Expression of Interest - Details

Eoi Name:
Environmental and Social Impact Assessment for Akweteyman Community Infrastructure Upgrading
Pack #:
GH-MZIC-159288-CS-LCS
Post Date:
18th August, 2021
Submit Date:
03rd September, 2021
Tender Cat:
Consultancy Services

Agency:
Ministry of Works and Housing
Industry:
General
Description:
The Ministry of Works and Housing (MWH) has received financing from the World Bank toward the cost of the Greater Accra Resilient and Integrated Development Project, and intends to apply part of the proceeds for consulting services.

The Project will be implemented through five interrelated Components, namely:

1. Climate Resilient Drainage and Flood Mitigating Activities;
2. Solid Waste Management Capacity Improvements;
3. Participatory Upgrading of Targeted Flood Prone Low-Income Communities and Local Government Support;
4. Project Management; and
5. Contingent Emergency Response Component (CERC)-COVID-19 Emergency Preparedness and Response Project.

The overall objective of the assignment is to undertake an Environmental and Social Impact Assessment (ESIA) of proposed community upgrading infrastructural interventions at Akweteyman, in the Okaikoi North Municipality, and produce an Environmental and Social Impact Statement (ESIS). The ESIA will provide decision makers at the MWH, Environmental Protection Agency (EPA) and the World Bank with sufficient information to determine, on environmental and social grounds, the acceptance, modification or rejection of the planned interventions for authorization, financing and implementation.

The consulting services (“the Services”) is to prepare an ESIA in accordance with the requirements of Ghana’s Environmental Assessment Regulations, 1999 (LI 1652), the Ghana Environmental Impact Assessment (EIA) Procedures, the World Bank’s Environmental and Social Standards as well as the World Bank Group’s Environmental Health and Safety Guidelines (EHSG).

The duration of the assignment is 16 months, with level of effort at 10 professional staff-months. The assignment is expected to start in November, 2021.

The Ministry of Works and Housing 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:

a. The firm must be a legally registered as an environmental consulting firm;
b. The Core business must be in undertaking environmental and social impact assessment;
c. The firm must be, at least, 10 years in business;
d. Must have experience in undertaking environmental and social impact assessment over a period of not less than 10 years;
e. Should be registered with a relevant environmental regulatory institution;
f. Must have experience in preparing ESIA in accordance with the requirements of Ghana’s Environmental Assessment Regulations, 1999 (LI 1652) and the Ghana EIA Procedures, the World Bank’s Environmental and Social Standards as well as the World Bank Group’s Environmental Health and Safety Guidelines (EHSG).
g. Must have past experience in undertaking ESIA on development projects; and
h. Evidence of Technical and Managerial Capability.

Key Experts will not be evaluated at the shortlisting stage.

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 and August 2018 (“Procurement Regulations”), setting forth the World Bank’s policy on conflict of interest. In addition, please refer to the following specific information on conflict of interest related to this assignment as per paragraph 3.17 of the Procurement Regulations. Any false declaration will result in disqualification.

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.

A Consultant will be selected in accordance with the Least Cost Selection (LCS) Method set out in the Procurement Regulations.
Source of Funds:
World Bank
Region:
Greater Accra
District:
Accra Metropolitan District

Contact Person:
The Project Coordinator, Greater Accra Resilient and Integrated Development Project Ministry of Works and Housing, P. O. Box MB 43, Accra
Email :
tenders@garid-accra.com
Tel :
02404352808
Fax :
Website: