Welcome to AFD/dgMarket


Recherche
Recherche Avancée

King Talal Dam Safety Assessment and Sediment Management

Appel à Manifestation d'Intérêt

Informations générales

Pays:   Jordanie
Ville/Localité:   Jordan
Numéro de l'avis/du contrat:   JO-JVA-478940-CS-QCBS
Date de publication:   Jun 30, 2025
Date limite (heure locale):   Juillet 30, 2025 - 12:00
Agence de financement:   Agence Française de Développement - Agence de Financement
Acheteur:   JORDAN - Jordan Valley Authority (JVA)
Eligibilité des Soumissionaires:   as attached
Langue d'origine:   Anglais

Contact

Adresse :   Haya Al Ghzawi
Procuremet manager
Ministry of water and Irriagatio-Jordan Valley Authority
45 Salem Al Hendawi St. P.O. Box 2769
Shmeisani
Amman, Jordan 11181
Jordanie
Téléphone:   +962 780072222
Fax:   +962 6 5689916
Adresse électronique :   haya_alghzawi@mwi.gov.jo
Site Web:   https://www.mwi.gov.jo/Default/Ar

Dossier d'appel d'offres et documents joints

 
  • Fichier joint: TOR of KTD safety assessment and sediment Management (2 MB; Jun 30, 2025)
     Télécharger le(s) document(s)

Texte original

REQUEST FOR EXPRESSIONS OF INTEREST
(CONSULTING SERVICES - FIRMS SELECTION)

HASHEMITE KINGDOM OF JORDAN
JORDAN WATER SECTOR EFFICIENCY PROGRAM
IBRD Loan No. 9560-JO, CFF TF No. TF0C1892, AFD No. CJO 1141 01P

Assignment Title: Consultancy Services for King Talal Dam Safety Assessment and Sediment Management
Reference No.: JO-JVA-478940-CS-QCBS

1. The Hashemite Kingdom of Jordan, Ministry of Water and Irrigation, has received financing from the International Bank for Reconstruction and Development (World Bank), the Agence Française de Développement (AFD) and Global Concessional Financing Facility (GCFF) in the amount of US$300,000,000 toward the cost of the Jordan Water Sector Efficiency Project, and it intends to apply part of the proceeds to payments for consulting services to be procured under this project.
2. The consulting services (“the Services”) is to provide professional technical services to support activities aimed at safeguarding the King Talal Dam and prepare the sediment Management Plan for King Talal Dam to ensure the sustainability of the dam. The Specific aims of the assignment are to:
a. Assess the safety condition of King Talal Dam and associated structures, the operational status and procedures, and performance history, in accordance with the national standards, good international industry practices and World Bank requirements and guidelines;
b. Prepare a dam safety assessment report, including any safety issues, potential risks, and recommendations of remedial works and safety improvement measures, covering both structural and nonstructural elements along with their detailed design and preliminary cost estimates;
c. Assess and analyze sedimentation in King Talal Dam, including understanding sedimentation characteristics, quantifying sedimentation accumulation rates, evaluating the impact of sedimentation on the dam's storage capacity and operational lifespan and providing actionable recommendations for sediment management to ensure the long term sustainability of the dam;

d. Evaluate the condition of the water intake structure below the sediment level which is at risk of closure and propose solution/s to ensure the long term safe operation and functionality of the intake structure;
e. Establish a baseline of the current environmental and social conditions and practices associated with operation and maintenance of the dam; assess any E&S risks associated with the proposed activities; and, provide an action plan to address any operational gaps in the environmental, social, health and safety measures in accordance with the World Bank Environmental and Social Framework (ESF) and the relevant Environmental and Social Standards (ESSs).
f. Prepare the scope of work and bidding documents for the implementation of priority rehabilitation and remedial measures, including any equipment and instrumentation based on the recommendations of the assessments.
3. The TOR full version can be found at the link below:
https://www.mwi.gov.jo/Ar/Tenders
4. The Jordan Valley Authority now invites eligible consulting firms (“Consultants”) to indicate their interest in providing the Services. Interested Consultants should provide information demonstrating that they have the required qualifications and relevant experience to perform the Services.

5. A consulting firm is allowed to submit the expression of interest alone if it considers itself to be fully qualified on its own for the assignment, as it is not mandatory for consultants to associate with any other firm(s), whether foreign or local. Alternatively, if consultants themselves choose to associate to enhance their qualifications and capability for the assignment, then such associations may either be as a Joint Venture (i.e. all members of the joint venture shall be jointly and severally responsible) and/or Sub-consultants (i.e. the Consultant will be responsible, including for the services of the sub-consultant). In case of an association, the Consultants must explain in the EOI submission (a) the rationale for forming the association and (b) the anticipated role and relevant qualifications of each member of the Joint Venture and/or of each sub-consultant for carrying out the assignment, to justify the proposed inclusion of the JV members and/or sub-consultants in the association. Failure to provide the above explanation in the Expression of Interest may risk the association not being shortlisted for the assignment. Please note that in the evaluation of EOIs of associations for shortlisting purposes, only the qualifications of the JV members will be taken into account whereas the qualifications of proposed sub-consultants will not be considered.
The Applicant’s attention is drawn to the following:
National consulting engineering firms shall satisfy the requirements as defined in this request for Expression of Interest and the attached ToR and classified as First Grade (1) in the field of Water and Wastewater as per the Government Tender Directorate (GTD) classification system;

6. The shortlisting criteria are as follows, in which specific experience of the Consultant relevant to the assignment will be considered of paramount importance:

i. General Experience of the Consultant (as a firm) in providing consultant services (The firm’s core business and general experience, years in business, and overall competencies in relevance to this assignment)
ii. Specific Experience of the Consultant (as a firm) relevant to the assignment in providing similar services under contracts of comparable size (Description of similar assignments, and in similar conditions. The similar assignments will be considered only if they include a comprehensive dam safety assessment and sediment management, in the past 15 years.
Consultant Brochures may also be included in the EOI.

7. To demonstrate their qualifications and experience in meeting the above shortlisting/selection criteria, Consultants are requested to submit, at a minimum, the supporting documentation listed below. A consultant firm can only use its own qualifications and experience and not of its parent, sister or subsidiary companies or its employees.
(i) The firm's incorporation/trade/registration documents issued by the concerned government authority of the country of the firm.
(ii) The firm’s company brochures including the core areas of business; and
(iii) Completed Form-1 (attached to this Request for Expression of Interest) to provide information of similar contracts. This should include the name and reference number of the contract, brief description of the scope of work, contract amount, period of the contract, name of the client and country of assignment, and role of the Consultant in the contract. Copies of completion certificates/references of Clients of completed contracts are not required to be submitted with the EoI. In the subsequent stage at the time of submission of proposals, the Client may request the shortlisted consultants to submit such supporting completion certificates.
It is preferable to limit the EoI to a maximum of 30 pages.
Kindly note that at this shortlisting stage: Technical and Financial proposals are not requested. Key Experts, if proposed for the assignment, will not be evaluated. Request for clarifications on the EOI shall not be replied to.

The shortlist will contain 6 to 8 firms.
8. The attention of interested Consultants is drawn to Section III, paragraphs, 3.14, 3.16, and 3.17 of the World Bank’s “Procurement Regulations for IPF Borrowers” November 2020 (“Procurement Regulations”), setting forth the World Bank’s policy on conflict of interest.
9. a Consultant will be selected in accordance with the (QCBS) described in the “World Bank Procurement Regulations for IPF Borrowers”, dated November 2020" and to be specifically set out in the Request for Proposals.

10. Further information can be obtained in writing through the email address below at the address below during office hours (8:30 am to 4:00 pm Jordan Time).

11. Expressions of interest must be delivered only by email to the email provided below by July, 30, 2025, 12 pm Jordan time.

The Jordan Valley Authority
To Eng. Haya Al Ghzawi, Procurement Manager
Email: haya_alghzawi@mwi.gov.jo


Secretary General/ Jordan Valley Authority
Eng. Hisham AlHesa


Attachment: Form-1 (Similar Contracts)

Name of Consultant firm:______________ (attach separate form for each firm in case of JV)

Sr. No. Contract name & Reference No. of contract Brief Description of scope of work and main deliverables/outputs Contract value (in US$ equivalent)/ Amount paid to your firm Contract Period (start date and completion date) Name of Client & Country of Assignment
Role in the Assignment

{e.g., “Improvement quality of...............”: designed master plan for rationalization of ........; } {e.g., US$1 mill/US$0.5 mill}
{e.g., Jan.2009– Apr.2010} {e.g., Ministry of ......, country} {e.g., Lead partner in a JV A&B&C}

{e.g., “Support to sub-national government.....” : drafted secondary level regulations on..............} {e.g., US$0.2 mil/US$0.2 mil} {e.g., Jan-May 2008} {e.g., municipality of........., country} {e.g., sole Consultant}




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.