REVISED
REQUEST FOR EXPRESSIONS OF INTEREST
(CONSULTING SERVICES)
COUNTRY: RWANDA
NAME OF PROJECT: VOLCANOES COMMUNITY RESILIENCE PROJECT (VCRP)
Loan No./Credit No./Grant No.:7419-RW
Assignment Title: Design and Supervision of the Smart Green Village for Communities to be relocated under VNP Park Expansion.
The Government of Rwanda (GoR), represented by the Ministry of Environment, has secured financing from the World Bank towards the implementation of the Volcanoes Community Resilience Project (VCRP). The project aims to strengthen climate resilience, reduce flooding risks, and improve natural resource and tourism asset management in Rwanda's Volcanoes region. The client intends to apply a part of the portion for this consultancy services for which this request for expression of interest is issued.
The consulting services (“the Services”) include the design and supervision of the construction works of the smart green village to host around 510 households that will be relocated from land areas currently occupied within the Volcanoes National Park. The green village will be constructed on over 50 hectares in Kaguhu cell, Kinigi sector, spanning residential zones, social infrastructure, economic facilities related to agriculture, livestock, and tourism as well as associated site development works. The proposed village is envisaged as a self-sustaining, climate-resilient rural community that balances high living standards and quality of life for its residents along with innovation in ecological design, green infrastructure, renewable energy, sustainable farming and community-based conservation tourism.
The Terms of Reference (TOR) for the primary procurement stage for the assignment can be found on the following website https://rdb.rw/media/#tenders.
The Rwanda Development Board now invites eligible consulting firms (“Consultants”) to indicate their interest in providing the above services. Interested Consulting firms should provide information demonstrating that they have the required qualifications and relevant experience to perform the services. The shortlisting criteria are:
- The consulting firm must be registered as an engineering firm in the country of origin and recognized by a relevant professional body with a valid certificate.
- Notarized proof of collaboration with Green Building Rating System such as LEED or EDGE during the post-construction stage.
- The Firm should have minimum of ten (10) years of experience in architectural planning, designing and supervision of social houses construction project development, preferably, both the international and national (Rwanda);
- At least two (2) successfully completed development assignments of similar size, scale, scope and complexity to support program objectives related to social/ community development, conservation, tourism, education, climate smart agriculture and others, supported with two (2) certificates of good completion accompanied by copies of the contracts with value not less than 20 Million USD each;
- The firm should demonstrate relevant experience and abilities in the following areas:
- Project planning, design (architectural, engineering, etc.), Environmental and Social impact assessment and implementation to support successful land and infrastructure-base development projects.
- One health concept and principles as they are applied to building and landscape planning and development projects (conservation and environmental sustainability, human health, social impacts and benefits, etc.);
- The applications of green building design, innovations, principles and practices, including: clean water, wastewater and sanitation, power, sourcing local building materials, landscape, and conservation (water, sanitation and energy);
- Projects that support rural settlement, eco-tourism, smart agriculture infrastructure, education and information such as, schools, use of smart and green technologies;
- Proven abilities and experiences in incorporating Rwandan cultural/context/Made in Rwanda principles and practices into planning and design.
The shortlist will contain of a minimum number of four (04) firms to be shortlisted to a maximum number of eight (08) 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” September 2023 (“Procurement Regulations”), setting forth the World Bank’s policy on conflict of interest specifically paragraph 3.17of the Procurement Regulations.
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.
Further information can be obtained from 09:00 to 17:00 hours local time by sending an email to spiu.procurement@rdb.rw with a copy to noella.nyishimente@rdb.rw and procurement@rdb.rw within two thirds (2/3) of the deadline period for the submission of the expression of interests.
Expressions of interest must be submitted to the email address: spiu.procurement@rdb.rw, copy noella.nyishimente@rdb.rw and procurement @rdb.rw not later than 28th October, 2024 at 16:00 (local time). Your documents shall be valid for a period of 120 days from the date of submission.
Late submissions shall not be considered.
Rwanda Development Board (RDB)
Phone: +250788296976, Email: spiu.procurement@rdb.rw;
P.O Box: 6239 Kigali-Rwanda
RDB Building, 1 KG 9 Ave
Joseph Cedrick Nsengiyumva
Chief Financial Officer