World Bank HQ

Regional Climate Resilience Program for Eastern and Southern Africa Project: Technical Consulting Services for Feasibility Studies, Design, and Supervision for the Regional Climate Resilience Program in South Sudan

Last update: Dec 2, 2024 Last update: Dec 2, 2024

Details

Location:South Sudan
South Sudan
Category:Consulting services
Status:Awarded
Sectors:Civil Engineering, Water & Sanitation
Languages:English
Funding Agency:
Contracting authority type:Government / Public Sector
Eligibility:Organisation
Budget:N/A
Date posted: Oct 16, 2023

Attachments 2

Associated Awards

Project cycle timeline

STAGES
EARLY INTELLIGENCE
PROCUREMENT
IMPLEMENTATION
Cancelled
Status
Programming
Formulation
Approval
Forecast
Open
Closed
Shortlisted
Awarded
Evaluation

Associated tenders 1

Status

Date

Description

NOTICE AT-A-GLANCE

Project ID: P180171

Project Title: Regional Climate Resilience Program for Eastern and Southern Africa Project

Country: Eastern and Southern Africa

Notice No: OP00252590

Notice Type: Request for Expression of Interest

Notice Status: Published

Borrower Bid Reference: SS-MWRI-373355-CS-QCBS

Procurement Method: Quality And Cost-Based Selection

Language of Notice: English

Submission Deadline Date/Time: Oct 31, 2023 17:00

Published Date: 14-Oct-2023

Description: Technical Consulting Services for Feasibility Studies, Design, and Supervision for the Regional Climate Resilience Program in South Sudan.


Details:

THE REPUBLIC OF SOUTH SUDAN

MINISTRY OF WATER RESROUCES AND IRRIGATION

REQUEST FOR EXPRESSION OF INTEREST

(CONSULTING SERVICES-FIRMS SELECTION)

Country

South Sudan

Name of project

Regional Climate Resilience Program for Eastern and Southern Africa

Grant no.

IDA-E1920

Assignment title

Technical Consulting Services for Feasibility Studies, Designs, and Supervision for the Regional Climate Resilience Program in South Sudan

Reference no.

SS-MWRI-373355-CS-QCBS

  1. The Government of South Sudan (GoSS), has received a grant from the International Development Association (IDA) to implement the Regional Climate Resilience Program (RCRP) under phase 1. The GoSS intends to utilize part of the proceeds of this financing for implementation of the Technical Consulting Services for Feasibility Studies, Designs, and Supervision for the Regional Climate Resilience Program in South Sudan. This Phase 1 of the RCRP aims to improve the management of water-related climate impacts in Eastern and Southern Africa with South Sudan as one of the focus countries. This an initial project is meant to help South Sudan prepare for the long-term flood and drought protection measures and investments. It focuses on non-structural measures, including climate resilient water resource management planning, early warning, improved monitoring and forecasting capacities, flood risk mapping, and community level interventions, rehabilitation of existing flood protection and water retention and storage infrastructure, including potential support to natural-capital based livelihood activities in flood-prone areas for a period of 5 years (2023 – 2028).
  2. The assignment period is 48 months and expected to commence in July 2024.
  3. The detailed Terms of Reference can also be downloaded from the website of the Ministry of Finance of South Sudan at https://mofp.gov.ss and the NGO Forum at https://comms.southsudanngoforum.org/c/tenders/8 . The Terms of Reference may be obtained from the email address below: crfm.procurement@gmail.com copied to crfmsouthsudan@gmail.com .
  4. The Ministry of Water Resources and Irrigation (MWRI) 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. The shortlisting criteria are:
  1. A Minimum of ten (10) years of core business as a consulting firm in undertaking planning, feasibility study and detailed design for civil works infrastructure related to flood management structures; drainage system, community water storage, livelihood enhancement and nature-based solutions in developing countries.
  2. Experience of at least 3 assignments completed in the last 10 years of similar in nature, type, scope in the following areas: (i) Feasibility studies in infrastructural projects, , (ii) flood management structures ; drainage system, community water storage, livelihood enhancement and nature-based solutions (iii) Community Management & Assessments in Water, Sanitation and other infrastructure and community related projects. The experience in these different areas may be obtained from the same assignment or from different assignments provided the Consultancy firm can demonstrate that all the areas must be covered.
  3. Experience in Sub-Saharan Africa or other countries in the world at similar level of development as Sub-Saharan Africa and characterized by high levels of insecurity and flooding.
  4. Submit Technical and managerial capability of the firm (Provide only the structure of the organization, general qualifications, and number of key staff to include expertise in Project Management, Networks planning, Contract Management, Procurement Management, GIS Management, Information Technology / Systems Engineering, Environmental and social safeguards and social safeguard Management. Do not provide CV of the staff). Key Experts will not be evaluated at the shortlisting stage.
  5. 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’ July 2016 revised November 2017, August 2018, November 2020 and September 2023 [Procurement in Investment Project Financing; Goods, Works, Non-Consulting and Consulting Services], setting forth the World Bank’s policy on conflict of interest.
  6. Consultants may associate with other firms to enhance their qualifications but should indicate clearly whether the association is in the form of a joint venture and/or a sub-consultancy. In the case of a joint venture, all the partners in the joint venture shall be jointly and severally liable for the entire contract, if selected.
  7. A consultant will be selected in accordance with the Quality and Cost-Based Selection (QCBS) method set out in the World Bank’s ‘Procurement Regulations for IPF Borrowers’ July 2016 revised November 2017, August 2018, November 2020 and Fifth Edition, September 2023.
  8. Further information can be obtained at the address below during office hours from 09:00 to 15:00 hours local (Monday through Friday); and
  9. Expressions of Interest shall be submitted in a written form by 17:00 hours Juba time on 31st October, 2023 (in person or by e-mail) to the following address:

Procurement Unit

Ministry of Water and Irrigation

Juba

South Sudan

Email: crfm.procurement@gmail.com copied to crfmsouthsudan@gmail.com, fabu.fti.moe@gmail.com

CONTACT INFORMATION

Organization/Department: Ministry of Water Resources and Irrigations

Name: Andrew Yunda

Address: Ministry of Water Resources and Irrigation, Juba

City:

Province/State:

Postal Code:

Country: South Sudan

Phone: +211912615175

Email: crfmsouthsudan@gmail.com

Website:

Want to unlock full information?
Member-only information. Become a member to access this information. Procurement notices from over 120+ donors and banks are available here
Similar tenders
By Locations
Funding agency:
GIZ
Status:
awarded
Location:
Angola, Benin, Botswana, Burkina Faso, Burundi, Cameroon, Cape Verde, Central African Republic, Chad, Comoros, Congo, Cote d'Ivoire, Dem. Rep. Congo, Djibouti, Equatorial Guinea, Eritrea, Eswatini (Swaziland), Ethiopia, Gabon, Gambia, Ghana, Guinea, Guinea-Bissau, Kenya, Lesotho, Liberia, Madagascar, Malawi, Mali, Mauritania, Mauritius, Mozambique, Namibia, Niger, Nigeria, Rwanda, Sao Tome and Principe, Senegal, Seychelles, Sierra Leone, Somalia, South Africa, South Sudan, Sudan, Tanzania, Togo, Uganda, Zambia, Zimbabwe