in BRT projects
 The location: knowledge and in depth experience of the project execution in developing countries.

The Client will also take into account for the evaluation of the applications the following items:
 Local representatives/partners
 Experience in providing services in an area with a similar security risk.

Among the submitted applications, KADSTRA will shortlist a maximum of six (6) Applicants, to whom the Request for Proposals to carry out the Services shall be sent.

The Expressions of Interest must be submitted either by email or in hard copies to the address below no later than May 17, 2023.

THE PROJECT DIRECTOR,
KBRT PROJECT, KADSTRA OFFICES, MINISTRY OF PUBLIC WORKS COMPLEX, SOKOTO ROAD, KADUNA

Telephone: +234 (0) 7066 505645
Email: aisha.saidu-bala@kdsg.gov.ng/ kadstra@kdsg.gov.ng

Interested Applicants may obtain further information at the address below during office hours:
08.00 – 17.00.
KBRT PROJECT, KADSTRA OFFICES , MINISTRY OF PUBLIC WORKS COMPLEX, SOKOTO ROAD, KADUNA

Appendix to The Request for Expressions of Interest
(To be submitted with the application, signed and unaltered)
Statement of Integrity, Eligibility and Environmental and Social Responsibility

Reference of the bid or proposal (the "Contract")
To: (the "Contracting Authority")

1. We recognise and accept that Agence Française de Développement ("AFD") only finances projects of the Contracting Authority subject to its own conditions which are set out in the Financing Agreement which benefits directly or indirectly to the Contracting Authority. As a matter of consequence, no legal relationship exists between AFD and our company, our joint venture or our suppliers, contractors, subcontractors, consultants or subconsultants. The Contracting Authority retains exclusive responsibility for the preparation and implementation of the procurement process and performance of the contract. The Contracting Authority means the Purchaser, the Employer, the Client, as the case may be, for the procurement of goods, works, plants, consulting services or non-consulting services.
2. We hereby certify that neither we nor any other member of our joint venture or any of our suppliers, contractors, subcontractors, consultants or subconsultants are in any of the following situations:
2.1 Being bankrupt, wound up or ceasing our activities, having our activities administered by the courts, having entered into receivership, reorganisation or being in any analogous situation arising from any similar procedure.
2.2 Having been:
a) convicted, within the past five years by a court decision, which has the force of res judicata in the country where the Contract is implemented, of fraud, corruption or of any other offense committed during a procurement process or performance of a contract (in the event of such conviction, you may attach to this Statement of Integrity supporting information showing that this conviction is not relevant in the context of this Contract);
b) subject to an administrative sanction within the past five years by the European Union or by the competent authorities of the country where we are constituted, for fraud, corruption or for any other offense committed during a procurement process or performance of a contract (in the event of such sanction, you may attach to this Statement of Integrity supporting information showing that this sanction is not relevant in the context of this Contract);
c) convicted, within the past five years by a court decision, which has the force of res judicata, of fraud, corruption or of any other offense committed during the procurement process or performance of an AFD-financed contract.
2.3 Being listed for financial sanctions by the United Nations, the European Union and/or France for the purposes of fight-against-terrorist financing or threat to international peace and security.
2.4 Having been subject within the past five years to a contract termination fully settled against us for significant or persistent failure to comply with our contractual obligations during contract performance, unless this termination was challenged and dispute resolution is still pending or has not confirmed a full settlement against us;
2.5 Not having fulfilled our fiscal obligations regarding payments of taxes in accordance with the legal provisions of either the country where we are constituted or the Contracting Authority's country.
2.6 Being subject to an exclusion decision of the World Bank and being listed on the website http://www.worldbank.org/debarr (in the event of such exclusion, you may attach to this Statement of Integrity supporting information showing that this exclusion is not relevant in the context of this Contract);
2.7 Having created false documents or committed misrepresentation in documentation requested by the Contracting Authority as part of the procurement process of this Contract.
3. We hereby certify that neither we, nor any of the members of our joint venture or any of our suppliers, contractors, subcontractors, consultants or subconsultants are in any of the following situations of conflict of interest:
3.1 Being an affiliate controlled by the Contracting Authority or a shareholder controlling the Contracting Authority, unless the stemming conflict of interest has been brought to the attention of AFD and resolved to its satisfaction.
3.2 Having a business or family relationship with a Contracting Authority's staff involved in the procurement process or the supervision of the resulting Contract, unless the stemming conflict of interest has been brought to the attention of AFD and resolved to its satisfaction.
3.3 Being controlled by or controlling another bidder or consultant, or being under common control with another bidder or consultant, or receiving from or granting subsidies directly or indirectly to another bidder or consultant, having the same legal representative as another bidder or consultant, maintaining direct or indirect contacts with another bidder or consultant which allows us to have or give access to information contained in the respective applications, bids or proposals, influencing them or influencing decisions of the Contracting Authority;
3.4 Being engaged in a consulting services activity, which, by its nature, may be in conflict with the assignments that we would carry out for the Contracting Authority.
3.5 In the case of procurement of goods, works or plants:
a) Having prepared or having been associated with a consultant who prepared specifications, drawings, calculations and other documentation to be used in the procurement process of this Contract.
b) Having been recruited (or being proposed to be recruited) ourselves or any of our affiliates, to carry out works supervision or inspection for this Contract.
4. If we are a state-owned entity, and to compete in a procurement process, we certify that we have legal and financial autonomy and that we operate under commercial laws and regulations.
5. We undertake to bring to the attention of the Contracting Authority, which will inform AFD, any change in situation with regard to points 2 to 4 here above.
6. In the context of the procurement process and performance of the corresponding contract:
6.1 We have not and we will not engage in any dishonest conduct (act or omission) deliberately indented to deceive others, to intentionally conceal items, to violate or vitiate someone's consent, to make them circumvent legal or regulatory requirements and/or to violate their internal rules in order to obtain illegitimate profit;
6.2 We have not and we will not engage in any dishonest conduct (act or omission) contrary to our legal or regulatory obligations or our internal rules in order to obtain illegitimate profit;
6.3 We have not promised, offered or given and we will not promise, offer or give, directly or indirectly to (i) any Person who holds a legislative, executive, administrative or judicial mandate within the State of the Contracting Authority regardless of whether that Person was nominated or elected, regardless of the permanent or temporary, paid or unpaid nature of the position and regardless of the hierarchical level the Person occupies, (ii) any other Person who performs a public function, including for a State institution or a State owned company, or who provides a public service, or (iii) any other person defined as a Public Officer by the national laws of the Contracting Authority’s country, an undue advantage of any kind, for himself or for another Person or entity, for such Public Officer to act or refrain from acting in his official capacity;
6.4 We have not promised, offered or given and we will not promise, offer or give, directly or indirectly to any Person who occupies an executive position in a private sector entity or works for such an entity, regardless of the nature of his/her capacity, any undue advantage of any kind, for himself or another Person or entity for such Person to perform or refrain from performing any act in breach of its legal, contractual or professional obligations;
6.5 We have not and we will not engage in any practice likely to influence the contract award process to the detriment of the Contracting Authority and, in particular, in any anti competitive practice having for object or for effect to prevent, restrict or distort competition, namely by limiting access to the market or the free exercise of competition by other undertakings;
6.6 Neither we nor any of the members of our joint venture or any of our suppliers, contractors, subcontractors, consultants or subconsultants shall acquire or supply any equipment nor operate in any sectors under an embargo of the United Nations, the European Union or France.
6.7 We commit ourselves to comply with and ensure that all of our suppliers, contractors, subcontractors, consultants or subconsultants comply with international environmental and labour standards, consistent with laws and regulations applicable in the country of implementation of the Contract, including the fundamental conventions of the International Labour Organisation (ILO) and international environmental treaties. Moreover, we shall implement environmental and social risks mitigation measures when specified in the environmental and social commitment plan (ESCP) provided by the Contracting Authority.
7. We, as well as members of our joint venture and our suppliers, contractors, subcontractors, consultants or subconsultants authorise AFD to inspect accounts, records and other documents relating to the procurement process and performance of the contract and to have them audited by auditors appointed by AFD.

Name: In the capacity of:
Duly empowered to sign in the name and on behalf of :
Signature:
Dated:

Veuillez noter que cet avis est pour information seulement.
Nous nous efforçons de fournir des informations les plus exactes et mises à jour mais nous ne pouvons pas garantir que toutes les informations fournies sur notre site ne contiennent pas d'erreur.
Si vous avez des suggestions/corrections pour cet avis, n'hésitez pas à nous en informer.