REQUEST FOR EXPRESSION OF INTEREST:
FEASIBILITY STUDY AND DETAILED ENGINEERING DESIGN FOR A DEMONSTRATION CENTRALIZED MRF AND DECENTRALIZED MRFs IN METRO MANILA
REI-2024-007
Country : Philippines
Project: METRO MANILA FLOOD MANAGEMENT PROJECT- PHASE1
Loan Nos. : WB Loan No. 8784-Ph and AIIB Loan C – 1450-PH (000023-1 PHL)
Reference No. : PH-MMDA-439293-CS-QCBS
The Metro Manila Development Authority (MMDA) has received financing from the World Bank (WB) and Asian Infrastructure Investment Bank (AIIB) toward the cost of the Metro Manila Flood Management Project – Phase I (MMFMP) and intends to apply part of the proceeds for consulting services for the formulation of Feasibility Study and Detailed Engineering Design for Demonstration of Centralized Material Recovery Facility and Decentralized Material Recovery Facilities in Metro Manila
The Metropolitan Manila Development Authority (MMDA) will engage the service of a consulting firm to implement the FEASIBILITY STUDY AND DETAILED ENGINEERING DESIGN FOR A DEMONSTRATION CENTRALIZED MRF AND DECENTRALIZED MRFs IN METRO MANILA for eight (8) months from assessments, market analysis, conduct of environmental and social due diligence (ESDD), conduct of detailed financial and economic analysis, site identification, development of detailed engineering designs, and preparation of bidding documents. The general objective of this consultancy is to gather all essential information from the selected sites to properly conduct a comprehensive FS for a Centralized MRF, as well as Decentralized MRFs with Organics Recovery Facilities (ORFs) in five selected LGUs. This includes the corresponding logistics of waste collection from the communities and LGUs. The study aims to enable the MMDA and LGUs to establish the most feasible, economical, sustainable, and socially accepted solid waste processing facilities.
The scopes of work are as follows:
Task 1. Assess SWM Baseline Data and Recommend MRF Capacities and Transport
Collection Routes
Task 2. Conduct a Market Analysis for MRF By-Products
Task 3. Assess the Enabling Environment
Task 4. Develop Detailed Engineering Designs for the Centralized MRF and the Five
Decentralized MRFs for Use in Bidding the Project
Task 5. Conduct Environmental and Social Due Diligence (ESDD) as Prescribed under the
MMFMP’s Environmental and Social Management Framework (ESMF)
Task 6. Conduct Detailed Financial and Economic Analyses
The MMDA now invites eligible consulting firms (“Consultants”) to indicate their interest in providing the Services. Interested Consultants must provide information demonstrating that they have the required qualifications and relevant experience to perform the Services. The shortlisting criteria are as follows:
-
The Consultant must have an extensive track record in conducting a feasibility study for solid waste management infrastructure, boasting at least 10-15 years of relevant local and/or international experience. This experience should preferably include low-cost material recovery and treatment facilities and familiarity with Philippines and World Bank regulations, standards, procurement procedures, and guidelines relevant to this type of infrastructure and environmental management project. Additionally, the Consultant should have significant experience with solid waste management infrastructure in developing countries, either through its own resources or in association with local firms for the past project executions.
-
It is essential that the Consultant has direct experience in projects employing Mechanical Biological Treatment (MBT) as a core technology. Preferably, the consultant has handled at least one project where the operational scale surpassed 100 tons/day for the MBT process. Furthermore, the Consultant should demonstrate expertise in conducting market and value chain studies for processing by-products such as Refuse-Derive Fuels (RDF) and Black Soldier Fly Larvae (BSFL) and show a proven track record in facilitating long-term off-take or supply agreements for these products. All relevant project experiences must have been directly undertaken by the Consultant or through an entity where the Consultant holds a substantial stake, ensuring direct involvement and accountability in project execution and management.
-
If the Consultant plans to form an association to participate in this consultant selection and to execute the contract upon award, the expression of interest (EOI) must clearly indicate the names and nationality of the association members and explicitly confirm if the association is (i) a joint venture (JV), or (ii) a JV with sub-consultant(s), or (iii) a single firm with sub-consultant(s). In case (i) eligibility and qualifications of each JV member will be evaluated because the JV is the main consultant. In the second case, the eligibility and qualifications of each JV member, and the eligibility of sub-consultant (s) will be evaluated. In the third case, the eligibility and qualifications of the single firm (who is the main consultant), and the eligibility of sub-consultant(s) will be evaluated. The firm will dedicate essential experts for the project with the following minimum qualifications.
-
Must have completed at least two (2) contracts similar to the project
-
Consultants shall comply with the guidelines set by the World Bank on Selection and Employment of Consultants with respect to the following:
a.) 1.9 Conflict of Interest
b.) 1.10 Unfair Competitive Advantage
c.) 1.11 Eligibility
-
Must have a country presence with experience working with developing countries through firm’s own branches, consortium of sub-contracting with local firms (indicate if with or planning to have a joint venture or association)
The attention of interested Consultants is drawn to paragraph 1.9 of the World Bank’s Guidelines; Selection and Employment of Consultants (under IBRD loans and IDA credits & Grants) by the World Bank Borrowers, dated January 2011 and Revised July 2014 (“Consultant Guidelines”), setting forth the World Bank’s policy on conflict of interest.
Consultants may associate with other firms in the form of a joint venture or sub-consultancy to enhance their qualifications.
A consultant will be selected in accordance with the Quality and Cost-Based Selection (QCBS) method set out in the Consultant Guidelines.
For further information, please visit the BAC Office at the 18th Floor, MMDA New Building Dona Julia Vargas Ave. Cor. Molave St. Brgy. Ugong Pasig City for the Terms of Reference (TOR) during office hours (7:00 AM to 4:00 PM), Monday to Friday.
Moreover, expressions of interest may be delivered in a written form to the address mentioned-above or may be sent to email address bac.goods@mmda.gov.ph/ procurement.mmda@gmail.com on or before October 16, 2024, 3:00PM (Manila Time).
Approved by:
ATTY. VICTOR PABLO C. TRINIDAD
BAC Chairperson
18th Floor, MMDA New Building
Dona Julia Vargas Ave. Cor. Molave St.
Brgy. Ugong Pasig City
8898-42-00 Local 1803