Expression of Interest - Details

Eoi Name:
Design And Supervision Of Building Construction Works And Engineering Services
Pack #:
MOE/FPMU/BADEA/QCBS/CS/01/20
Post Date:
22nd May, 2020
Submit Date:
17th June, 2020
Tender Cat:
Consultancy Services

Agency:
Ministry of Education
Industry:
Construction
Description:
Consultancy Services For The Design And Supervision Of Building Construction Works And Engineering Services Required For New Buildings And Facilities In Basic Schools In Five Regions Of Ghana.

The Government of the Republic of Ghana through the Ministry of Education (MOE) has received a loan from the Arab Bank for Economic Development in Africa (BADEA) towards the cost of the Support to Basic Education in Five Regions Project and it intends to apply part of the proceeds for consulting services.

The Consulting Services (“the Services”) include the detailed Architectural and Engineering Design, Preparation of Tender Documents as well as Supervision of Construction Works (Classroom Blocks, WC Toilet Blocks and Ancillary Facilities, External Works etc.). The project implementation period is 36 months. The scope of work for the assignment are as indicated below:

Ashanti Region
1. Effiduase Methodist JHS- 3-Unit Classroom Block
2. Atobiase D/A Basic School - 2-Unit KG Block with Ancillary Facilities
3. Bosomtwe Model School (STEM) - 6-Unit Classroom Block
4. Atwima Apemanim Model School - 6-Unit Classroom Block
5. Hiayeya D/A Primary - 6-Unit Classroom Block
6. Abesewa RC Primary - 2-Unit KG Block with Ancillary Facilities
7. Aboaso D/A Primary School - 6-Unit Classroom Block
8. St. Ann Anglican Primary - 6-Unit Classroom Block
9. Presby JHS, Bompata - 3-Unit Classroom Block
10. Manso Abore Primary - 6-Unit Classroom Block
11. Samadaniya Basic - 2-Unit KG Block with Ancillary Facilities
12. Apce Demonstration School Agogo - 6-Unit Classroom Block

Brong Ahafo Region
13. Akrodie R/C KG & Primary - 6-Unit Classroom Block
14. Breme RC JHS - 3-Unit Classroom Block
15. Kenyasi - Muoho Methodist Basic -2-Unit KG Block with Ancillary Facilities
16. Atebubu SDA Primary - 6-Unit Classroom Block
17. Asikasu No.1 Methodist Primary - 6-Unit Classroom Block
18. Asiri Presby Junior High School - 3-Unit Classroom Block
19. Nsuta RC Primary - 2-Unit KG Block with Ancillary Facilites
20. Methodist D/A JHS - 3-Unit Classroom Block
21. Babianiha R/C KG/Primary - 6-Unit Classroom Block

Central Region
22. Seth Okai Primary School - 2-Unit KG Block with Ancillary Facilities
23. Tekyam D/A JHS- 3-Unit Classroom Block
24. Etsi-Abaka Islamic Basic - 6-Unit Classroom Block
25. Nyame Nnae M/A Basic School - 2-Unit KG Block with Ancillary Facilities
26. Nuamakrom D/A KG/Primary/J H S. - 3-Unit Classroom Block
27. Apesika M/A Primary - 2-Unit KG Block with Ancillary Facilities

Eastern Region
28. Akim Awisa Methodist JHS - 2-Unit KG Block with Ancillary Facilites
29. Akosombo V.R.A. Kyease Primary - 6-Unit Classroom Block
30. Adawso Presby Primary - 6-Unit Classroom Block
31. Asuokaw Presby Primary - 3-Unit Classroom Block
32. Mafi-Abiwukope D/A Primary - 6-Unit Classroom Block
33. Bepong R/C Basic School - 6-Unit Classroom Block
34. Osiem Presby Primary - 6-Unit Classroom Block
35. Enyiresi Islamic Basic School - 6-Unit Classroom Block
36. Nkwateng Hasriya Islamic Primary And KG School - 6-Unit Classroom Block

Western Region
37. Pumpune M/A Primary - 6-Unit Classroom Block
38. Rhyaner Paul Anglican Primary School - 6-Unit Classroom Block
39. Diabene Catholic Primary School - 6-Unit Classroom Block
40. Shama D/A Primary - 6-Unit Classroom Block
41. Debiso D/A JHS - 3-Unit Classroom Block
12. Antobam D/A JHS - 3-Unit Classroom Block
43. Gwira Babiani Methodist J.H.S. - 2-Unit KG Block with Ancillary Facilities
44. Nsuaem D/A Primary School - 6-Unit Classroom Block

The Ministry of Education through the Funds and Procurement Management Unit (FPMU) 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 Consultants should also note that only Arab, African or Arab – African firms shall be eligible for selection of the Services. The shortlisting criteria are;

1. The Consultants Past Experience and Performance
2. The Financial Ability of the Consultant
3. The Staff, Organizational Chart and Key Technical Personnel of the Consultants
4. Registration with a Professional Body

Interested Firms shall provide the following as part of their Expression of Interest:

1. Legal Status of the Firm (i.e Certificate of Incorporation and Certificate to Commence Business)
2. GRA Tax Clearance Certificate
3. VAT Registration Certificate
4. SNNIT Clearance Certificate

The attention of interested Consultants is drawn to item 2 of the Funds Guidelines: Guidelines for the Use of Consultants (“Consultant Guidelines”) setting forth the Funds policy on conflict of interest.

A Consultant will be selected in accordance with the Quality Cost Based Selection method set out in the Consultant Guidelines.
Source of Funds:
Canadian International Development Agency (CIDA)
Region:
Greater Accra
District:
Accra Metropolitan District

Contact Person:
The Chief Director Ministry of Education Funds and Procurement Management Unit (FPMU) P.O. Box M.45 Ghana Literacy House, Near Ako-Adjei Interchange Off Independence Avenue Accra
Email :
moeadbpp@yahoo.co.uk
Tel :
+233302231661/2, +233208824596
Fax :
Website: