ACTED
TOR
FOR CONSULTANCY SERVICES TO CARRY OUT DETAILED TECHNICAL ASSESSMENT OF BOREHOLES IN SAMBURU COUNTY
1. Background
The subject refers. ACTED is an international relief agency that was created in 1993. Our projects in our 35 countries of intervention all follow one coherent strategy. ACTED is a global civil society organization that speaks in one voice and addresses the challenges of the 21st century with one vision: every human being must live in dignity. To this end all ACTED teams act for immediate change in the lives of those in urgent need and co‐create possibilities and sustainable change by investing in people’s potential.
Through support from USAID-OFDA, ACTED is implementing the THRIVES (Towards Holistic Response and Recovery in Vulnerable Environments of Samburu) project which will respond to the extended dry season in Samburu with an emergency response component to address the immediate lifesaving needs of vulnerable populations. This will be layered with a drought recovery response building on ACTED and REACH’s activities towards understanding risk and developing county government’s self-reliance. ACTED and REACH will work with communities to address the underlying causes of fragility to drought and cyclical climatic shocks through the introduction of climate smart agriculture, strengthening of disease early warning systems, water, sanitation and hygiene support, and the development of county contingency plans.
The WASH component of the THRIVES project seeks to carry out rehabilitation of existing strategic boreholes that may be operational but require repairs or that have stalled in the recent past but require rehabilitation. The project targets to rehabilitate 8No. strategic boreholes in Samburu County.
ACTED requires the expertise of a specialized consultant to carry out comprehensive technical assessment of the identified boreholes, provide BOQ for the proposed rehabilitation/construction works, carry out water quality assessment and determine the number of beneficiaries (households) served by the boreholes.
2. Invitation for Proposals
ACTED now invites eligible firm/consultant(s) to submit proposals for the provision of consultancy services to conduct detailed technical assessment for rehabilitation of boreholes in Samburu County as per the terms of reference described below.
3. TERMS OF REFERENCE FOR DETAILED TECHNICAL ASSESSMENT OF BOREHOLES IN SAMBURU COUNTY
a. Purpose
The overarching purpose of this consultancy is to assess the status of the identified boreholes in respect to their functionality and establish the necessary intervention measures to improve/restore their functionality.
b. Objectives.
The overall objective of the assessment is to inspect, test, analyze and objectively make recommendations for proposed rehabilitation works based on the technical assessment. The specific objectives of the assessment are:
i) Specific objective 1: To carry out hydro-geo-vision (camera inspection) of the boreholes and provide a camera inspection report.
ii) Specific objective 2: To carry out test pumping and provide a test pumping report.
iii) Specific objective 3: To carry out assessment of power source, draw off pipes from the pump, existing riser mains, reticulation system to consumer points and make necessary technical recommendations.
iv) Specific objective 4: To carry out full chemical and bacteriological water quality analysis through a designated and gazetted water resources authority analytical laboratory.
v) Specific Objective 5: To carry out a detailed assessment to assess the water demands for the boreholes i.e. establish the beneficiary population (number of households) and the water demand.
c. Responsibilities of the firm/Consultant(s)
In order to achieve the above consultancy objectives, the selected firm/consultant(s) shall be required to undertake the following:
i) Remove gantries where applicable, Retrieve the pump and draw off pipes, fish out dropped parts where applicable to allow for camera inspection and test pumping as described under (ii) and (iii) below:
ii) Carry out hydro-geo-vision (camera inspection) of the boreholes and establish the following:
a. Type and number of casings/screens installed.
b. Nature of the installed casings and screens i.e material and functionality.
c. Provide a profile of the casings, screens, aquifer levels of the borehole.
d. Depth of the well.
iii) Carry out test pumping and establish the following:
a. Water Rest Level (WRL).
b. Static/Dynamic Water Level (SWL/DWL).
c. Drawdown.
d. Yield.
e. Depth of the well.
iv) Where applicable, test the pump (and motor) to see if they are still working or what repairs are necessary
v) Carry out assessment of power source, draw off pipes from the pump, existing riser mains, reticulation system to consumer points and make necessary technical recommendations in relation to the findings of (iii) above.
vi) Carry out full chemical and bacteriological water quality analysis.
vii) Carry out a detailed assessment to assess the water demands for the boreholes i.e. establish the beneficiary population (number of households) and the water demand.
viii) Provide a comprehensive report (in both electronic and hard copy formats) detailing: findings of camera inspection, test pumping, water quality analysis, water demand analysis, market survey, recommended reticulation system layout (network map), recommended rehabilitation works based on the technical assessment findings and Bills of Quantities (BOQs) for the recommended rehabilitation works.
ix) Re-install the gantries, pump and draw off pipes where such will have been retrieved while carrying out the above works in order to restore the boreholes to their original status.
x) Repair any damages that will have been caused in the process of carrying out all the above works including but not limited to repair of well aprons, fences, and any other structures; thus restoring the boreholes to their original state.
xi) Provide a comprehensive report (in both electronic and hard copy formats) detailing: findings of camera inspection (both hard copy and DVD format) , findings of test pumping, findings of water quality analysis, recommended reticulation system layout (network map), recommended rehabilitation works based on the technical assessment findings and Bills of Quantities (BOQs) for the recommended rehabilitation works.
4. Requirements for the CfT:
The prospective bidders are required to submit preliminary proposals detailing the following:-
i) A capability statement: The firm/consultant(s) to carry out this assessment should submit a profile detailing: experience relevant to the assignment and curriculum vitae of key personnel.
ii) Technical Proposal: Provide an understanding and interpretation of the proposed exercise, proposed methodology, tools and resources capability).
iii) Financial proposal: Include all proposed costs in Kes (i.e. consultation fees, mobilization and demobilization costs and operational costs)
iv) Work schedule detailing timelines within which the proposed works shall be carried out.
v) Contacts of 3 Non –governmental organizations that have recently (but preferably within the last 3 years) contracted the firm/consultant(s) to carry out similar assignments.
5. Eligibility
In order to be eligible to submit EOI proposals, the firm/consultant(s) MUST fulfil the following criteria:-
i) Be duly registered in Kenya to undertake the proposed works (attach certificate of registration/incorporation).
ii) Be tax compliant (attach a valid tax compliance certificate).
iii) Possess at least class 7 National Construction Authority certification for water works (attach valid NCA certificate)
iv) Have an office/operational establishments within Kenya.
v) Be in active consultancy business for at least last 3 years.
vi) Should have completed at least one similar consultancy contract either with a credible organization, preferably a Non-governmental organization with establishments in Kenya.
vii) Should have in-house professional experts to incorporate in the exercise when need arise.
viii) Should have experience of working within Samburu County
ix) Should show Proof of financial capacity to undertake proposed works.
6. Period of Assignment and Evaluation Approach
The firm/consultant(s) is expected to be contracted within the month of November 2019. Upon award of the consultancy, the firm/consultant is expected to commence the assessments within a period of 5days. ACTED expects the selected firm/consultant to carry all the works including submission of the relevant reports within 21 calendar days effective the day of contract signing. ACTED will require the firm/consultant to make a presentation of the findings to a panel at ACTED Maralal office after which ACTED will review the submissions and give feedback to the firm/consultant in writing within 2 days after the presentation. Upon the review, the firm/consultant will incorporate ACTED’s recommendations and submit a final report in 3 spiral-bound copies and an electronic copy within 5 days after the review. The assessment is expected to be completed by the start of December 2019.
7. How to apply.
The offer/bids should be submitted to ACTED logistics department via email address: [email protected] on or before November 6th 2019 at 1200 hrs. Or by dropping into provided Tender box at this address ACTED office Kalamu House, Grevillea Grove, off Brookside Drive, Westlands- Nairobi (Kenya With a subject reading “Call for Tender for Consultancy Services to Carry out Detailed Technical Assessment of Boreholes in Samburu County.” Proposals received after this deadline will not be accepted. Short-listed firms / consultant (s) will be informed of the dates for a possible interview soon after the stated deadline.
Annex 1. List of Boreholes to be Assessed.
Borehole Name Latitude Longitude
Barsaloi 1.334961 36.86757
Wamba Jelmen 0.965466 37.31714
Lengei 0.819958 36.99528
Lodungokwe 0.894436 36.99696
Lolkuniyani 1.090297 37.23116
Lowa 1.299911 36.82199
Mabati 1.282016 36.8927
Nachola 1.80025 36.69536
Loisukutan 1.058114 36.61257
Longewan 0.859869 36.54396
Sere Olipi 1.13358 37.60076
Leng’ei 0.819958 36.99528
Lesirkan 1.782192 36.95959
The tender will be conducted using ACTED standard bidding documents, open to all qualified suppliers and service providers. The Bidding Documents (in English) may be collected free of charge by all interested bidders at the following address(es):
- ACTED representative office in Nairobi at Kalamu House, Grevillea Grove, off Brookside Drive, Westlands- Nairobi, Kenya
Or can be downloaded from the ACTED website at www.acted.org under the section “Tender”.
Or can also be downloaded by sending a requisition email to [email protected], cc [email protected];
Potential bidders are encouraged to consult the ACTED website regularly for potential modification to the present tender and/or the bidding documents.
All bids must be submitted on OR before 6th November 2019 at 4:00pm at the address(es) mentioned above in a sealed envelope or by E-mail at [email protected], Cc [email protected]. Late Bids will be automatically rejected.
ACTED will not be responsible for any costs or expenses incurred by the Bidders in connection with the preparation and submission of their bids to ACTED.
A tender opening session will take place on 7th November 2019 at 10:00am in the ACTED representative office in Nairobi at Kalamu House, Grevillea Grove, off Brookside Drive, Westlands- Nairobi, Kenya. The presence of bidders’ representative is allowed. For all inquiries regarding this tender, please contact the ACTED representative office in Nairobi not later than 6th November 2019 at 12:00pm by telephone (+ 254 707 380 000) or by E-mail at [email protected], Cc [email protected].
More Information
- Job City Samburu County