Tender Details

Tender Name:
Selection Of An IDIQ Environmental, Social, Health & Safety Consultant
Tender Type:
NCT
Package No:
5140800/RFP/QCBS/08/18
Post Date:
17th August, 2018
Closing Date:
28th September, 2018
Currency:
-
Price of Tender Document:
0.00

Tender Description:
Proposals For The Selection Of An IDIQ Environmental, Social, Health & Safety Consultant

1. The Republic of Ghana and the United States of America acting through the Millennium Challenge Corporation (“MCC”) have entered into a Millennium Challenge Compact on August 5, 2014 under which MCC will provide funding to the Government of Ghana (the “Government”), in an amount not to exceed Four Hundred and Ninety-Eight Million, Two Hundred Thousand United States Dollars (US$ 498,200,000) (“MCC Funding”) to facilitate poverty reduction through economic growth (the “Compact”). Pursuant to the terms of the Compact, the Government committed to provide funding as a Government contribution to support implementation of the Compact in an amount equal to no less than seven and one-half percent (7.5%) of the amount of funding provided by MCC in the Compact (the “Government Contribution”).
2. The Government of Ghana (“GoG”), acting through the Millennium Development Authority (“MiDA” or “MCA Entity”), intends to apply a portion of the MCC Funding to eligible payments under a contract for which this Request for Proposals (“RFP”) is issued. Any payments made by the MCA Entity under the proposed contract will be subject, in all respects, to the terms and conditions of the Compact and related documents, including restrictions on the use and distribution of MCC Funding. No party other than the Government and the MCA Entity shall derive any rights from the Compact or have any claim to the proceeds of MCC Funding. The Compact and its related documents can be found on the MCC website (www.mcc.gov) and on the website of the MCA Entity.

3. The goal of the Compact program is to reduce poverty through economic growth in Ghana. The objectives of the Compact program are to

(a) Increase private sector investment and productivity and profitability of micro, small, medium and large scale businesses;

(b) Increase employment opportunities for men and women; and

(c) Raise earning potential from self-employment and improved outcomes for men and women.

The Program consists of six (6) projects: (i) the ECG Financial and Operational Turnaround Project; (ii) the NEDCo Financial and Operational Turnaround Project; (iii) the Regulatory Strengthening and Capacity Building Project; (iv) the Access Project; (v) the Power Generation Sector Improvement Project; and (vi) the Energy Efficiency and Demand Side Management Project.

MCC’s assistance will be provided in a manner that responds to constraints to economic growth by aiming to improve the reliability and quality of power in Ghana.

The Compact Program will be executed over a period of five (5) years upon Entry into Force (EIF) of the Compact. The Compact entered into force on 6th September, 2016.

4. This RFP follows the General Procurement Notice that appeared in dgMarket on and UNDBOnline on 3rd July, 2018, the MiDA website www.mida.gov.gh on 3rd July 2018, and local newspapers, Daily Graphic, Ghanaian Times, and Business & Financial Times respectively.
5. Environmental, Social, Health & Safety (“ESH&S”) Consultant: MiDA intends to award a single Indefinite Delivery/Indefinite Quantity (“IDIQ”) Head Contract pursuant to this RFP, which provides for a Consultant to be selected and contracted who has the capabilities to provide a defined range of services. The award of an IDIQ ESH&S Head Contract pursuant to this RFP is intended to make available to MiDA a pre-qualified Consultant with the skills, resources and expertise to perform a wide range of technical and related consulting services in the area of Environmental, Social, Health & Safety and Environmental & Social Impact Assessments (ESIA). Such consulting Services will support MiDA in the application of Environmental and Social Performance (“ESP”) Standards prescribed by the Compact.

6. The MCA Entity now invites proposals from legally constituted consulting firms to provide the consultant services referenced above (“Proposals”). More details on these consultant services are provided in the Terms of Reference.

7. This RFP is open to all eligible entities (“Consultants”) who wish to respond. Subject to restrictions noted in the RFP, Consultants may associate with other Consultants to enhance their capacity to successfully carry out the assignment.

8. The IDIQ Environmental, Social, Health & Safety (“ESH&S”) Consultant Services Head Contract award will be for a term of three (3) years.

The ESH&S Consultant will be awarded an IDIQ Head Contract pursuant to the RFP and an initial Task Order pursuant the TOR specific to the initial Task Order included in the RFP.

Subsequently, the IDIQ Consultant will be expected, on receipt of Request for Task Order Proposals (“RFTOP”), to submit Technical and Financial Proposals in order to be considered for award of a Task Order.

The IDIQ ESH&S Head Contract holder is assured of the initial Task Order as the “consideration” for the IDIQ Head Contract. Subsequent Task Orders will be awarded based on the Terms and Conditions of the Head Contract and the pricing structure included therein. The IDIQ ESH&S Head Contract shall cover:

(a) ECG Operational areas in Accra East and Accra West, and
(b) NEDCo Operational areas, including but not limited to Tamale and the surrounds including Bamvim, Fuo, Islamic and the AgDevco Connection Project.

9. The IDIQ ESH&S Consultant will be selected for a Head Contract under the Quality and Cost Based Selection (QCBS) method, the evaluation procedure for which is described in sections of the RFP in accordance with “MCC Program Procurement Guidelines” which are provided on the MCC website (www.mcc.gov/ppg). The selection process, as described, will include a review and verification of qualifications and past performance, including a reference check, prior to the contract award.

10. The RFP includes the following Sections:
PART 1 – PROPOSAL AND SELECTION PROCEDURES
Section I Instructions to Consultants
This section provides information to help potential Consultants prepare their Proposals; it also provides information on the submission, opening, and evaluation of Proposals and on the award of the proposed contract.
Section II Proposal Data Sheet
This section includes provisions that are specific to this procurement and that supplement Section I, Instructions to Consultants.
Section III Qualification and Evaluation Criteria
This section specifies the qualifications required of the Consultant and the criteria to be used to evaluate the Proposal.
Section IV A Technical Proposal Forms
This section provides the Technical Proposal Forms which are to be completed by a potential Consultant and submitted in a separate envelope as part of a potential Consultant’s total Proposal.
Section IV B Financial Proposal Forms
This section provides the Financial Proposal Forms which are to be completed by a potential Consultant and submitted in a separate envelope as part of a potential Consultant’s total Proposal.
Section V Terms of Reference
This Section includes the detailed Terms of Reference that describe the nature, tasks, and duties of the consulting services to be procured.
PART 2 – CONDITIONS OF CONTRACT
Section VI Contract Agreement and General Conditions of Contract
This section contains the form of Contract proposed to be entered into between the MCA Entity and Consultant.
Section VII Special Conditions of Contract and Annexes to Contract
This section contains the form of those clauses of the Contract that supplement the GCC and that are to be completed by MCA Entities for each procurement of Consulting Services. This section also includes an Annex to the Contract (Annex B: Additional Provisions) that contains provisions that are a part of the Government’s and the MCA Entity’s obligations under the Compact and related documents which, under the terms of the Compact and related documents, are required to be transferred onto any Consultant, Sub-Consultant or Associate who partakes in any MCC-funded procurement.
PART 3 – TASK ORDER PROCESS
Section VIII Form of Request for Task Order Proposal (RFTOP)
Additional Information:
Source of Funds:
United Nations Development Programme (UNDP)
No. of Lots:

Agency:
Millennium Development Authority
Region:
Greater Accra
District:
Accra Metropolitan District
Contact Person:
Procurement Agent For Millennium Development Authority, 3rd Floor, Heritage Tower 6th Avenue, Ridge West Accra, Ghana
Email:
paghana@charleskendall.com
Telphone:
0
Fax:
Website: