Welcome to AFD/dgMarket


Recherche
Recherche Avancée

Advisory services on Nature Based solutions Integration, Green building and phyto epuration feasibility (EXPIRED)

Appel d'offres

Informations générales

Pays:   Rwanda
Ville/Localité:   Kigali
Numéro de l'avis/du contrat:   003/12/2023-2024
Date de publication:   Dec 7, 2023
Date limite (heure locale):   Décembre 29, 2023 - 09:30
Agence de financement:   Agence Française de Développement - Agence de Financement
Acheteur:   RWANDA - City of Kigali
Eligibilité des Soumissionaires:   a.Profile of the Firm/Core business and company’s relevant experience in Consultancy Services related to the integration of Nature Based Solutions in Urban infrastructure projects in the region or in the City of Kigali preferably
b.Firm’s eligibility supporting documents and brochures of similar assignment performed in the past
c. At least ten (10) years’ experience of the firm in the field;
d. List and Description of similar assignments undertaken by the firm in the past of the same complexity in nature;
availability of key personnel, qualification, and experience of key personnel in similar assignment;
the bidder must be registered with umucyo.gov.rw and the submission of the bids is through e-procurement.
Langue d'origine:   Anglais

Contact

Adresse :   Julian Rugaza
City Manager
City of Kigali
3527
Nyarugenge
Kigali, Kigali 3527
Rwanda
Téléphone:   +250788627778
Adresse électronique :   jrugaza@kigalicity.gov.rw
Site Web:   http://www.kigalcity.gov.rw

Marchandises, Travaux et Services

 

Texte original

TENDER NOTICE
KIGALI INFORMAL SETTLEMENTS UPGRADING PROJECT
REQUEST FOR EXPRESSIONS OF INTEREST
(CONSULTANCY SERVICES – SELECTION)
COUNTRY: REPUBLIC OF RWANDA
Objective: Advisory services on Nature Based solutions Integration, Green building and phyto epuration feasibility


SOURCE OF FUND: AFD

With the aim of coping with the increased urbanization pressures, deficient infrastructure, lack of urban services and climate change related issue, the Government of Rwanda has reached a financing agreement with the French Development Agency (AFD) as well European Union to support informal settlement upgrading program through the project known as Kigali Informal Settlements Upgrading Project (KISUP). In this regard, the GoR intends to allocate a portion of the financing facility to the consultancy services.
The project will improve access to services for the populations of the two areas named Kagugu and Rwezamenyo/Nyakabanda, particularly in terms of mobility, public spaces, urban services and basic infrastructure while ensuring the inclusiveness of the project, to guarantee that it benefits the entire population, including vulnerable groups. In addition, the project will reduce the vulnerability of these neighbourhoods to the risks related to climate change, by taking into account a comprehensive approach to managing the impact of climate change.

In this context the City of Kigali calls eligible and interested International as well as National bidders to express their interest to conduct the consultancy services related to the provision of technical assistance for integrating nature-based solutions (NBS) in design of urban infrastructures planned under the Kigali Informal Settlement Upgrading Project (KISUP). These infrastructure include among others the construction and rehabilitation of roads (11Km), drainage system for stormwater (53 Km), footpaths(33Km), street lighting, etc.
The primary objective of this consultancy is to strengthen technical knowledge and capacity of city officials and engineers to facilitate the mainstreaming of Nature Based Solutions in the upgrading of Informal Settlements of the City of Kigali. This strengthening is expected on the design, works, operation and management of Nature Based Solutions. The expected outcomes include the reduction of flood risk and greenhouse gas emissions, and the improvement of livability in low-income vulnerable neighborhoods as well as other climate co-benefits. Other outcomes include biodiversity benefits and improved ecosystem health. Furthermore, the consultant shall carry out a feasibility study for phyto-purification treatment pilot project in Kagugu which aims at improving the quality of the water discharged into the wetland, in absence of a centralized sanitation system and supervise its implementation. The proposed reed bed solution could be replicated in other locations in Kagugu (and elsewhere), where the topography makes the land unsuitable for construction.


The total duration of the assignment shall be 34 Months, some of which will be dedicated to the provision of technical assistance on time -basis whereas others are for the provision of technical assistance on lamp-sum basis and this will be further detailed in the Terms of References.

The detailed TORs for the assignment will be given to the shortlisted firms in the Request for Proposals through e-procurement portal of Rwanda

Interested Consultant firm should provide information demonstrating that they have the required qualifications and relevant experience to perform the Services.
The shortlisting criteria are:
a. Profile of the Firm/Core business and company’s relevant experience in Consultancy Services related to the integration of Nature Based Solutions in Urban infrastructure projects in the region or in the City of Kigali preferably
b. Firm’s eligibility supporting documents and brochures of similar assignment performed in the past
c. At least ten (10) years’ experience of the firm in the field;
d. List and Description of similar assignments undertaken by the firm in the past of the same complexity in nature;
e. Availability of key personnel, qualification, and experience of key personnel in similar assignment;
Bidding will be conducted in accordance with the Law N°031/2022 of 21/11/2022 on Public Procurement as modified and completed to date.
Consultant firm may associate with other firms in the form of a Joint Venture only with letter of intent allowing joint venture signed by both parties indicating lead firm,
A Consultant will be selected in accordance with the Quality and Cost Based Selection (QCBS) method set out in the Consultant Guidelines.
Among the submitted applications, the City of Kigali will shortlist a maximum of six (6) Applicants, to whom the Request for Proposals to carry out the services shall be sent.
Further information can be obtained within 14 days before deadline of submission through E-procurement portal of Rwanda.
The City Manager,
City of Kigali
City Hall,
Kigali,
Rwanda
KN 3 Ave
hotline: 3260, Fax:(+250)573684, E-Mail: infos@kigalicity.gov.rw, P.o.Box 3527 Kigali
. Expressions of interest must be delivered through Rwanda e-procurement portal.

NB:
-Any clarification or information related on the tender is requested through E-procurement portal of Rwanda
- The application shall have to fill the” Statement of Integrity, Eligibility and Environmental and Social Responsibility” attached to this Request for Expression of Interest and submit it with the application
Ms. RUGAZA Julian
City Manager
City of Kigali




































Appendix to The Request for Expressions of Interest
(To be sumitted 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.