The Jordan Vally Authority 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. The consulting services (“the Services”) is to provide professional technical services to support activities aimed at safeguarding the country’s existing storage and efforts to enhance water security under Sub Component 3.2. This includes supporting the development of tools to assess the safety of dams in Jordan and their vulnerability to climate related risks, as well as advancing the identification, prioritization and readiness of investments aimed at improving water security. The specific aims of this assignment are to: (i) Enhance the national dam safety management system in Jordan by supporting the JVA in preparing national standard dam safety guidelines and templates, and updating the required dam safety plans for all dams in Jordan; (ii) Support the development and institutionalization of measures to improve performance of the dam safety management system in Jordan, through maturity matrices and risk indexing tools; and, (iii) Carry out dam safety assessments for three dams, including reviewing any safety issues, identifying potential risks, and providing recommendations for remedial works and safety improvement measures, covering both structural and nonstructural elements along with preliminary cost estimates and the preparation of tender documentation. 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. Consultant Brochures may also be included in the EOI. The shortlisting criteria are: 1. Description of similar assignments, and in similar conditions 2. The firm’s core business and general experience years in business and overall competence in relevance to this assignment. 3. The firm financial capability. 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.
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. 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. The Applicant’s attention is drawn to the following: a. 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; b. International consulting firms shall satisfy the requirements as defined in this request for Expression of Interest and the attached ToR. If awarded, the international consultant shall abide by the Country’s tax laws as applicable. c. A Joint Venture of national and international consulting firms or an international consulting firm with a local Sub-Consultant, shall all satisfy the requirements under points a and b. The national consulting firm, regardless of whether JV member or Sub-Consultant, shall also meet of the requirements mentioned under a) as applicable. Shortlisted Consultants will be invited to submit their proposals, upon which 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. 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). Expressions of interest must be delivered only by email to the email provided below by December, 9, 2024, 12 pm Jordan time.
The Jordan Valley Authority To Eng. Haya Al Ghzawi, Procurement Manager Email: haya_alghzawi@mwi.gov.jo
|