Skip to Main Navigation

Kumasi Urban Mobility and Accessibility Project (KUMAP)

Overview

NOTICE AT-A-GLANCE

  • P178767

  • Kumasi Urban Mobility and Accessibility Project (KUMAP)

  • Ghana

  • OP00214093

  • Request for Expression of Interest

  • Published

  • GH-MRH-325764-CS-QCBS

  • Quality And Cost-Based Selection

  • English

  • Mar 08, 2023 17:00

  • Feb 12, 2023

CONTACT INFORMATION

  • Ministry of Roads and Highways /Department of Urban Roads

  • ING. JAMES O. AMOO-GOTTFRIED

  • DEPARTMENT OF URBAN ROADS 2ND URBAN CLOSE, ACCRA 2ND FLOOR, ROOM 302. Accra DIGITAL ADDRESS: GA-143

  • Ghana

  • Ghana

  • +233 244822812

Details

REPUBLIC OF GHANA

MINISTRY OF ROADS AND HIGHWAYS

DEPARTMENT OF URBAN ROADS

 

REQUEST FOR EXPRESSIONS OF INTEREST

(CONSULTING SERVICES - FIRMS SELECTION)

 

 

COUNTRY: GHANA

 

NAME OF PROJECT: KUMASI URBAN MOBILITY AND ACCESSIBILITY PROJECT (KUMAP)

 

Project ID No.: P178767

 

Assignment Title: Feasibility Analysis and Business Model (FABM), Detailed Design and Procurement Support (DDPS), and Construction Supervision (CS) for Bus Rapid Transit (BRT) in Greater Kumasi.

 

Reference No.: GH-MRH-325764-CS-QCBS

 

The Government of the Republic of Ghana has received financing from the World Bank toward the cost of the Kumasi Urban Mobility and Accessibility Project (KUMAP), and intends to apply part of the proceeds for consulting services for Feasibility Analysis and Business Model (FABM), Detailed Design and Procurement Support (DDPS), and Construction Supervision (CS) for BRT in Greater Kumasi.

 

The consulting services (“the Services”) include the following among others:

  1. Preparation of Feasibility Analysis and Business Model for BRT system implementation and sustainable operations (FABM).
  2. Preparation of detailed engineering design of the road and BRT associated facilities along the selected corridors.
  3. Preparation of Bidding and Contract Documents for selection of Contractors for implementation of civil work (roads, terminals, depots, etc.) .
  4. Construction supervision and contracts administration, including post-construction activities.

 

The estimated level of effort (professional staff-months) for Key Staff is 315 staff-months.

The implementation period for the assignment is expected to be 66 months from the start of the assignment as detailed below:

  1. Phase A will be implemented over a maximum period of Six (6) months.
  2. Phase B (Detailed design and Procurement stage) will be implemented over a maximum of Twelve (12) months.
  3. Phase C (Construction Supervision and defect Liability Period Stage) will be implemented over a period of Thirty-Six (36) months during construction, and Twelve (12) months after completion of works (i.e., during the DNP with the Consultant’s intermittent input to check continuous quality and actual performance of the works)

 

The detailed Terms of Reference (TOR) for the assignment can be obtained at the address given below.

 

The Ministry of Roads and Highways (MRH) acting through the Department of Urban Roads 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:

 

  1. Experience in the preparation of Feasibility report for BRT system implementation and sustainable operations that include preparation of the BRT system operations, business plans, communication plans and strategy, conceptual design of roadway and roadside infrastructure, and BRT associated facilities among others.

 

  1. Experience in preparation of detailed engineering design of the road and BRT associated facilities including parking slots and terminals.

 

  1. Experience in Travel demand assessment, modelling, and financial modelling of BRT system operations.

 

  1. Experience in preparation of bidding and contract documents for World Bank funded projects.

 

  1. Experience in supervision of Road construction contracts of similar in nature and complexity experience in managing the implementation of Environmental and Social Management Plans including participation in community consultations.

 

  1. Experience of Consulting firms’ staff for the assignment. 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. 

 

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.

 

Interested firms must organize their Expression of Interest in the following order:

Chapter 1; i) Company Profile, ii) Legal Status (Certificate of Incorporation), iii) Letter of intent of Association, if necessary, iv) Organizational chart, a list of Board of Directors, and beneficial ownership.

Chapter 2; i) Experience of at least five (5) assignments each with a scope and nature similar to what is stated above during the last 20 years, ii) A summary of similar assignments undertaken as a lead partner, iii) A summary of at least two (2) assignments undertaken in in Sub Saharan Africa during the last 20 years, giving the client name and the year in which the assignment was carried out, and

Chapter 3; i) Experience in donor funded projects.

The document must properly be paged, and a table of content provided.

 

 

A Consultant will be selected in accordance with the Quality and Cost-Based Selection method set out in the Procurement Regulations.

 

Further information can be obtained at the address below during office hours 0900 to 1700 hours GMT.

 

Expressions of interest dossier should be clearly, marked “Feasibility Analysis and Business Model (FABM), Detailed Design and Procurement Support (DDPS), and Construction Supervision (CS) for Bus Rapid Transit (BRT) in Greater Kumasi” and must be delivered Original and copy in a pdf electronic format in a written form to the address below (in person, or by email) by 17:00 hours GMT on 8th March 2023.

 

THE DIRECTOR

DEPARTMENT OF URBAN ROADS

2ND URBAN CLOSE, ACCRA

2ND FLOOR, ROOM 302.

P. O BOX PMB, MINISTRIES, ACCRA, GHANA.

 

ATTENTION: ING. JAMES O. AMOO-GOTTFRIED

 

TEL: +233 (0)302 685682

MOBILE: +233(0)244822812

DIGITAL ADDRESS: GA-143-4228

 

E-MAIL: joamoogottfried@gmail.com, akuas.van@googlemail.com

REPUBLIC OF GHANA

MINISTRY OF ROADS AND HIGHWAYS

DEPARTMENT OF URBAN ROADS

 

REQUEST FOR EXPRESSIONS OF INTEREST

(CONSULTING SERVICES - FIRMS SELECTION)

 

 

COUNTRY: GHANA

 

NAME OF PROJECT: KUMASI URBAN MOBILITY AND ACCESSIBILITY PROJECT (KUMAP)

 

Project ID No.: P178767

 

Assignment Title: Feasibility Analysis and Business Model (FABM), Detailed Design and Procurement Support (DDPS), and Construction Supervision (CS) for Bus Rapid Transit (BRT) in Greater Kumasi.

 

Reference No.: GH-MRH-325764-CS-QCBS

 

The Government of the Republic of Ghana has received financing from the World Bank toward the cost of the Kumasi Urban Mobility and Accessibility Project (KUMAP), and intends to apply part of the proceeds for consulting services for Feasibility Analysis and Business Model (FABM), Detailed Design and Procurement Support (DDPS), and Construction Supervision (CS) for BRT in Greater Kumasi.

 

The consulting services (“the Services”) include the following among others:

  1. Preparation of Feasibility Analysis and Business Model for BRT system implementation and sustainable operations (FABM).
  2. Preparation of detailed engineering design of the road and BRT associated facilities along the selected corridors.
  3. Preparation of Bidding and Contract Documents for selection of Contractors for implementation of civil work (roads, terminals, depots, etc.) .
  4. Construction supervision and contracts administration, including post-construction activities.

 

The estimated level of effort (professional staff-months) for Key Staff is 315 staff-months.

The implementation period for the assignment is expected to be 66 months from the start of the assignment as detailed below:

  1. Phase A will be implemented over a maximum period of Six (6) months.
  2. Phase B (Detailed design and Procurement stage) will be implemented over a maximum of Twelve (12) months.
  3. Phase C (Construction Supervision and defect Liability Period Stage) will be implemented over a period of Thirty-Six (36) months during construction, and Twelve (12) months after completion of works (i.e., during the DNP with the Consultant’s intermittent input to check continuous quality and actual performance of the works)

 

The detailed Terms of Reference (TOR) for the assignment can be obtained at the address given below.

 

The Ministry of Roads and Highways (MRH) acting through the Department of Urban Roads 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:

 

  1. Experience in the preparation of Feasibility report for BRT system implementation and sustainable operations that include preparation of the BRT system operations, business plans, communication plans and strategy, conceptual design of roadway and roadside infrastructure, and BRT associated facilities among others.

 

  1. Experience in preparation of detailed engineering design of the road and BRT associated facilities including parking slots and terminals.

 

  1. Experience in Travel demand assessment, modelling, and financial modelling of BRT system operations.

 

  1. Experience in preparation of bidding and contract documents for World Bank funded projects.

 

  1. Experience in supervision of Road construction contracts of similar in nature and complexity experience in managing the implementation of Environmental and Social Management Plans including participation in community consultations.

 

  1. Experience of Consulting firms’ staff for the assignment. 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. 

 

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.

 

Interested firms must organize their Expression of Interest in the following order:

Chapter 1; i) Company Profile, ii) Legal Status (Certificate of Incorporation), iii) Letter of intent of Association, if necessary, iv) Organizational chart, a list of Board of Directors, and beneficial ownership.

Chapter 2; i) Experience of at least five (5) assignments each with a scope and nature similar to what is stated above during the last 20 years, ii) A summary of similar assignments undertaken as a lead partner, iii) A summary of at least two (2) assignments undertaken in in Sub Saharan Africa during the last 20 years, giving the client name and the year in which the assignment was carried out, and

Chapter 3; i) Experience in donor funded projects.

The document must properly be paged, and a table of content provided.

 

 

A Consultant will be selected in accordance with the Quality and Cost-Based Selection method set out in the Procurement Regulations.

 

Further information can be obtained at the address below during office hours 0900 to 1700 hours GMT.

 

Expressions of interest dossier should be clearly, marked “Feasibility Analysis and Business Model (FABM), Detailed Design and Procurement Support (DDPS), and Construction Supervision (CS) for Bus Rapid Transit (BRT) in Greater Kumasi” and must be delivered Original and copy in a pdf electronic format in a written form to the address below (in person, or by email) by 17:00 hours GMT on 8th March 2023.

 

THE DIRECTOR

DEPARTMENT OF URBAN ROADS

2ND URBAN CLOSE, ACCRA

2ND FLOOR, ROOM 302.

P. O BOX PMB, MINISTRIES, ACCRA, GHANA.

 

ATTENTION: ING. JAMES O. AMOO-GOTTFRIED

 

TEL: +233 (0)302 685682

MOBILE: +233(0)244822812

DIGITAL ADDRESS: GA-143-4228

 

E-MAIL: joamoogottfried@gmail.com, akuas.van@googlemail.com