Consultant to Develop Water Resources Management Plan (WRMP) for Ngororero and Nyamagabe Districts tender at WaterAid Rwanda
Website :
10 Days Ago
Linkedid Twitter Share on facebook

REQUEST FOR PROPOSAL

CONSULTANT TO DEVELOP WATER RESOURCES MANAGEMENT PLAN (WRMP) FOR NGORORERO AND NYAMAGABE DISTRICTS

I. CONTEXT AND BACKGROUND

Isoko y’Ubuzima is a five-year Rwanda Water, Sanitation, and Hygiene (WASH) activity funded by the US Agency for International Development (USAID), awarded in July 2021. The activity is being executed by a consortium led by Water For People including IRC, CARE International, and VEI. It will take place in ten districts namely Rwamagana, Kayonza, Ngoma, Kirehe, Nyagatare, Nyanza, Ruhango, Nyamagabe, Ngororero, and Nyabihu.

The overall goal of the Isoko y’Ubuzima project will be achieved through three interrelated and mutually reinforcing strategic objectives: 1) Improving decentralized WASH Governance; 2) Improving Rural Drinking Water Services, and 3) Improving Rural Sanitation and Handwashing Services and Products.

Isoko y’Ubuzima supported Ngororero and Nyamagabe districts in reviewing Water supply detailed engineering designs and WASH Investment Plans as essential tools for resource mobilization by potential donors/ partners to reach district universal clean water access. 

The detailed engineering designs show a list of proposed new Water supply systems and existing ones that need rehabilitation and extension to achieve universal access to drinking water over a 25-year horizon.

In Rwanda, water resources are already scarce, and climate change will reduce them further. It is therefore paramount that we plan for the long term.

To achieve a secure and sustainable availability of supply of water for the community while protecting and enhancing the environment, Water For People through the Isoko y’Ubuzima would like to hire consultancy firms to develop a Water Resources Management Plan (WRMP) for Ngororero and Nyamagabe districts to meet the objectives as follows:

II. OBJECTIVE OF THE CONSULTANCY

The overall objective of the consultancy is to develop comprehensive water resources management plans for the Ngororero and Nyamagabe districts separately. The consultancy firm will propose concrete measures for effective protection and use of water resources to supply the proposed new systems and those that need rehabilitation.

The specific objectives include the following:

  1. To assess the characteristics of all the water resources and their respective catchment area, for all the proposed new water supply systems and those that need rehabilitation.
  1. To prepare a Water Resource Management Plan that recommends mitigation measures needed to protect the concerned water resources.

III. SCOPE OF WORK

The WRMP will be carried out for Ngororero and Nyamagabe districts and on all the water sources (springs, rivers, and lakes) and related catchment/ watersheds supplying all the proposed new water supply systems and existing ones that need partial or total rehabilitation (See below the number of targeted water systems per district). 

The Water Resources Management Plan (WRMP) will be developed to protect and manage the water supplies in the 2 districts to meet current and future needs over a minimum of 24 years. 

District

# of

proposed new WSS

# of existing

WSS that need

total

rehabilitation

# of existing

WSS that need

partial

rehabilitation

# of existing WSS that are in good condition

1. Ngororero

13

25

21

43

2. Nyamagabe

15

14

31

19

TASKS TO BE CARRIED OUT

1. Literature review 

  • Identify data availability and gaps for conducting the assessment (Note: Isoko y’Ubuzima will share Detailed engineering designs of all water supply systems per district).
  • Determine the extent of additional data collection required to ensure the qualitative depth of this study and the steps required (site visits, interviews, literature review, etc.)

2. Data collection

  1. a) Database of the potable water sources in the concerned districts that include the following components:
  • Compile all GPS locations of all water sources.
  • Delineation of the sub-catchments associated with the water sources identified.
  • Water quality tests of the new proposed water sources and WSS that need total rehabilitation (springs and surface water). The main parameters to be tested are PH, Turbidity, Temperature, Total Coliforms, E. Coli, Fecal Coliform, Hardness, Arsenic, fluoride, Chloride, Nitrate, Electro-conductivity, Total dissolved solids (TDS), Iron, Phosphates, Copper, Manganese, Aluminum, Ammonia, nitrogen. The water quality test should cover the dry and the rainy season.
  1. b) Water demand compilation

- Assess the identified water users and their water demand and interpolate the gap where applicable, (data already available).

