Request for Proposal for Consultancy Services

Embed Size (px)

Citation preview

  • 8/10/2019 Request for Proposal for Consultancy Services

    1/152

    GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

    REPUBLIC OF GHANAMINISTRY OF LOCAL GOVERNMENT AND RURAL

    DEVELOPMENT (MLGRD)

    GHANA URBAN MANAGEMENT PILOT PROJECT(GUMPP)

    FRENCH DEVELOPMENT AGENCY

    REQUEST FOR PROPOSALS

    CONSULTANCY SERVICES FOR DESIGN AND SUPERVISIONOF GUMPP PRIORITY INVESTMENT PROJECTS IN TWO

    SECONDARY CITIES IN GHANA:

    Kumasi Metropolitan Assembly

    Tamale Metropolitan Assembly

    April, 2013

  • 8/10/2019 Request for Proposal for Consultancy Services

    2/152

    GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

    CONTENTS

    Preface

    Section 1. Letter of Invitation

    Section 2. Instructions to Consultants

    Section 3. Technical Proposal - Standard Forms

    Section 3. Financial Proposal - Standard Forms

    Section 5. Terms of Reference

    Section 6. Model Form of Contract

    Lump-Sum Payment Contract

  • 8/10/2019 Request for Proposal for Consultancy Services

    3/152

    GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

    .REQUEST FOR PROPOSALS

    RFP No: GR/MLGRD/GUMPP/SC/01/13

    Country: Ghana (Ministry of Local Governmentand Rural Development)

    Project Name: Ghana Urban Management PilotProgramme (GUMPP)

    FundingNo: CGH 1089 01 R

    Title of Consulting Services: Design and Supervision of GUMPPPriority Investment Projects in twoSecondary Cities in Ghana:

    1. Kumasi Metropolitan Assembly,2. Tamale Metropolitan Assembly

  • 8/10/2019 Request for Proposal for Consultancy Services

    4/152

    Section 1 Letter of Invitation 1

    GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

    GOVERNMENT OF GHANA

    LETTER OF INVITATION

    Dear Madam/Sir

    1. The Ministry of Local Government and Rural Development (MLGRD) (hereinafter calledClient) has received funding (hereinafter called the funds) from the FrenchDevelopment Agency (hereinafter called the Agency) toward the cost of Ghana UrbanManagement Pilot Project (GUMPP) in Kumasi Metropolitan Assembly, Sekondi-Takoradi Metropolitan Assembly, Tamale Metropolitan Assembly and Ho MunicipalAssembly. The Client intends to apply a portion of the funds to eligible payments underthe contract for which this Request for Proposals is issued.

    2. The Ministry of Local Government and Rural Development (MLGRD) now invites proposals to provide the following consulting services for the design and supervision ofPriority Investment Projects in Kumasi Metropolitan Assembly and Tamale MetropolitanAssembly.

    More details on the services are provided in the Terms of Reference.

    3. This Request for Proposal (RFP) has been addressed to the following short-listedConsultants:

    1. Promancon Consults Limited, P.O. Box UP 1048, KNUST, Kumasi2. Procurement and Project Management Consultancy Limited (PPMC), P.O. Box AF 1701,

    Adentan, Accra3. FAS Consults Limited, P.O. Box GP 17494, Accra4. Umar Munshi Associates, Head Office (Pakistan) Bungalow No. A 102, Block-13A, Pakistan

    Railways Employees Cooperative Housing Society (PRECHS), Guishan-elqbal, Karachi 75300,Pakistan [email protected]. AD Resources Limited, P.O. Box UP 1073, KNUST, Kumasi-Ghana6. KE &T Consult, P.O. Box CT 5323, Cantonments, Accra

    In case of reply, theNumber and date of this

    Letter should be quoted.

    Our Ref:

    Your

    Ministry of Local Government andRural Development

    P.O. Box M 50 Accra

    3 rd April, 2013

  • 8/10/2019 Request for Proposal for Consultancy Services

    5/152

    Section 1 Letter of Invitation 2

    GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

    4. A firm will be selected under the Selection Based on Quality and Cost (SBQC) method and procedures described in this RFP.

    5. The RFP includes the following documents:

    Section 1 - Letter of InvitationSection 2 - Instructions to Consultants (including Data Sheet)Section 3 - Technical Proposal - Model Forms

    Section 4 - Financial Proposal - Model FormsSection 5 - Terms of ReferenceSection 6 - Model Form of Contract

    6. Please inform us in writing at the address below, upon receipt of the Letter of Invitation.

    Ministry of Local Government and Rural Development (MLGRD)P. O. Box M. 50 Ministries,Accra, GhanaTel: 00233-21-663668Fax: 00233-21- 682003Attention: GUMPP National CoordinatorEmail: [email protected] . Tel: 233247070763

    Please mark all requests for the attention of The GUMPP National Coordinator

    7. Copies of the proposal should be sent to:

    Agence Francaise de Developpement8th Rangoon CloseRing Road CentralP. O. Box 9592Airport, AccraGhanaEmail: [email protected]

    Yours sincerely,

    NANA ODURO-KWATENGCHIEF DIRECTORFOR: MINISTER

    mailto:[email protected]:[email protected]:[email protected]:[email protected]:[email protected]:[email protected]:[email protected]:[email protected]
  • 8/10/2019 Request for Proposal for Consultancy Services

    6/152

    Section 1 Letter of Invitation 3

    GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

  • 8/10/2019 Request for Proposal for Consultancy Services

    7/152

    Section 2 Instructions to Consultants 4

    GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

    Section 2. Instructions to Consultants

    1. Introduction 1.1 The Client named in the Data Sheet will select a consultingfirm/organization (the Consultant) from those listed in theLetter of Invitation, in accordance with the method of selectionspecified in the Data Sheet.

    1.2 The short listed Consultants are invited to submit a TechnicalProposal and a Financial Proposal for consulting servicesrequired for the assignment named in the Data Sheet. TheProposal will be the basis for contract negotiations andultimately for a signed Contract with the selected Consultant.

    1.3 The assignment shall be implemented in accordance with the phasing indicated in the Data Sheet. When the assignmentincludes several phases, the performance of the consultantunder each phase must be to the Client's satisfaction beforework begins on the next phase.

    1.4 Consultants should familiarize themselves with local conditionsand take them into account in preparing their Proposals. Toobtain first-hand information on the assignment and localconditions, Consultants are encouraged to visit the Client beforesubmitting a proposal and to attend a pre-proposal conference ifone is specified in the Data Sheet. Attending the pre-proposalconference i s optional. Consultants should contact the Clientsrepresentative named in the Data Sheet to arrange for their visitor to obtain additional information on the pre-proposalconference. Consultants should ensure that these officials areadvised of the visit in adequate time to allow them to makeappropriate arrangements.

    1.5 The Client will timely provide at no cost to the Consultantsthe inputs and facilities specified in the Data Sheet, assist thefirm in obtaining licenses and permits needed to carry out theservices, and make available relevant project data and reports.

    1.6 Consultants shall bear all costs associated with the preparationand submission of their proposals and contract negotiation.The Client is not bound to accept any proposal, and reservesthe right to annul the selection process at any time prior toContract award, without thereby incurring any liability to the

  • 8/10/2019 Request for Proposal for Consultancy Services

    8/152

    Section 2 Instructions to Consultants 5

    GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

    Consultants.

    1.7 The Agency only finances projects subject to its ownconditions, which are set out in its financing agreement. Nolegal relationship exists between the Agency and any person

    other than the beneficiary of the financing. The Agency may be led to suspend or definitively terminate disbursements inthe context of the project, without the Consultants beinginformed beforehand and without their being entitled to claimfrom the Agency any direct legal right to the amounts which,as the case may be, originate from such financing. TheConsultants shall alone assume the possible consequences ofunpaid amounts and disputes which may arise in the context oftheir relations with the beneficiary of the financing. Anycommunications which may be exchanged by any person otherthan the beneficiary of the financing and the Agency in the

    context of a project do not constitute, and shall not beinterpreted so as to constitute, an undertaking or a stipulation by the Agency in favour of such person or to any third party.

    Conflict ofInterest

    1.8 The Agency requires that Consultants provide professional,objective, and impartial advice and at all times hold theClients interests paramount, strictly avoid conflicts withother assignments or their own corporate interests and actwithout any consideration for future work.Consultants shallnot be hired for any assignment that would be in conflict withtheir prior or current obligations to other clients, or that may

    place them in a position of not being able to carry out theassignment in the best interest of the Client.

    1.8.1 Without limitation on the generality of the foregoing,Consultants, and any of their affiliates, shall beconsidered to have a conflict of interest and shall not

    be recruited, under any of the circumstances set forth below:

    Conflictingactivities

    (i) A firm that has been engaged by the Client to provide goods, works or services other thanconsulting services for a project, and any of itsaffiliates, shall be disqualified from providingconsulting services related to those goods,works or services. Conversely, a firm hired to

    provide consulting services for the preparationor implementation of a project, and any of itsaffiliates, shall be disqualified from

  • 8/10/2019 Request for Proposal for Consultancy Services

    9/152

    Section 2 Instructions to Consultants 6

    GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

    subsequently providing goods or works orservices other than consulting servicesresulting from or directly related to the firmsconsulting services for such preparation orimplementation.

    Conflictingassignments

    (ii) A Consultant (including its Personnel and Sub-Consultants) or any of its affiliates shall not behired for any assignment that, by its nature,may be in conflict with another assignment ofthe Consultant to be executed for the same orfor another Client.

    Conflictingrelationships

    (iii) A Consultant (including its Personnel and Sub-Consultants) that has a business or familyrelationship with a member of the Clients staffwho is directly or indirectly involved in any

    part of (i) the preparation of the Terms ofReference of the assignment, (ii) the selection

    process for such assignment, or (iii)supervision of the Contract, may not beawarded a Contract, unless the conflictstemming from this relationship has beenresolved in a manner acceptable to the Agencythroughout the selection process and theexecution of the Contract.

    1.8.2 Consultants have an obligation to disclose anysituation of actual or potential conflict that impactstheir capacity to serve the best interest of their Client,or that may reasonably be perceived as having thiseffect. Failure to disclose said situations may lead tothe disqualification of the Consultant or thetermination of its Contract.

    1.8.3 As pointed out in para. 1.8.1 (i) above, consultantsmay be hired for downstream work, when continuity isessential, in which case this possibility shall beindicated in the Data Sheet and the factors used for theselection of the consultant should take the likelihoodof continuation into account. It will be the exclusivedecision of the Client whether or not to have thedownstream assignment carried out, and if it is carriedout, which consultant will be hired for the purpose.

    Fraud and 1.9 The Agency requires that all beneficiaries of its funding, as

  • 8/10/2019 Request for Proposal for Consultancy Services

    10/152

    Section 2 Instructions to Consultants 7

    GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

    Corruption well as Consultants participating in projects which it finances,adhere to the highest ethical standards, both during theselection process and throughout the execution of a contract.

    1.10 In pursuance of this policy, the Agency defines the terms set

    forth below as follows:(a) corrupt practice means the offering, giving,receiving, or soliciting, directly or indirectly,of anything of value to influence the action ofa public official in the selection process or incontract execution;

    (b) fraudulent practice means a misrepresen -tation or omission of facts in order to influencea selection process or the execution of acontract;

    (c) collusive practices means a scheme orarrangement between two or more consultantswith or without the knowledge of the Client,designed to establish prices at artificial,noncompetitive levels;

    (d) coercive practices means harming orthreatening to harm, directly or indirectly,

    persons or their property to influence their participation in a procurement process, oraffect the execution of a contract.

    1.11 As a result of its own investigations and findings, and inaccordance with its procedures, the Agency:

    (a) will reject a proposal for award if it determinesthat the Consultant recommended for awardhas, directly or through an agent, engaged incorrupt, fraudulent, collusive or coercive

    practices in competing for the contract inquestion;

    (b) will cancel the portion of the funding allocatedto a contract if it determines at any time that

    representatives of the Client were engaged incorrupt, fraudulent, collusive or coercive practices during the selection process or theexecution of the contract, without the Clienthaving taken timely and appropriate actionsatisfactory to the Agency to remedy thesituation;

  • 8/10/2019 Request for Proposal for Consultancy Services

    11/152

  • 8/10/2019 Request for Proposal for Consultancy Services

    12/152

    Section 2 Instructions to Consultants 9

    GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

    2. ClarificationandAmendment ofRFP Documents

    2.1 Consultants may request a clarification of any of the RFPdocuments up to the number of days indicated in the DataSheet before the proposal submission date. Any request forclarification must be sent in writing, or by standard electronic

    means to the Clients address indicated in the Data Sheet. TheClient will respond in writing, or by standard electronic meansand will send written copies of the response (including anexplanation of the query but without identifying the source ofinquiry) to all Consultants who notified the Client that theywill submit a proposal.

    2.2 At any time before the submission of Proposals, the Clienteither at his initiative or in response to a request forclarifications may amend the RFP by issuing an addendum inwriting or by electronic means. The addendum shall be sent to

    all Consultants and will be binding on them. Consultants shallacknowledge receipt of all amendments. To give Consultantsreasonable time in which to take an amendment into accountin their Proposals the Client may extend the deadline for thesubmission of Proposals.

    3. Preparation ofProposals

    3.1 The Proposal (see para. 1.2), as well as all relatedcorrespondence exchanged by the Consultants and the Client,shall be written in the language (s) specified in the Data Sheet.

    Technical Proposal 3.2 In preparing their Technical Proposal, Consultants areexpected to examine in detail the documents comprising theRFP. Material deficiencies in providing the informationrequested may result in rejection of a Proposal.

    3.3 While preparing the Technical Proposal, Consultants mustgive particular attention to the following:

    (i) If a Consultant considers that it may enhance itsexpertise for the assignment by associating with otherConsultants in a joint venture or sub-consultancy, itmay associate with either (a) non-short-listedConsultant(s), or (b) short-listed Consultants if soindicated in the Data Sheet. A short-listed Consultantmust first obtain the approval of the Client if it wishesto enter into a joint venture with non-short-listed orshort-listed Consultant(s).

    (ii) The estimated number of Professional staff-months or

  • 8/10/2019 Request for Proposal for Consultancy Services

    13/152

    Section 2 Instructions to Consultants 10

    GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

    the budget for executing the assignment shall beshown in the Data Sheet. However, the Proposal shall

    be based on the number of Professional staff-monthsor budget estimated by the Consultants. If the selectionmethod is Selection under Fixed-Budget, the available

    budget is given in the Data Sheet, and the FinancialProposal shall not exceed this budget.

    (iii) It is desirable that the majority of the key professionalstaff proposed be permanent employees of the firm orhave an extended and stable working relationship with it.

    (iv) Proposed professional staff must, at a minimum, havethe experience indicated in the Data Sheet, preferablyworking under conditions similar to those prevailing inthe country of the assignment.

    (v) Alternative professional staff shall not be proposed,and only one curriculum vitae (CV) may be submittedfor each position.

    Language (vi) Documents to be provided by the Consultants to theClient as part of this assignment must be in thelanguage(s) specified in the Data Sheet. It is desirablethat the firms Personnel have a working knowledge ofthe Clients national language.

    TechnicalProposalFormat andContent

    3.4 The Technical Proposal shall provide the followinginformation using the attached Standard Forms (Section 3):

    (i) A brief description of the firms organization and anoutline of recent experience on assignments (Section3B) of a similar nature. For each assignment, theoutline should indicate, inter alia, the profiles of thestaff proposed, duration of the assignment, contractamount, and firms contribution.

    (ii) Any comments or suggestions on the Terms ofReference and on the data, a list of services, andfacilities to be provided by the Client (Section 3C).

    (iii) A description of the methodology and work plan for performing the assignment (Section 3D).

  • 8/10/2019 Request for Proposal for Consultancy Services

    14/152

    Section 2 Instructions to Consultants 11

    GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

    (iv) The list of the proposed staff team by specialty, thetasks that would be assigned to each staff teammember, and their timing (Section 3E).

    (v) CVs recently signed by the proposed professional staff

    and the authorized representative submitting the proposal (Section 3F). Key information should includenumber of years working for the firm/entity and degreeof responsibility held in various assignments during thelast ten (10) years.

    (vi) Estimates of the total staff input (professional andsupport staff; staff time) needed to carry out theassignment, supported by bar chart diagrams showingthe time proposed for each professional staff teammember (Sections 3E and 3G).

    (vii) A detailed description of the proposed methodology,staffing, and monitoring of training, if the Data Sheetspecifies training as a major component of theassignment.

    (viii) Any additional information requested in the Data Sheet.

    3.5 The Technical Proposal shall not include any financialinformation.

    FinancialProposals 3.6 In preparing the Financial Proposal, consultants are expectedto take into account the requirements and conditions outlinedin the RFP documents. The Financial Proposal should followStandard Forms (Section 4). It lists all costs associated withthe assignment, including (a) remuneration for staff (foreignand local, in the field and at headquarters), and (b) other costssuch as subsistence (per diem, housing), transportation(international and local, for mobilization and demobilization),services and equipment (vehicles, office equipment, furniture,and supplies), office rent, insurance, printing of documents,surveys, and training, if it is a major component of theassignment. If appropriate, these costs should be broken down

    by activity and, if appropriate, into foreign and localexpenditures.

    3.7 The Financial Proposal should clearly estimate, as a separateamount, the taxes (including social security), duties, fees,levies, and other charges imposed in the Clients country under

  • 8/10/2019 Request for Proposal for Consultancy Services

    15/152

    Section 2 Instructions to Consultants 12

    GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

    the applicable law, on the consultants, the sub-consultants, andtheir personnel (other than nationals or permanent residents ofthe Client s country).

    3.8 Consultants may express the price of their services in the

    currency(ies) designated in the Data Sheet.

    3.9 Commissions and gratuities, if any, paid or to be paid byconsultants and related to the assignment will be listed in theFinancial Proposal submission form (Section 4A).

    3.10 The Data Sheet indicates how long the proposals must remainvalid after the submission date. During this period, theconsultant is expected to keep available the professional staff

    proposed for the assignment. The Client will make its besteffort to complete negotiations within this period. If theClient wishes to extend the validity period of the proposals,the consultants who do not agree have the right not to extendthe validity of their proposals.

    4. Submission,Receipt, andOpening ofProposals

    4.1 The original proposal (Technical Proposal and FinancialProposal) shall be prepared in indelible ink. It shall containno interlineations or overwriting, except as necessary tocorrect errors made by the Consultants themselves. The

    person who signed the proposal must initial such corrections.Submission letters for both Technical and Financial Proposalsshould respectively be in the format of Section 3, and Section4 respectively.

    4.2 An authorized representative of the Consultants shall initial all pages of the original Technical and Financial Proposals. Theauthorization shall be in the form of a written power ofattorney accompanying the Proposal or in any other formdemonstrating that the representative has been dullyauthorized to sign.

    4.3 The number of copies of the Proposals is indicated in the DataSheet. The Technical and Financial Proposals shall be markedORIGINAL or COPY as appropriate. If there arediscrepancies between the original and the copies of theProposal, the original governs.

    4.4 The original and all copies of the Technical Proposal shall be placed in a sealed envelope clearly marked TECHNICALPROPOSAL . Similarly, the original and all copies of the

  • 8/10/2019 Request for Proposal for Consultancy Services

    16/152

    Section 2 Instructions to Consultants 13

    GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

    Financial Proposal shall be placed in a sealed envelope clearlymarked FINANCIAL PROPOSAL followed by the name of theassignment, and with a warning DO NOT O PEN W ITH T HET ECHNICAL PROPOSAL . The envelopes containing theTechnical and Financial Proposals shall be placed into an

    outer envelope and sealed. This outer envelope shall bear thesubmission address, the data indicated in the Data Sheet, and be clearly marked DO NOT O PEN , E XCEPT IN P ROPOSALO PENING C EREMONY , IN THE PRESENCE O F T HE O FFICIALAPPOINTED ].

    4.5 The Proposals must be sent to the address/addresses indicatedin the Data Sheet and received by the Client no later than thetime and the date indicated in the Data Sheet. Any proposalreceived by the Client after the deadline for submission shall

    be returned unopened.

    4.6 The Client shall open the Technical Proposal immediatelyafter the deadline for their submission. The envelopes with theFinancial Proposal shall remain sealed and securely stored.

    5. ProposalEvaluation

    5.1 From the time the Proposals are opened to the time the Contract isawarded, Consultants who wish to contact the Client on anymatter related to its Proposal should do so in writing only at theaddress indicated in the Data Sheet. Any effort by Consultants toinfluence the Client in the examination, evaluation, ranking ofProposals, and recommendation for award of Contract may resultin the rejection of the Consultants Proposal.

    5.2 Evaluators of Technical Proposals shall have no access to theFinancial Proposals until the technical evaluation is concluded,and the Agency issues its no objection if required.

    Evaluation ofTechnicalProposals

    5.3 The evaluation committee appointed by the Client shallevaluate the Technical Proposals on the basis of theirresponsiveness to the Terms of Reference, applying theevaluation criteria, sub-criteria, and point system specified inthe Data Sheet. Each responsive Proposal will be given atechnical score (St). A Proposal shall be rejected at this stageif it does not respond to important aspects of the Terms ofReference or if it fails to achieve the minimum technical scoreindicated in the Data Sheet.

    Public Opening 5.4 After the technical evaluation is completed the Client shall

  • 8/10/2019 Request for Proposal for Consultancy Services

    17/152

    Section 2 Instructions to Consultants 14

    GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

    and Evaluationof FinancialProposals (onlyfor QCBS, FBS,and LCS)

    inform the Consultants who have submitted proposals thetechnical scores obtained by their Technical Proposals, andshall notify those Consultants whose Proposals did not meetthe minimum qualifying mark or were considered nonresponsive to the RFP and TOR, that their Financial Proposals

    will be returned unopened after completing the selection process. The Client shall simultaneously notify in writingConsultants that have secured the minimum qualifying mark,the date, time and location for opening the FinancialProposals. The opening date should allow Consultantssufficient time to make arrangements for attending theopening. Consultants attendance at the opening of FinancialProposals is optional.

    5.5 Financial Proposals shall be opened publicly in the presenceof the Consultants representatives who choose to attend. The

    name of the Consultants, the technical scores, and the total prices shall be read aloud and recorded in minutes. Copy ofthe minutes shall be sent to all Consultants and the Agency.

    5.6 The Evaluation Committee will convertprices to a singlecurrency using the selling rates of exchange, source and dateindicated in the Data Sheet.The evaluation shall exclude thosetaxes, duties, fees, levies, and other charges imposed under theapplicable law; and to be applied to foreign and non-

    permanent resident consultants (and to be paid under thecontract, unless the consultant is exempted), and estimated as

    per para. 3.7.

    5.7 In case of SBQC, the lowest evaluated Financial Proposal(Fm) will be given the maximum financial score (Sf) of 100

    points. The financial scores (Sf) of the other FinancialProposals will be computed as indicated in the Data Sheet.Proposals will be ranked according to their combinedtechnical (St) and financial (Sf) scores using the weights (T =the weight given to the Technical Proposal; P = the weightgiven to the Financial Proposal; T + P = 1) indicated in theData Sheet: S = St x T% + Sfx P%. The firm achieving thehighest combined technical and financial score will be invitedfor negotiations.

    5.8 In the case of Fixed-Budget Selection, the Client will selectthe firm that submitted the highest ranked Technical Proposalwithin the budget. Proposals that exceed the indicated budgetwill be rejected. In the case of the Least-Cost Selection, theClient will select the lowest proposal among those that passed

  • 8/10/2019 Request for Proposal for Consultancy Services

    18/152

    Section 2 Instructions to Consultants 15

    GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

    the minimum technical score. In both cases the selected firmis invited for negotiations.

    6. Negotiations 6.1 Negotiations will be held at the address indicated in the DataSheet.

    Technicalnegotiations

    6.2 Negotiations will include a discussion of the TechnicalProposal, the proposed technical approach and methodology,work plan, and organization and staffing, and any suggestionsmade by the Consultant to improve the Terms of Reference.The Client and the Consultants will finalize the Terms ofReference, staffing schedule, work schedule, logistics, andreporting. These documents will then be incorporated in theContract as Description of Services.

    Financial

    negotiations

    6.3 The financial negotiations will include a clarification (if any)

    of the firms tax liability in the Clients country, and themanner in which it will be reflected in the Contract.

    Availability ofProfessionalstaff/experts

    6.4 Having selected the Consultant on the basis of, among otherthings, an evaluation of proposed Professional staff, the Clientexpects to negotiate a Contract on the basis of the Professionalstaff named in the Proposal. Before contract negotiations, theClient will require assurances that the Professional staff will

    be actually available. The Client will not considersubstitutions during contract negotiations unless both partiesagree that undue delay in the selection process makes such

    substitution unavoidable or for reasons such as death ormedical incapacity. If this is not the case and if it isestablished that Professional staff were offered in the proposalwithout confirming their availability, the Consultant may bedisqualified.

    Conclusion ofthe negotiations

    6.5 Negotiations will conclude with a review of the draftContract. To complete negotiations the Client and theConsultant will initial the agreed Contract. If negotiations fail,the Client will invite the Consultant whose Proposal receivedthe second highest score to negotiate a Contract.

    7. Award ofContract

    7.1 After completing negotiations the Client shall award theContract to the selected Consultant, and promptly notify allConsultants who have submitted proposals. After Contractsignature, the Client shall return the unopened FinancialProposals to the Consultants whose technical proposal did notobtain the specified minimum technical score.

  • 8/10/2019 Request for Proposal for Consultancy Services

    19/152

    Section 2 Instructions to Consultants 16

    GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

    7.2 The Consultant is expected to commence the assignment onthe date and at the location specified in the Data Sheet.

    8. Confidentiality 8.1 Information relating to evaluation of Proposals and

    recommendations concerning awards shall not be disclosed tothe Consultants who submitted the Proposals or to other persons not officially concerned with the process, until thenotification of the award of Contract.

  • 8/10/2019 Request for Proposal for Consultancy Services

    20/152

  • 8/10/2019 Request for Proposal for Consultancy Services

    21/152

    Section 2 Instructions to Consultants Data Sheet 18

    GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

    2.1 Clarifications:Clarifications may be requested in writing or by email not later thanfour days before the date of the Pre-proposal Meeting. Following themeeting, Clarifications may be further requested by email not later than

    (14) days before the date of submission of the Proposals, so thatresponses can be issued to all Consultants not later than (10) days priorto the date for submission of Proposals.

    The address for requesting clarifications is:Ministry of Local Government andRural Development (MLGRD)P. O. Box M. 50 Ministries,Accra, GhanaTel: 00233-21-663668Fax: 00233-21- 682003

    Attention: GUMPP National CoordinatorEmail: [email protected] . Tel: 233247070763Please mark all requests for the attention of The GUMPP NationalCoordinator

    3.1 Proposals shall be submitted in the following language: English

    3.3 (i) Short listed Consultants may associate with other short listed Consultants:Yes No

    3.3 (ii) The estimated number of professional staff-months required for theassignment is:Stages A1 & A2: 40.0 person-months of key professional staff;Stage B1: 109 person-months of key professional staff;Stage B2: 18 person-months of key professional staff.

    3.3 (iv) The minimum required experience of proposed professional staff is:

    The professional staff to be provided by the Consultant for Design andSupervision of GUMPP Priority Investment Projects In Two SecondaryCities In Ghana: The Metropolitan District Assembly of Kumasi in AshantiRegion, and the Metropolitan District Assembly of Tamale in NorthernRegion include: Project Director, Project Manager/Team Leader-SeniorCivil Engineer/Architect, Architect/Planner, Electrical Engineer, MechanicalEngineer, Water/Sanitation Engineer, Highway/Traffic Engineer, SeniorTopographical Surveyor, Geotechnical/Materials Engineer,Hydrologist/Drainage Engineer, Civil/Structural Engineer, EnvironmentalExpert, Sociologist and RAP Team Leader, Financial Expert/Valuer, Cost

    mailto:[email protected]:[email protected]:[email protected]:[email protected]
  • 8/10/2019 Request for Proposal for Consultancy Services

    22/152

  • 8/10/2019 Request for Proposal for Consultancy Services

    23/152

    Section 2 Instructions to Consultants Data Sheet 20

    GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

    Highway/Traffic EngineerThe Highway/Traffic Engineer shall be responsible for the design of thegeometrical aspects of the road and shall assist the materials engineer in thedesign of road pavement.

    QualificationsThe Highway Engineer shall be a registered or chartered Civil Engineer.He/She must have not less than 10 years of cumulative experience related toroad/bridges design, construction, transport planning and traffic modellingelements of the project. He/She must have specific experience of working asroads design and construction supervision engineer on at least three (3)

    projects of similar nature of which at least one must be from Sub SaharaAfrica. He/She must have specific experience in modelling or engineeringroads in urban areas Postgraduate qualifications in Highway Engineeringwill be an added advantage. Fluency in written and spoken English isessential.

    Topographic SurveyorThe Topographical Surveyor shall be responsible for conducting andsupervising the survey team. He/She will be responsible for planning of thefieldwork, select known survey reference points, and determine the preciselocation of important features in the survey area. He/She shall beresponsible for researching legal records, look for evidence of previous

    boundaries, and analyse the data to determine the location of boundary linesand record the results of the survey, verify the accuracy of data, and prepare,maps, and reports.

    QualificationsThe Topographical Surveyor shall be a holder of a Degree or AdvancedDiploma in Land surveying. He/She must have not less than 8 years ofcumulative experience related to Land surveying activities. He/She musthave specific experience of working as senior surveyor on at least two (2)

    projects within the last five years involving feasibility study and detaileddesign. Relevant Postgraduate qualifications and experience of working intropical countries is an added advantage. Fluency in written and spokenEnglish is essential.

    Geotechnical/Materials Engineer

    The Geotechnical Engineer shall be responsible for conducting andsupervising the materials investigation with a view to achieving optimaldesign and construction strategy. The Engineer shall carry out the pavementand foundation design and should be conversant with current practice intesting and pavement construction strategies in developing countries.

  • 8/10/2019 Request for Proposal for Consultancy Services

    24/152

    Section 2 Instructions to Consultants Data Sheet 21

    GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

    QualificationsThe Materials Engineer shall be a registered or chartered Civil Engineer.He/She must have not less than 10 years of cumulative experience related to

    pavement evaluation, materials testing, soils investigation and pavementdesign. He/She must have specific experience of working as

    materials/pavement engineer on at least three (3) projects of similarmagnitude. Relevant Postgraduate qualifications and experience of workingin tropical countries is an added advantage. Fluency in written and spokenEnglish is essential.

    Hydrologist/Drainage EngineerThe Hydrologist shall be responsible for estimating and assessing therelationship between rainfall, surface-runoff and soils and rock features ofthe catchments along the project area with focus on surface water, includingrivers, and dams. He/She shall study and update the available hydrologicaldata by computer models or any other means in order to maintain and

    develop successful flood water management strategies. He /She shall provide advice and information to Bridge/ Structural Engineer on hydrauliccharacteristics of the catchments along the project area.

    QualificationsThe Hydrologist shall be a holder of a degree in Applied Science or CivilEngineering with not less than 8 years working experience related towater/flood management schemes. He/She should have served as aHydrologist on at least two (2) roads projects of similar magnitude withinthe last five years. The ability to use appropriate flood design models isessential. Fluency in written and spoken English is essential.

    Civil/Structural EngineerThe Civil/Structural Engineer shall be a Registered or Chartered Engineerwith a recognised university degree in civil or structural engineering.

    QualificationsHe/She shall have at least 10 years cumulative experience in the past tenyears in the design of the type and complexity of structures proposed for theroad/building projects. Demonstrable experience in inspection andmaintenance of structures, and experience in the design of structures inAfrica or other similar environments is also required. Fluency in written and

    spoken English is essential.

    Environmental ExpertThe Environmental Expert shall be responsible for carrying out anenvironmental and social impact assessment of the project and preparecorresponding Environmental Management Plan (EMP) in order to minimise

  • 8/10/2019 Request for Proposal for Consultancy Services

    25/152

  • 8/10/2019 Request for Proposal for Consultancy Services

    26/152

    Section 2 Instructions to Consultants Data Sheet 23

    GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

    Financial Expert/Valuer

    The Financial Expert/Valuer shall work with the technical team to evaluate property and approve rates to be paid as compensation on projects. He/Shewill receive and verify documentation on affected properties and shall ensurethat compensations offered affected persons are reasonable and adequate andalso payments are not made to people who are not adversely affected.The Financial Expert/Valuer shall be a corporate member of a recognised andrelevant professional institution, with 10 years or more experience in financialassessment and valuation of property for all kinds of structures, buildings etc. onconstruction projects, including experience in similar geographic conditions .Fluency in written and spoken English is essential

    Electrical EngineerThe Electrical Engineer shall be a Registered member of an institution with arecognised university degree in electrical engineering

    QualificationsThe Electrical Engineer will be a highly qualified professional ElectricalEngineer, with 10 years of experience in all aspects of electrical andelectronic design and construction. He/she will be responsible for theelectrical designs and drawings where relevant and supervision of theelectrical components of the contract works.

    Mechanical EngineerThe Mechanical Engineer shall be a Registered member of an institutionwith a recognised university degree in mechanical engineering

    QualificationsThe Mechanical Engineer will be a highly qualified professional MechanicalEngineer, with 10 years of experience in all aspects of Mechanical and

    plumbing design and construction. He/she will be responsible for themechanical designs and drawings where relevant and supervision of themechanical components of the contract works.

    Water/Sanitation EngineerThe Water and Sanitation Engineer shall be a Registered member of aninstitution with a recognised university degree in water and sanitation

    engineering

    QualificationsThe Water and Sanitary Engineer will be a highly qualified professionalWater and Sanitary Engineer, with 10 years of experience in all aspects ofWater and Sanitary designs and construction. He/she will be responsible forthe Water and Sanitary designs and drawings where relevant and supervision

  • 8/10/2019 Request for Proposal for Consultancy Services

    27/152

  • 8/10/2019 Request for Proposal for Consultancy Services

    28/152

    Section 2 Instructions to Consultants Data Sheet 25

    GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

    5.1 The address for contacting the Client is:Ministry of Local Government andRural Development (MLGRD)P. O. Box M. 50 Ministries,Accra, Ghana

    Tel: 00233-21-663668Fax: 00233-21- 682003Attention: GUMPP National CoordinatorEmail: [email protected] . Tel: 233247070763Please mark all requests for the attention of The GUMPP NationalCoordinator

    5.3Criteria, sub-criteria, and point system for the evaluation ofTechnical Proposals are:

    Points

    (i) Specific experience of the Consultants relevant to the assignment:a) Organizational capability in successful execution of projects of

    similar nature [5] b) Regional Experience in Ghana or West Africa [5]

    Total points for criterion (i): [10]

    (ii) Adequacy of the proposed methodology and work planin responding to the Terms of Reference:

    a) Technical approach and methodology [20] b) Work plan [15]c) Organization and staffing [5]

    Total points for criterion (ii): [40]

    (iii) Key professional staff qualifications and competence for theassignment: Project Director [6] Project Manager/Team Leader [5] Architect [4] Electrical Engineer [2]Mechanical Engineer [2]Hydrologist/Drainage Engineer [2]Highway/Traffic Engineer [2]Cost Estimator/Quantity Surveyor [4]Water/Sanitation Engineer [2]Civil/Structural Engineer [4]Topographical Surveyor [3]Geotechnical/materials Engineer [3]Financial Expert/Valuer [2]Resident Engineer [7]Environmental Expert [2]

    Total points for criterion (iii): [50]

    mailto:[email protected]:[email protected]:[email protected]:[email protected]
  • 8/10/2019 Request for Proposal for Consultancy Services

    29/152

    Section 2 Instructions to Consultants Data Sheet 26

    GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

    The number of points to be assigned to each of the above positions ordisciplines shall be determined considering the following three sub-criteria andrelevant percentage weights:

    1) General qualifications [30%]2) Adequacy for the assignment [60%]3) Experience in region and language [10 %]Total weight: [100%]

    5.7 The single currency for price conversions is: Ghana CedisThe source of official selling rates is: The Bank of Ghana

    The date of exchange rates is: The date 28 days prior to the submission ofthe Proposal

    5.8 In case of SBQC, the formula for determining the financial scores is thefollowing:Sf = 100 x Fm / F, in which Sf is the financial score, Fm is the lowestprice and F the price of the proposal under consideration.The weights given to the Technical and Financial Proposals are:T = 0.8, andP = 0.2

    6.1 Address for contract negotiations:Ministry of Local Government andRural Development (MLGRD)P. O. Box M. 50 Ministries,Accra, GhanaTel: 00233-21-663668Fax: 00233-21- 682003Attention: GUMPP National CoordinatorEmail: [email protected] . Tel: 233247070763Please mark all requests for the attention of The GUMPP NationalCoordinator

    7.2 Expected date and location for commencement of consulting services

    is 14 days after the effective date of the Contract and the location isTamale in the Northern Region and Kumasi in the Ashanti Region

    mailto:[email protected]:[email protected]:[email protected]:[email protected]
  • 8/10/2019 Request for Proposal for Consultancy Services

    30/152

    Section 3 Technical Proposal Standard Forms

    GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

    27

    Section 3. Technical Proposal - Standard Forms

    [Comments in brackets [ ] provide guidance to the short listed Consultants for the preparationof their Technical Proposals; they should not appear on the Technical Proposals to besubmitted.]

    Refer to paragraph 3.4 of Section 2 of the RFP for Standard Forms required and number of pages recommended.

    3A Technical Proposal Submission Form

    3B Consultants Experience

    3C Comments or Suggestions on the Terms of Reference and on Counterpart Staff andFacilities to be Provided by the Client

    3D Description of the Approach, Methodology and Work Plan for Performing theAssignment

    3E Team Composition and Task Assignments

    3F Curriculum Vitae (CV) for Proposed Professional Staff

    3G Staffing Schedule3H Work Schedule

  • 8/10/2019 Request for Proposal for Consultancy Services

    31/152

    Section 3 Technical Proposal Standard Forms

    GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

    28

    F ORM 3A T ECHNICAL P ROPOSAL SUBMISSION F ORM

    [Location, Date]

    To: NANA BRIGHT ODURO-KWATENGCHIEF DIRECTORROOM 7,MINISTRY OF LOCAL GOVERNMENT AND RURAL DEVELOPMENTP.O. BOX M50

    MINISTRIES - ACCRA

    Dear Sirs:

    We, the undersigned, offer to provide the consulting services for [Insert title ofassignment] in accordance with your Request for Proposal dated [Insert Date] and ourProposal. We are hereby submitting our Proposal, which includes this Technical Proposal,and a Financial Proposal sealed under a separate envelope.

    If negotiations are held during the period of validity of the Proposal, i.e., before [insertdate], we undertake to negotiate on the basis of the proposed staff. Our Proposal is bindingupon us and subject to the modifications resulting from Contract negotiations.

    We understand you are not bound to accept any Proposal you receive.

    We remain,

    Yours sincerely,

    Authorized Signature [In full and initials]: Name and Title of Signatory: Name of Firm:Address :

  • 8/10/2019 Request for Proposal for Consultancy Services

    32/152

    Section 3 Technical Proposal Standard Forms

    GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

    29

    F ORM 3B C ONSULTANT S E XPERIENCE

    Assignments carried out during the last five years which best illustrate the candidatesqualifications for the proposed assignment

    [Using the format below, provide information on each assignment for which your firm, andeach associate for this assignment, was contracted either individually as a corporate entity oras one of the major companies within an association, for carrying out consulting servicessimilar to the ones requested under this assignment. Use 20 pages max.]

    Assignment name: Country/location:

    Name of Client: Total N o of staff-months of the assignment for staff provided by your firm:

    Address: Approx. value of the services provided by your firmunder the contract (in current Euro):

    Start date (month/year):Completion date (month/year):

    No of professional staff-months provided by associatedConsultants:

    Name of associated Consultants, if any: Key personnel provided by your firm (positions):

    Name of senior professional staff of your firm involved and functions performed (indicate most significant profiles such as Project Director/Coordinator, Team Leader):

    Narrative description of Project:

    Description of actual services provided by your staff within the assignment:

    Firms Name:

  • 8/10/2019 Request for Proposal for Consultancy Services

    33/152

    Section 3 Technical Proposal Standard Forms

    GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

    30

    FORM 3C C OMMENTS AND SUGGESTIONS ON THE T ERMS OF R EFERENCE ANDON C OUNTERPART STAFF AND FACILITIES TO BE P ROVIDED BY THE C LIENT

    A - On the Terms of Reference

    [Present and justify here any modifications or improvement to the Terms of Reference you are proposing to improve performance in carrying out the assignment (such as deleting someactivity you consider unnecessary, or adding another, or proposing a different phasing of theactivities). Such suggestions should be concise and to the point, and incorporated in yourProposal.]

  • 8/10/2019 Request for Proposal for Consultancy Services

    34/152

    Section 3 Technical Proposal Standard Forms

    GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

    31

    B - On Counterpart Staff and Facilities

    [Comment here on counterpart staff and facilities to be provided by the Client according to

    Paragraph Reference 1.4 of the Data Sheet including: administrative support, office space,local transportation, equipment, data, etc.]

  • 8/10/2019 Request for Proposal for Consultancy Services

    35/152

    Section 3 Technical Proposal Standard Forms

    GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

    32

    F ORM 3D D ESCRIPTION OF APPROACH , M ETHODOLOGY AND W ORKP LAN FOR PERFORMING THE ASSIGNMENT

    [Technical approach, methodology and work plan are key components of the TechnicalProposal. You are requestedto present your Technical Proposal (50 pages max, inclusive ofcharts and diagrams) divided into the following three chapters:

    a) Technical Approach and Methodology, b) Work Plan, andc) Organization and Staffing,

    a) Technical Approach and Methodology. In this chapter you should explain yourunderstanding of the objectives of the assignment, approach to the services, methodology for

    carrying out the activities and obtaining the expected output, and the degree of detail of suchoutput. You should highlight the problems being addressed and their importance, and explainthe technical approach you would adopt to address them. You should also explain themethodologies you propose to adopt and highlight the compatibility of those methodologieswith the proposed approach.

    b) Work Plan. In this chapter you should propose the main activities of the assignment, theircontent and duration, phasing and interrelations, milestones (including interim approvals bythe Client), and delivery dates of the reports. The proposed work plan should be consistentwith the technical approach and methodology, showing understanding of the TOR and abilityto translate them into a feasible working plan. A list of the final documents, including reports,

    drawings, and tables to be delivered as final output, should be included here. The work planshould be consistent with the Work Schedule of Form 3H.

    c) Organization and Staffing. In this chapter you should propose the structure andcomposition of your team. You should list the main disciplines of the assignment, the keyexpert responsible, and proposed technical and support staff.]

  • 8/10/2019 Request for Proposal for Consultancy Services

    36/152

    Section 3 Technical Proposal Standard Forms 33

    GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

    FORM 3E T EAM C OMPOSITION AND T ASK ASSIGNMENTS

    1. Technical/Managerial Staff

    Name Position Task

    2. Support Staff

    Name Position Task

  • 8/10/2019 Request for Proposal for Consultancy Services

    37/152

    Section 3 Technical Proposal Standard Forms 34

    GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

    FORM 3F C URRICULUM V ITAE (CV) FOR P ROPOSED P ROFESSIONALSTAFF

    Proposed Position:

    Name of Firm:

    Name of Staff:

    Profession:

    Date of Birth:

    Years with Firm/Entity: Nationality:

    Membership in Professional Societies:

    Detailed Tasks Assigned:

    Key Qualifications:

    [Give an outline of staff members experience and training most pertinent to tasks on assignment. Describedegree of responsibility held by staff member on relevant previous assignments and give dates and locations.Use about half a page.]

    Education:

    [Summarize college/university and other specialized education of staff member, giving names of schools, datesattended, and degrees obtained. Use about one quarter of a page.]

  • 8/10/2019 Request for Proposal for Consultancy Services

    38/152

    Section 3 Technical Proposal Standard Forms 35

    GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

    Employment Record:

    [Starting with present position, list in reverse order every employment held. List all positions held by staffmember since graduation, giving dates, names of employing organizations, titles of positions held, and locationsof assignments. For experience in last ten years, also give types of activities performed and client references,where appropriate. Use about two pages.]

    Languages:

    [For each language indicate proficiency: excellent, good, fair, or poor in speaking, reading, and writing.]

    Certification:

    I, the undersigned, certify that to the best of my knowledge and belief, these data correctlydescribe me, my qualifications, and my experience.

    Date:[Signature of staff member and authorized representative of the firm] Day/Month/Year

    Full name of staff member:______________________________________Full name of authorized representative: ___________________________

  • 8/10/2019 Request for Proposal for Consultancy Services

    39/152

  • 8/10/2019 Request for Proposal for Consultancy Services

    40/152

    Section 3 Technical Proposal Standard Forms 37

    GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

    3H. ACTIVITY (W ORK ) SCHEDULE

    A. Field Investigation and Study Items

    [1st, 2nd, etc. are months from the start of assignment.]

    1st 2nd 3rd 4th 5th 6th 7th 8th 9th 10th 11th 12th

    Activity (Work) _______________

    _______________

    _______________

    _______________

    B. Completion and Submission of Reports

    Reports Date

    1. Inception Report

    2. Interim Progress Report(a) First Status Report(b) Second Status Report

    3. Draft Report

    4. Final Report

  • 8/10/2019 Request for Proposal for Consultancy Services

    41/152

    38

    GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

    Section 4. Financial Proposal - Standard Forms

    [Comments in brackets [ ] provide guidance to the short listed Consultants for the preparation

    of their Financial Proposals; they should not appear on the Financial Proposals to besubmitted.]

    Financial Proposal Standard Forms shall be used for the preparation of the Financial Proposalaccording to the instructions provided under Para. 3.6 of Section 2. Such Forms are to beused whichever is the selection method indicated in Para. 4 of the Letter of Invitation.

    4A. Financial Proposal submission form.

    4B. Summary of costs.

    4C. Breakdown of price per activity.

    4D. Breakdown of remuneration per activity.

    4E. Breakdown of other costs per activity.

  • 8/10/2019 Request for Proposal for Consultancy Services

    42/152

    Section 3 Technical Proposal Standard Forms

    GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

    4A. F INANCIAL PROPOSAL SUBMISSION FORM

    [Location, Date]

    To: NANA BRIGHT ODURO-KWATENG

    CHIEF DIRECTORROOM 7,MINISTRY OF LOCAL GOVERNMENT AND RURAL DEVELOPMENTP.O. BOX M50MINISTRIES - ACCRA

    Ladies/Gentlemen:

    We, the undersigned, offer to provide the consulting services for [Title of consultingservices] in accordance with your Request for Proposal dated [Date] and our Proposal(Technical and Financial Proposals). Our attached Financial Proposal is for the sum of

    [Amount in words and figures]. This amount is exclusive of the local taxes, which we haveestimated at [Amount(s) inwords and figures].

    Our Financial Proposal shall be binding upon us subject to the modifications resultingfrom Contract negotiations, up to expiration of the validity period of the Proposal, i.e., [Date].

    We understand you are not bound to accept any Proposal you receive.

    We remain,

    Yours sincerely,

    Authorized Signature: Name and Title of Signatory:

    Name of Firm:Address :

  • 8/10/2019 Request for Proposal for Consultancy Services

    43/152

    GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

    4B. SUMMARY OF C OSTS

    Costs Currency(ies) Amount(s)

    Subtotal

    Local Taxes

    Total Amount of Financial Proposal ______________________

    1 Local currency and Euros.

  • 8/10/2019 Request for Proposal for Consultancy Services

    44/152

    GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

    4C. BREAKDOWN OF P RICE PER ACTIVITY

    Activity No.:____________________ Activity No.:_____________________ Description:_____________________

    Price Component Currency(ies) Amount(s)

    Remuneration

    Other costs

    Subtotal

    ____________________________

  • 8/10/2019 Request for Proposal for Consultancy Services

    45/152

    GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

    4D . BREAKDOWN OF R EMUNERATION PER ACTIVITY

    Activity No._____________________________________ Name:______________________________

    Names Position Input 2 Remuneration

    Currency(ies) Rate Amount

    Regular staff

    Local staff

    Consultants

    Grand Total ___________________

    2 Staff months, days, or hours as appropriate.

  • 8/10/2019 Request for Proposal for Consultancy Services

    46/152

    GUMPP RFP TAMALE & KUMASI AFD TEMPLATE- 26-03-13rev

    4E. BREAKDOWN OF OTHER COSTS PER ACTIVITY

    Activity No:_________________________________ Name:_____________________

    No. Description Unit Quantity Unit Price In Total Amount In1.

    2.

    3.

    4.5.

    6.

    7.

    8.

    9.

    International flights

    _____________________________Miscellaneous travel expenses

    Subsistence allowance

    Local transportation costs 3 Office rent/accommodation/clerical assistance

    Communication costs between ______________________and _________________________(telephone, telegram, telex)

    Drafting, reproduction of reports

    Equipment: vehicles, computers, etc.

    Software

    Trip

    TripDay

    Grand Total ________________

    3 Local transportation costs are not included if local transportation is being made available by the Client. Similarly, in the project site, office rent/accommodations/clericalassistance costs are not to be included if being made available by the Client.

  • 8/10/2019 Request for Proposal for Consultancy Services

    47/152

  • 8/10/2019 Request for Proposal for Consultancy Services

    48/152

    Ministry of Local Government and Rural Development (MLGRD)

    Section 5. Terms of Reference

    For Design and Supervision of GUMPP Priority Investment Projects in Two

    Secondary Cities in Ghana: The Metropolitan District Assemblies of Tamale in Northern Region and Kumasi in Ashanti Region.

    IntroductionThe Government of Ghana has received funding from Agence Francaise Developmentt (AFD)towards the cost of implementation of Ghana Urban Management Pilot Project (GUMPP) through theMinistries of Finance and Economic Planning (MoFEP) and Ministry of Local Government and RuralDevelopment (MLGRD) and Beneficiary MMAs/Cities namely; Kumasi Metropolitan Assembly,Sekondi-Takoradi Metropolitan Assembly, Tamale Metropolitan Assembly and Ho MunicipalAssembly;

    Specific objectives of the Assignment:

    a) To implement urban development programmes that give widespread access to essentialservices of the desired level and quality of services.

    b) To build the financial, management and ownership capacities of cities.

    c) To support economic activities and local employment and enhance the revenue collectioncapacity of local governments for increased local self-finance of investments.

    d) To limit the negative impact of urban extension on peripheral eco-systems.

    Project DescriptionFor purposes of these TOR, the GUMPP Priority Investment Projects are hereinafter referred to as theProject.The GUMPP Priority Investment Projects programme will be implemented in four (4) Assemblies asfollows:

    1. Sekondi -Takoradi Metropolitan Assembly Western Region of Ghana

    2. Ho Municipal Assembly Volta Region of Ghana

    3. Tamale Metropolitan Assembly Northern Region of Ghana

    4. Kumasi Metropolitan Assembly Ashanti region of Ghana

    The consultancy assignment has been packaged into two (2) separate contracts:1. One comprises GUMPP Priority Investment Projects in the Sekondi -Takoradi Metropolitan

    Assembly - Western Region of Ghana and Ho Municipal Assembly Volta Region ofGhana and the other;

    2. Comprises GUMPP Priority Investment Projects in the Tamale Metropolitan Assembly Northern Region of Ghana and Kumasi Metropolitan Assembly - Ashanti Region of Ghana

    This consultancy assignment comprises GUMPP Priority Investment Projects in the TamaleMetropolitan Assembly Northern Region of Ghana and Kumasi Metropolitan Assembly - AshantiRegion of Ghana. The lists of proposed GUMPP Priority Investment Projects are as shown below:

  • 8/10/2019 Request for Proposal for Consultancy Services

    49/152

    Ministry of Local Government and Rural Development (MLGRD)

    Tamale Metropolitan Assembly Northern Region of Ghana

    1. Construction of 1.5 Km storm Drain and Retention Pond at GumaniProject objectives: To minimize flooding through effective storm water management; to provide asource of drinking water for livestock; and to provide a source of irrigation during dry seasonSpecific Project components : Construct a 1.5 KM stretch of reinforced concrete lined drain; andconstruct retention pond for irrigation during dry season and water reservoir for livestock.

    2. Upgrading Aboabu Market and Heavy Goods Vehicle Park

    Project objective: To improve market infrastructure in the Metropolis and Heavy Goods VehiclePark facilities.Project components: Construct 100 Units market stores (stalls) at Aboabu market; construct 5 x40 stall sheds; construct pedestrian pavement zone in the market; install vehicle hard standing inthe heavy goods vehicle park; construct water and drainage system within and along the market;construct a 20 cubicle toilet; renew market place electrical distribution network; install securitylighting systems; construct five security entrance gates on the market; and install 15 x water stand

    point.

    3. Rehabilitation of Tamale Abattoir

    Project objective: Improve the abattoirs environment as well as ensuring quality supply of meat produced to the market.Project Components: Renovation of slaughter house interior/exterior; renovation of watersystem; repair of sanitation drainage system; construction of security fence; rehabilitation ofoutside areas and waste pond; procurement of vehicles; construct a waste management plant(digester)

    4. Construction of School Toilet and Public Toilet Facilities

    Project objective: The project seeks to achieve improved sanitation in the Metropolis as well asensuring a clean environment.Project components: Construct 30 x 10 seat school toilet facilities; and construct 20 x 20 seat

    public toilet facilities.

    5. Upgrading Tishiegu and Moshie Zongo Local Communities

    Project objective: Improve the road network in Tishiegu and MoshieZongo; provide fencing forcluster of schools in the two communities; improve the community sanitary facilities; improvedsecurity for the two communities.Project components: The construction of 4.0 km road within the two communities; constructionof 2.5 km open drains; installation of street lights; extending water systems; construction of

    security fences at schools cluster; and construct 6 x 20 seat public toilets

    Maintenance requirements of priority investment projects in Tamale

    Priority investment projects: Tamale abattoir, community upgrading (Tishegu andMoshieZongo), Gumani storm drain and retention pond, Aboabo market and heavy goods vehicle

    park, construct school and public toilet facilities, and develop an urban management planExpected Maintenance activities and coverage for all project components: Budget, Staffing,Service contracts, Operation & Maintenance manuals/Activities, Procurement of Equipment,Sector Maintenance (Resource assessment/upgrade of Town and Country Planning Dept.),Preparation of TMA maintenance Plan/Policy, Maintenance (Works Contracts )Project components:

  • 8/10/2019 Request for Proposal for Consultancy Services

    50/152

    Ministry of Local Government and Rural Development (MLGRD)

    Facilities construction: Renovation of slaughter house interior/exterior, provide a wastemanagement plant (digester), construct public toilets, construct market stores (stalls), constructmarket sheds, construct pedestrian pavement zoneUtilities and services: Install public street lighting, landscaping and gardening works, garbagecollection point and disposal of waste, landscaping and gardening works, provision of securityservice, outside area security lightingInfrastructure works: Site preparation. land and structure removal, paving and fencing of parkingareas, paving and fencing of surrounding areas, road construction and maintenance, construction,rehabilitation of outside areas and waste pond, extending water systems, construction a retention

    pond for irrigation and water supply reservoir for livestock, install public water supply stand points, and install road street signs

    Urban Management Programme

    Operational and Maintenance areas: Geographic information system (digital mapping, auto photo maps, computers and attribute data collection); preparation of strategic plan (includingstructure plan); review and prepare new planning schemes; capacity building for operational staffResources Equipment and Materials needed: Specialist vehicles, administrative vehicles,adequate workshop and administrative facilities, secure supply of all types of repair materials,secure supply of all types of sundry materials, office equipment (computers, accessories, sundries),comprehensive package of basic and specialist tools and equipment, apparatus and educationalmaterials, labour

    Kumasi Metropolitan Assembly Ashanti region of Ghana

    1. Redevelopment of New Agogo (Atonsu) to Southern Trading CentreProject objective: To reduce congestion at the Central Business District (CBD) of Kumasi; toincrease economic activities in the pro-poor areas of the metropolis; to increase the revenue of theassembly; to reduce travel cost and time for citizens for business transaction; to improve the

    aesthetics of these communities; and to serve as offices for the substructures of the assembly.Project components: Construction of a Modern Southern Trading Centre with the followingfacilities - Stalls, Banking Halls, Clinics, Pharmacy, Day Care and a bus terminal among others.

    2. Redevelopment of Old Tafo MarketProject objective : To reduce congestion in the Central Business District (CBD) of Kumasi; toincrease economic activities in the metropolis; to increase revenue for the assembly; to reduce thetravel cost and time for citizens from the northern parts of the city to transact business; to improvethe aesthetics of these communities; and to serve as offices for the substructures of the assembly. Project components: Construction of a modern Northern Trading Centre with the following

    facilities - stalls, banking halls, clinics, pharmacy, day care and a bus terminal among others.

    3. Redevelopment of Asawase Satellite MarketProject objective: To reduce congestion in the Central Business District (CBD) in Kumasi; toincrease economic activities in the metropolis; to increase revenue for the Assembly; and toimprove the aesthetics of this community.Project components (Shopping Mall): Complete demolition of existing market; temporaryrelocation of market traders; construct / renovate market to incorporate/include the followingfacilities: stalls, warehouse, supermarkets, restaurant, shops, toilet facilities, banks, sub-metrooffices, pharmacies, gyms, police post, nursery, an auditorium, post office, ICT centre, library,lifts, bus terminal, landscaping, fencing and other works.

  • 8/10/2019 Request for Proposal for Consultancy Services

    51/152

    Ministry of Local Government and Rural Development (MLGRD)

    4. Extension of Sanitary LandfillProject objective: To improve the quality of the Metropolitan landfill waste disposal site.Project components : Under the proposed project, the following impact and results are expected:development of 5 new cells at Oti landfill site, fencing and landscaping of landfill sites

    General Maintenance requirements of the five (5) priority investment project inKumasi

    Expected Maintenance activities and coverage for all projectsOperation and maintenance : Support to Sector, Support to KMA,Land: Acquisition, Relocation/compensation.Facilities construction : Construct / renovate market to incorporate/include the followingfacilities: stalls, warehouse, supermarkets, restaurant, shops, toilet facilities, banks, sub-metrooffices, pharmacies, gyms, police post, nursery, an auditorium, post office, ICT centre, library,lifts, bus terminal, landscaping, fencing and other works.

    Utilities and services : Install public street lighting, Landscaping and gardening works, garbagecollection point and disposal of waste, landscaping and gardening works, provision of securityservice, outside area security lighting,Infrastructure works : Site preparation. land and structure removal, paving and fencing of parkingareas, re-organisation of the existing artisan site, paving and fencing of surrounding areas,

    Urban Management Plan

    Operational and Maintenance areas : Geographic information system (digital mapping, auto photo maps, computers and attribute data collection)Resources Equipment and Materials needed : Vehicles, adequate workshop and administrativefacilities, secure supply of all types of repair materials, secure supply of all types of sundry

    materials, office equipment (computers, accessories, sundries), comprehensive package of basicand specialist tools and equipment, apparatus and educational materials, and labour.

    AFD Funding

    AFD funding will support the following items:

    1. Investments in public infrastructure and facilities:

    Tamale Metropolitan Assembly Northern Region of Ghana

    a) Construction of 1.5 km storm Drain and Retention Pond at Gumani

    b) Upgrading Aboabu Market and Heavy Goods Vehicle Park

    c) Rehabilitation of Tamale Abattoir

    d) Construct School Toilet and Public Toilet Facilities

    e) Upgrading Tishiegu and Moshie Zongo Local Communities

    Kumasi Metropolitan Assembly Ashanti region of Ghanaa) Redevelopment of New Agogo (Atonsu) to Southern Trading Centre

    b) Redevelopment of Old Tafo Market

    c) Redevelopment of Asawase Satellite Market

    d) Extension of Sanitary Landfill

    2. Undertake Feasibility Studies (FS), an EIA, EMP and RAP, as well as Final Designs (FD).

  • 8/10/2019 Request for Proposal for Consultancy Services

    52/152

    Ministry of Local Government and Rural Development (MLGRD)

    3. Implement appropriate environmental and social mitigation measures, includingcompensation of individuals, residences and businesses affected by such improvements andupgrades, consistent with the GUMPP Manual of Procedures.

    4. Procure and manage such utility relocations as may be necessary.

    5. Provide supervision of construction services for such improvements and upgrades.

    6. Provide project management and auditing services for such improvements and upgrades.

    7. The feasibility study, environmental assessment, resettlement action, and design should beregarded as an integrated package of services.

    Scope of Work

    Overview

    The objectives of the assignment are to carry out a Feasibility Study, Environmental and Social ImpactAssessments, Final Detailed Engineering Design, and Construction Supervision for the GUMPP

    Investment Projects. The feasibility study shall determine the technical and economic feasibility of proposed projects, taking into account environmental and social aspects. Depending on the results ofthe feasibility study, the Consultant shall undertake detailed engineering design, and preparation oftender documents as described in the GUMPP Manual of Procedures and according to GhanaProcurement Guidelines.The Consultant shall carry out all the tasks necessary to achieve the defined objectives. The servicesshall be carried out in the following stages,Stage A1: Preparatory works , Feasibility study, including the preliminary design/design review,

    cost estimates, assessment of environment and social impacts and preparation ofenvironmental management plans and RAP framework documents for GUMPPInvestment projects for Tamale and Kumasi MMAs.

    Stage A2: Detailed engineering design, including full resettlement action plan, and evaluation of pre-qualification documents and preparation of bidding documents for GUMPPInvestment projects for Tamale and Kumasi MMAs.

    Stage B1: Construction Supervision for GUMPP Investment projects for Tamale and KumasiMMAs.

    Stage B2 : Attendance during the Defects Liability Period of GUMPP Investment projects forTamale and Kumasi MMAs.

    Due to the fast-track nature of the project, some Stage A2 activities, such as field surveys, drafting ofsome standard bid documents and standard technical specifications, etc., are expected to start whileStage A1 studies are still on- going. Stage B1 and B2 services are to be considered in the Consultants

    proposal.MLGRD will provide the Consultants with available data relevant to the study objectives andservices. The Consultant shall, however, be solely responsible for the accuracy, analysis andinterpretation of all data received and for the recommendations in the reports.

    GUMPP Investment Projects in Tamale Metropolitan Assembly

    Construction of 1.5 km Storm Drain and a Retention Pond at Gumani

    This project now falls within the Sagnarigu District Assembly which has recently been carved out ofthe Tamale Metropolitan assembly.The project seeks to achieve the following:

    a) Minimize flooding through effective storm water management structure.

    b) The retention pond would be used as a source of drinking water for animals and for dryseason gardening by the people

  • 8/10/2019 Request for Proposal for Consultancy Services

    53/152

  • 8/10/2019 Request for Proposal for Consultancy Services

    54/152

    Ministry of Local Government and Rural Development (MLGRD)

    4. To provide four(4) suitable meat vans for transporting meat to the meat shops

    5. To fence the Abattoir

    Justification of the investmentsTamale has only one abattoir, which is located on the Nyankpala road. The abattoir serves the wholeof Tamale town and its environs. However the abattoir is in a state of disrepair such that wastegenerated in the abattoir is not properly disposed of due to the breakdown of the sewage system. Thedrainage system in place is poor such that wastes generated due to activities that occur in the abattoiron daily basis are not disposed of sanitarily. The blood, the stomach and the intestinal contents andanimal parts are drained into a nearby pond. This pond serves as a breeding site for flies andmosquitoes and also causes offensive odour and unsightliness. During rainy days the pond spills overand the content flows into the neighbouring communities causing discomfort and posing a threat tothe health of the inhabitants of these communities.In the abattoir, wall tiles are broken, paint on the walls are stained, floor very rough and few hooksavailable to hang on carcasses for inspection and also lack of suitable meat van to transport inspectedmeat to the meat shop. The combined effects of these have contributed to improper handling ofcarcasses in the abattoir and this has the tendency of causing an epidemic in the metropolis and its

    environs.In view of the above, rehabilitation of the abattoir with modern equipment is an issue of urgency toavert an outbreak of diseases in and around the metropolis

    Construction of Toilet for Schools, Public Places and Private Households

    Project objective:

    1. Improve sanitation in the Metropolis as well as ensuring a clean environment

    Specific work under this project is to:To construct 30 No. 10 seat Toilet facilities for schoolsTo construct 20.No. 20 seat Toilet facilities for public places and communities

    To construct 1,500 units household toiletsThe Tamale Metropolitan Assembly is fast growing in terms of population, economic and socialactivities. The Metropolis is a transit point for most travellers as well as traders. There are many lorry

    parks and markets without toilet facilities. This causes a lot of inconvenience to the trading population.A desk study of documents showed that the Metropolis has about 722 public schools. Most of theseschools were built without toilet facilities. This makes teaching and learning ineffective as pupils andteachers use outside defecation as a source of convenience. This situation is equally extended to thecommunities where households have no toilet facilities. This problem has for some time now resultedin the outbreak of diseases such as cholera. This project when implemented would ensure a cleanenvironment and a healthy population for development.

    Upgrading Tishiegu and Moshie Zongo Local Communities

    Project objective:

    1. Prepare a structure/master plan

    2. Prepare utility plans which would include Road plans, Drain plans, Pipeline/water plans,Electricity plans, Telephone lines, school and public toilets etc. for the Tishiegu andMoshieZongo Communities.

    For the past decades the Metropolis had undergone expansions in terms of infrastructuraldevelopment, population growth, among others. Provision of social and economic infrastructure was

    based on service demand driven instead of strategically planed measures. This has left a shortage of

    infrastructure in some towns and villages i.e. Tishiegu and MoshieZongo Communities. This project

  • 8/10/2019 Request for Proposal for Consultancy Services

    55/152

    Ministry of Local Government and Rural Development (MLGRD)

    is timely to enable the Metropolis to have a uniform and strategic plan for development in the comingdecades.

    GUMPP Investment Projects in Kumasi Metropolitan Assembly

    Redevelopment of New Agogo (Atonsu) to Southern Trading CentreProject objective:

    1. To reduce congestion at the Central Business District (CBD) of Kumasi

    2. To increase economic activities in the pro-poor areas of the metropolis

    3. To increase the revenue of the Assembly

    4. To reduce the travel cost and time for citizens from Southern parts of the city for businesstransaction.

    5. To improve the aesthetics of these communities

    6. To serve as offices for the Substructures of the Assembly.

    The redevelopment of the New Agogo Market will provide a modern place for the exchange of goodsand services in the Northern and Southern part of the city thereby reducing the congestion in theCBD.It is expected that people living in the Southern part of the city, namely, New Agogo, Gyenyasi,Ahensan, KNUST, Kyirapatere, Kotei and the surround towns of the adjoining District, Bosomtwiwill have a modern Trading Centre. The provision of this facility will further complement andcomplete the on-going AFD financed community upgrading at Atonsu (New Agogo) in Asokwa theSub-Metro area. This proposed market facility will also absorb persons displaced from the Ahensanmarket as a result of the AFD financed road project at Ahensan. It is envisaged that upon completionof the project 30% of the population in the metropolis will have a modern trading centre for business.The existing market consists of single storey individual lock-up shops at the periphery of its

    boundaries along the road to Ahensan. A few of the individual lockup shops are also lined up invarious lanes in the market. There are other individual table top sheds, most of which are temporary innature. A refuse dump and a public toilet which serves as a dumping ground and place of conveniencefor the neighbouring communities are located close to the market. The MA has plans to evacuate themountainous refuse dump to the landfill site to make way for the project. The on-going AFD financedcommunity upgrading at Atonsu (New Agogo) has also constructed storm drains and a foot bridge tolink the Asokwa side with market to allow easy commuting from one part to the other. Also availableare other facilities such as electricity, water, telephone etc. The type of trading activities in the marketobserved are made up of the following: Food, textiles, clothing/sewing accessories, household goods,

    pharmaceuticals/chemical sellers/stationery, services hair dressers, chop bars etc., lightmanufacturers and other items like domestic fuel wood, charcoal etc. which are mostly displayed inthe open. There is inadequate accommodation in terms of needs. This is manifested in the congestionand lack of sufficient space to display wares and the sprawls of lanes and shop frontage.Besides the Modern Trading Centre (market) will:

    Create employment for a variety of groups.Create an orderly city environment and the creation of places of distinction.Provide a pleasant shopping experience/one stop shopping.Provide the necessary densities to ward off criminal activities during the hitherto quiet hours

    (eyes on the street) Create Urban vitality and street lifeProvide a comfortable and environment that encourages social interactionDevelop a 24-hour-service outlet for leisure-shopping

    Enhance the citys revenue mobilization

  • 8/10/2019 Request for Proposal for Consultancy Services

    56/152

    Ministry of Local Government and Rural Development (MLGRD)

    The market will have the following facilities: Stalls, Warehouse, Supermarkets, Restaurant, Shops,Toilet facilities, Banks, Substructures, Offices, Pharmacy, Gym, Police Station, Nursery, Auditorium,Post Office, ICT Centre, Library, Lifts, Terminal, Landscaping, fencing and other works.

    Redevelopment of Old Tafo Market into Modern Trading Centre for the Northern Part

    of KumasiProject objective:

    1. To reduce congestion in the Central Business District (CBD) of Kumasi2. To increase economic activities in the pro-poor areas of the metropolis3. To increase revenue for the Assembly4. To reduce the travel cost and time for citizens from the Northern parts of the city to transact

    business.5. To improve the aesthetics of these communities6. To serve as offices for the Substructures of the Assembly.

    The redevelopment of the Old Tafo market will provide a modern place for the exchange of goods and

    services for the Northern part of the city as well as reduce the congestion in the CBD.It is expected that people living in the Northern part of the city, namely, Old Tafo, Buokrom,Pankronu, Atimatim and the towns around the adjoining Kwabre District will have a modern facilityfor trading activities. It is envisaged that upon completion of the project 15% of the population of inthe metropolis will have a modern trading centre. The provision of this facility will complement andcomplete the on-going Urban Environmental Sanitation Project (UESP II) financed communityupgrading projects at Old Tafo and Ayigya in the Tafo and Oforikrom Sub-Metropolitan areas.The existing market consists of single/two storey lock-up shops at the periphery of its boundariesalong the main road. There are other individual table top sheds, most of which are temporary innature, a meat shop etc. Also available are other facilities such as electricity, water, telephone etc. Thetype of trading activities in the market observed are made up of the following: Food, textiles,clothing/sewing accessories, household goods, pharmaceuticals/chemical sellers/stationery, services hair dressers, chop bars etc., light manufacturers and other items like domestic fuel wood, charcoaletc. which are mostly displayed in the open. There is inadequate accommodation in terms of needs.This is manifested in the congestion and lack of sufficient space to display wares and the sprawls oflanes and shop frontage.The Modern Trading Centre will have the following facilities: Stalls, Warehouse, Supermarkets,Restaurant, Shops, Toilet facilities, Banks, Sub-Metro Offices, Pharmacies, Gyms, Police Station, a

    Nursery, an Auditorium, a Post Office, an ICT Centre, a Library, Lifts, a Bus Terminal, Landscaping,fencing and other works.Besides the Modern Trading Centre (market) will:Create employment for a variety of groups.

    Create an orderly city environment and the creation of places of distinction

    Provide a pleasant shopping experience one stop shoppingProvide the necessary densities to ward off criminal activities during the hitherto quiet hours(eyes on the street) Create Urban vitality and street lifeProvide a comfortable and stimulating environment that that encourages social interactionDevelop 24-hour-service outlets that support leisure-shoppingEnhance the citys revenue

    Redevelopment of Asawase Satellite Market into a Modern Trading Centre

    Project objective:

    To reduce congestion in the Central Business District (CBD) in Kumasi

  • 8/10/2019 Request for Proposal for Consultancy Services

    57/152

    Ministry of Local Government and Rural Development (MLGRD)

    To increase economic activities in the pro-poor areas of the metropolisTo increase revenue for the AssemblyTo improve the aesthetics of this community.

    The redevelopment of this market will provide a modern place of exchange for goods and services inthe city thereby reducing congestion in the CBD. It is expected that people living in the city, namely,Asawase, Manhyia, Aboabo and Dichemso will have a modern place for trading activities. It isenvisaged that upon completion of the project 10% of the population in the metropolis will have amodern trading centre to transact business. It is expected that the provision of this facility will helpdecongest the Kumasi Central Market. Furthermore, the Asawase market when completed will absorbsome occupants of the Central Market during its redevelopment.This is predominantly maize and cola nuts market. The existing market consists of two/single storeyindividual lock-up shops at the periphery of its boundaries along the main road. It lacks properly welldesigned warehousing for storage purposes. There are other individual table top sheds, most of whichare temporary in nature, a meat shop. Also available are other facilities such as electricity, water,telephone etc. The type of trading activities in the market observed apart fr