  1. Watershed characteristics (land use, land cover, slopes, erosion potential, land ownership, current and potential source of contamination of sources, hydrological information)
  2. Existing or current watershed protection measures and challenges.
  1. Develop Water resources management plans.

Water resources management plan shall include but not be limited to the following sections:

  1. Characterization of potable water sources and related watersheds
  2. Water balance analysis for 24 years (2023-2047)
  3. Current and proposed legal and institutional framework for water resources management.
  4. Proposed protection and mitigation measures per water sources identified.
  5. Proposed monitoring framework and tools. Prioritization of watershed protection measures based on the risk of contamination and water demand analysis.
  6. Outline the risks and uncertainties of future planning.
  7. Estimated budget for the implementation of recommended WRMP.
  8. Dissemination/ training plan of key stakeholders on the WRMP.

V. EXPECTED DELIVERABLES

The consultant shall prepare and submit to the client the following:

  1. Inception report describing the methodology of the study, timeframe for the assignment, structure of the final report, and proposal of any amendments to the terms of reference.
  2. Interim report highlighting key findings and preliminary recommendations.
  3. Draft report including the WRMP for the 2 districts with individual reports per district, Hydrological models, and Maps (Hydrological maps, land use, catchment delineation, source location, administrative map...)
  4. Final reports including all comments from validation meetings.
  5. All deliverables mentioned above with all attachments will be produced and submitted to the client in soft and 2 hard copies.

N.B: The consultant is not limited to the above-proposed tasks and deliverables. Based on his/her experience the consultancy firm is encouraged to propose any relevant deliverables and tasks to ensure the completeness and quality of the study.

VI. TERMS OF MANAGEMENT OF THE CONSULTANCY

Consultancy Nature: Short-term, Consultancy firms (only)

The maximum time required to perform the work: is 90 calendar days distributed in 6 months, excluding the validation period and must cover both rainy and dry seasons.

Consultancy Oversight: The consultant will report to the Senior Water Supply Project Manager and will work closely with Water Supply Engineers, and the respective district officials.

VII. CONSULTANCY QUALIFICATIONS

The consultancy firm should present a list of key experts including but not limited to:

  • Water resources specialist: Having a master’s degree in water resources management or any related field with at least Ten (10) similar studies with the same complexity as a water resources specialist.
  • Water Quality Specialist: He/she should have a bachelor’s degree in microbiology, environmental chemistry, or any other related fields with at least eight (8) years of proven experience working in water quality analysis and monitoring. He/she should demonstrate a deep understanding of the national drinking water quality standards, with proven past experience in working with relevant institutions and/or nationally recognized water quality analysis laboratories.
  • Hydrogeologist: Having a master’s degree in hydrogeology, hydrology, or any related field with at least Ten (10) similar studies with the same complexity as a Hydrogeologist.
  • GIS Specialist: He/she should have a bachelor’s degree (A0) in land surveying, engineering surveying, Geomatics, or another related field with at least Seven (7) years of general experience. He/she must have work experience in at least three projects relevant to the construction of water supply systems proven by certificates of service.
  • At least one liaison person per district with at least a degree in civil engineering/ water engineering or any related field with a proven Five (5) years experience in the use of engineering and spatial software.

The application file should contain the following documents:

1. Administrative documents

Bidders are required to submit scanned copies of the below documents:

  1. Company registration certificate
  2. Valid good standing certificate issued by RDB.
  3. VAT registration certificate
  4. Valid Tax clearance certificate
  5. Valid RSSB clearance certificate

Note: The above administrative documents are mandatory for evaluation. However, with valid justification provided, the Tender Committee may request the first ranked bidder who complies with technical and financial evaluation but does not meet some of the above administrative requirements to provide missing administrative requirements within five working days before completing the evaluation of bids. 

2. Technical offer

  • A technical proposal with an understanding of TORs, a clear description of the proposed methodology detailing how the deliverables will be achieved, and the corresponding timeframe.
  • Sample of the final report which clearly indicates components and content the consultant thinks should be in the final report based on the consultant’s understanding of the task and experience (the sample report only with an executive summary and table of contents)
  • Up-to-date and detailed Curriculum Vitae of the proposed team of experts to carry out the work (if a team is envisaged, ensure the repartition of roles and responsibilities is clearly explained).
  • Evidence of the consultant’s experience in a similar assignment: Copies of similar assignments (with evidence of good completion of the previous similar assignments).
  • Possession or notarized rent agreement of tools, materials, and equipment needed to undertake the works.

The consultant firm must submit both the Technical Proposal and Financial Proposal: Yes

Criteria, sub-criteria, and point system for the evaluation of Full Technical Proposals are:

TECHNICAL EVALUATION OF BIDS

The evaluation of the technical bids will take place in two stages:

STEP I: ANALYSIS OF THE ADMINISTRATIVE COMPLIANCE

The Evaluation Committee will first review the administrative documents to determine if all required documents have been submitted, they are consistent, valid, and duly signed. Absence, noncompliance, or the validity of a threshold document classified as "administrative" will automatically be rejected and disqualified for further evaluation stages. Evaluation criteria

Descriptions

Mandatory (Major)

No

Company registration certificate RDB

✓ 

Valid good standing certificate issued by RDB

✓ 

Valid tax clearance RRA certificate

✓ 

VAT registration certificate

✓ 

Valid Clearance certificate issued by RSSB

✓ 

Presence in the opening session

✓ 

STEP II: TECHNICAL EVALUATION

To be admissible, the technical proposals should have received a score of at least 80% of points. Technical proposals will be evaluated based on the following criteria. I. The essential equipment: /20 Points

The essential equipment (The bidder must provide proof of possession/hiring of each material. 

20

Two Pick up or Jeep (each per district)

8

Two D-GPS devices (each per district)

6

Two Digital cameras (each per district)

6

II. Specific company experience /30 points

1

2

3

4

Proof of company working experience in the field

30

The specific experience of the company in the area covered by the mission (Consultancy services)

At least 3 similar works and the same complexity of the project (value on the certificate should be equal to or greater than the bid amount) 

30

At least 2 similar works and the same complexity of the project (value on the certificate should be equal or greater than the bid amount)

24

1 similar work and same complexity of the project (value on the certificate should be equal to or greater than the bid amount) 

18

The company which will not present at least one certificate of similar works will be disqualified 

0

 III.

Adequacy of the proposed methodology and work plan responding to the Terms of Reference: /20 points

Adequacy of the proposed methodology and work plan responding to the Terms of Reference:

20

1

Sample of the final report which clearly indicates components and content the consultant thinks should be in the final report based on the consultant’s understanding of the task and experience (the sample report only with an executive summary and table of contents)

15

2

A clear description of the deliverables detailing how (methodology) they will be achieved, and the corresponding timeframe.

5

IV.

Qualifications and experience of the key personnel proposed for the mission: /30 points.

 

Water resources specialist

8

Water resources specialist: Having a master’s degree in water resources management or any related field with at least Ten (10) years in similar consultancy works with the same complexity as a water resources specialist.

Notarized academic certificate+ copy of ID + availability

2

General proven experience of Ten (10) years + Signed and updated CV

2

Specific experience in consultancy works conducted in water resources engineering and management-related fields (certificate of service rendered) for at least Five projects 

4

Hydrogeologist

6

Hydrogeologist: Having a master’s degree in hydrogeology, hydrology, or any related ield with at least Ten (10) years of similar consultancy work with the same complexity as a Hydrogeologist.

Notarized academic certificate+ copy of ID+ availability certificate

2

General proven experience of Ten (10) years + signed and updated CV

2

Specific experience in consultancy works conducted in water resources engineering and management-related fields (certificate of service rendered) for at least Five projects 

2

3

Water Quality Specialist

4

Notarized academic certificate+ certificate of availability

1

Experience of five (5) years+ signed updated CV

1

Specific experience in consultancy works conducted in water resources engineering and management-related fields (certificate of service rendered) for at least two projects 

2

4

GIS Specialist

4

Notarized academic certificate+ Certificate of availability

1

Experience of Seven (7) years+ signed updated CV

1

Specific experience in consultancy works conducted in water resources engineering and management-related fields (certificate of service rendered) for at least two projects 

2

5

Liaison person for Nyamagabe

4

Notarized academic certificate+ certificate of availability

1

Experience of Five years+ signed updated CV

1

Specific experience in consultancy works conducted in water resources engineering and management-related fields (certificate of service rendered) for at least one project 

2

6

Liaison person for Ngororero

4

Notarized academic certificate+ certificate of availability

1

Experience of Five years+ signed updated CV

1

Specific experience in consultancy works conducted in water resources engineering and management-related fields (certificate of service rendered) for at least one project 

2

Note:

  1. The key personnel must have a detailed CV, updated and signed by the holder with the notified copy of the certification of their qualification as stated above, a copy of their Identity card/ passport, and a signed certificate of availability by key personnel.
  2. Degree issued by foreign institutions will only be considered if they are presented with their equivalences in Rwanda.
  3. Only staff experience(s) with a copy of the certificate of good completion will be considered.
  4. The bidder must attain a minimum score of 80% for each of the technical evaluation marks scoring sections: 1) Key personnel; 2) Work experience;3) Proposed methodology and 4) Equipment.
  5. The bidder must achieve a minimum aggregate score of 80% in the technical evaluation.

The lowest responsive bidder in the financial evaluation will be selected for the award.

TOTAL 100 Points

1

The currency to be used in Rwanda Francs

The source of official selling rates is NA

The date of exchange rates is NA

2

The bidder to be able to qualify for financial evaluation must have all the required administrative documents and at least obtain a minimum score of 80 out of 100 in technical evaluation. However, the marks obtained during the technical evaluation do not influence in any way the financial evaluation. The lowest and most responsive bidder included in the financial evaluation will be awarded

3

Address for contract negotiation: refer to the notice

4

Expected date for commencement of consulting services: after receiving the service order

5

Contract duration: 90 days

3. Financial offer

A financial offer detailing the various costs associated with the delivery of the above services should be submitted in protected Excel format and must be a separate document from the technical offer (in Rwanda Francs).

The selected bidder will be contractually required to comply with Water For People’s Vendor Code of Conduct https://www.waterforpeople.org/Vendor-Code-of-Conduct and will be required to deliver a Conflict-of-Interest Certificate prior to execution of the contract. The Conflict-of-Interest Certificate requires the disclosure of any potential or actual conflicts of interest with Water For People employees or their relatives including past, current, or proposed business transactions, employment, or offers of employment or certain gifts or entertainment. Water For People will evaluate any disclosures of conflicts of interest; if Water For People determines it cannot waive or mitigate the conflict of interest it will result in the disqualification of the selected bidder.

How to Apply:

Interested consultancy firms are requested to submit electronically their application files no later than May 26, 2024, with the following subject: "Water Resources Management Plans for 2

Districts/Isoko y’Ubuzima Project" to the following e-mail address: rwprocurement@waterforpeople.org.

The Client will open in public the financial Proposal on May 28, 2024, at 10 AM in the Water For People office.

Done at Kigali, May 09, 2024.

Eugene Dusingizumuremyi Country Director

Job Info
Job Category: Tenders in Rwanda
Job Type: Full-time
Deadline of this Job: Thursday, May 16 2024
Duty Station: Kigali
Posted: 10-05-2024
No of Jobs: 1
Start Publishing: 10-05-2024
Stop Publishing (Put date of 2030): 10-05-2066
Apply Now
Notification Board

Join a Focused Community on job search to uncover both advertised and non-advertised jobs that you may not be aware of. A jobs WhatsApp Group Community can ensure that you know the opportunities happening around you and a jobs Facebook Group Community provides an opportunity to discuss with employers who need to fill urgent position. Click the links to join. You can view previously sent Email Alerts here incase you missed them and Subscribe so that you never miss out.

Caution: Never Pay Money in a Recruitment Process.

Some smart scams can trick you into paying for Psychometric Tests.