INVITATION FOR EXPRESSION OF INTEREST

Similar documents
INVITATION FOR EXPRESSION OF INTEREST

Terms of Reference. Background

CHIEF EXECUTIVE OFFICER ATHI WATER SERVICES BOARD P.O BOX NAIROBI

PEOPLES UNIVERSITY OF MEDICAL & HEALTH SCIENCES FOR WOMEN NAWABSHAH AT DISTT: SHAHEED BENAZIRABAD

PREQUALIFICATION DOCUMENT

49469-IND: Mumbai Metro Rail Investment Project. 12 June 2018, 15:00 hours Indian Standard Time (IST)

KENYA INFRASTRUCTURE AND PPP PROJECT SOUTH EASTERN KENYA UNIVERSITY HOSTELS PPP PROJECT

1. The purpose of this Program is to provide a framework for asset management of separate sanitary sewer systems to meet the following goals:

Telecommunications Consultants India Ltd. (A Government of India Enterprise)

NOTICE OF PRE-QUALIFICATION OF CONTRACTORS FOR THE INSTALLATION, REPLACEMENT AND/OR RELOCATION OF STORMWATER CULVERTS, PIPES AND APPURTENANCES

THE INSTITUTE OF CHARTERED ACCOUNTANTS OF INDIA (ICAI) APPLICATION FOR

EOI/KoTDA/083/ Konza Technopolis Development Authority (KoTDA)

Republic of Kosovo REGIONAL WATER COMPANY RADONIQI GJAKOVA SEWAGE DISPOSAL IN SW KOSOVO PHASE III BMZ

SPICES BOARD (Ministry of Commerce & Industry, Govt of India) Palarivattom P.O, Cochin Kerala

REQUEST FOR PROPOSALS

Guidelines to Consultant

REPUBLIC OF KENYA GOVERNMENT OF MAKUENI COUNTY COUNTY TREASURY P.O. BOX MAKUENI

INVITING EXPRESSION OF INTEREST (EOI) FOR DEVELOPMENT OF INDUSTRIAL PARK / PROJECT AT Kiratpur (Jilwani), Dist.

Loan No: 8488 IN. Project No. P150395

PAKISTAN CIVIL AVIATION AUTHORITY REQUEST FOR PROPOSAL ENERGY PERFORMANCE CONTRACT AT JINNAH INTERNATIONAL AIRPORT

REQUEST FOR PROPOSAL FOR CONSTRUCTION SERVICES FOR THE CARENAGE POLICE STATION

REQUEST FOR PROPOSAL FOR SECURITY CAMERA INSTALLATION: Stones River Baptist Church. 361 Sam Ridley Parkway East. Smyrna, Tennessee 37167

Public Sector Collaborative Research Grant Scheme. General Information

REGISTRATION FOR SUPPLY OF MATERIALS, TOOLS, EQUIPMENTS AND TEACHING MATERIALS FOR POLYTECHNICS

The Kingdom of Thailand Ministry of Transport State Railway of Thailand INVITATION FOR

Incentive Guidelines Business START

CORRIGENDUM 1. Request for Proposal (RFP) for Project Management Consultancy Services

Red River Valley Water Supply Project. Request for Statement of Qualifications and Preliminary Proposal for Value Engineering Services.

Creation of Corporate Film for India Brand Equity Foundation (IBEF)

REQEUEST FOR EXPRESSION OF INTEREST (REOI) FOR OIL, CENTRE OF EXCELLENCE FOR ENERGY STUDIES (COEES) BUILDING AT GUWAHATI IN ASSAM

Figure 1: ALCOSAN ORGANIZATION CHART

SIGNIFICANT NONCOMPLIANCE OF WASTEWATER DISCHARGE LIMITS... 3 NONCOMPLIANCE NOTIFICATION (NCN)... 4 NOTICE OF VIOLATION (NOV)... 4

49469-IND: Mumbai Metro Rail Investment Project Indian Standard Time (IST)

Request for Expression of Interest

ADMINISTRATION DEPARTMENT

Procurement of Services

Request for Qualifications Professional Engineering Services

FY 2017 Proposed Capital Improvement Program

PREQUALIFICATION DOCUMENT

Prequalification for Construction Works

Sewer Connection Application (S106)

CITY OF BUENA PARK SEWER SYSTEM MANAGEMENT PLAN

For Information, Issuance and Submission of EOI, please contact as follows:

SALARIES AND REMUNERATION COMMISSION STANDARD PROCUREMENT

Inviting Expression of Interest

SITC of RFID Car Parking System including Manpower support and CAMC भ रत य वम नपत तन प र धकरण AIRPORTS AUTHORITY OF INDIA CHENNAI AIRPORT, CHENNAI

FATS, OILS, & GREASE (F.O.G.) SPECIFICATIONS & DETAILS

Invitation for Expression of Interest

PART 1 Introduction Purpose... 3 Aim... 3 About The Network Operator Development Program... 4 Network Definition... 5

Modified Request for Proposal

Expression of Interest (EoI) Notice

AFRICAN DEVELOPMEMENT BANK EGYPT

KENYA ROADS BOARD FOR FINANCIAL YEARS 2018/19 TO 2020/21. TENDER No. KRB/922/2018/2019 JULY 2018

Contractors who are desirous of tendering for above work and fulfills the Following requirements shall be eligible to apply:

Directorate, Medical Education and Research, Mumbai -1. EOI Notice

STANDARD GRANT APPLICATION FORM 1 REFERENCE NUMBER OF THE CALL FOR PROPOSALS: 2 TREN/SUB

International Management Institute (IMI), New Delhi B-10 Qutab Institutional Area, Tara Crescent, New Delhi NIT IMID/1 Of

NATIONAL ZOOLOGICAL PARK MATHURA ROAD, NEW DELHI

U.S. Trade and Development Agency Proposal and Budget Model Format

ADMINISTRATION DEPARTMENT

CITY OF GOLDEN, COLORADO Parks and Recreation Department

TENDER FOR EMPANELMENT OF MANUFACTURERS/SUPPLIERS FOR SUPPLY & INSTALLATION OF MODULAR FURNITURE AT BANK S VARIOUS OFFICES/BRANCHES PAN INDIA

CITY OF PORTSMOUTH NEW HAMPSHIRE Department of Public Works

Cree Nation Government Department of Capital Works & Services. Architectural services Whapmagoostui Community Pool & Youth Center

Details of the tender and submission requirements could be obtained via our web-site at

REQUEST FOR PROPOSALS FOR THE PROVISION OF DAM BREAK ANALYSES AND INUNDATION MAPPING SERVICES FOR SOUTH FEATHER WATER AND POWER AGENCY S

Expression of Interest (EOI) For

APPENDIX D CHECKLIST FOR PROPOSALS

Food Safety and Standards Authority of India

Institute of Leadership Development

City of Somersworth, New Hampshire OFFICE OF THE FINANCE DIRECTOR

Incentive Guidelines Research and Development - Tax Credits INDUSTRIAL RESEARCH PROJECTS; EXPERIMENTAL DEVELOPMENT PROJECTS; INTELLECTUAL PROPERTY

Tender cost : Non-refundable fee of BDT 1, (Bangladesh Taka One thousand) or US$

3. Assignment Duration The Consultant will be engaged in the period October May 2016 in total of up to 30 working days.

SPECIALLY REGISTERED CONTRACTOR (SRC) APPLICATION FORM AN APPLICATION TO BE A SPECIALLY REGISTERED CONTRACTOR FOR

ITEM RATE TENDER TENDER No. 14 / / ELDB

NADBank News Vol. IX, Edition 12, March 25, 2005

The Town will manage the project, administer funding and review project material.

Project # LI

Procurement Plan. I. General. 1. Project Information Country: Malawi Project Name: Lilongwe Water and Sanitation Project Project ID: P163794

Bharat Heavy Electricals Limited (A Government of India Undertaking)

INVITATION TO BID. ITB-214/17 Rehabilitation and Reconstruction of Fallujah Bridge Anbar Governorate, Iraq

REQUEST FOR QUOTATIONS

ASSOCIATION FOR CONSULTING ENGINEERING IN NIGERIA (ACEN)

NATIONAL ZOOLOGICAL PARK MATHURA ROAD, NEW DELHI

Request for Empanelment (RFE) of. Facilitators

PART V BASIC PRINCIPLES FOR SELECTION OF CONSULTANTS

PIMPRI CHINCHWAD SMART CITY LIMITED

SELECTION OF TRAINING INSTITUTES

REPORT TO THE CHIEF ADMINISTRATIVE OFFICER FROM THE DEVELOPMENT AND ENGINEERING SERVICES DEPARTMENT

Department of Infrastructure and Energy GEOTHERMAL RISK MITIGATION FACILITY FOR EASTERN AFRICA (GRMF)

Section 5: Technical Proposal- Standard Forms

Nepal Telecom. Nepal Doorsanchar Company Limited. Terms of Reference (TOR) for Consultancy Services for Marketing of Nepal Telecom s Services

PREQUALIFICATION DOCUMENT FOR VARIOUS CATEGORIES

Request for Qualifications DRPA Solar Photovoltaic Systems

DWSD Field Services and Capital Improvement Program. Presentation to Michigan Water Environment Association

TENDER DOCUMENT. For Selection of Surveyor Agency for Survey works at Panagarh Industrial Park of WBIDC

Home Energy Saving scheme. Application Guide Version 1.1

REQUEST FOR PROPOSAL After Hours Answering Services

NCC Infrastructure Holdings Limited

Transcription:

MINISTRY OF ENERGY AND PUBLIC UTILITIES REPUBLIC OF MAURITIUS WASTEWATER MANAGEMENT AUTHORITY INVITATION FOR EXPRESSION OF INTEREST FOR Consultancy Services for the Assessment of the Port Louis CONTRACT WW228C February 2013

WASTEWATER MANAGEMENT AUTHORITY CELICOURT BUILDING SIR CELICOURT ANTELME STREET PORT LOUIS Tel: (230) 206 3000 Fax: 211 7007 Email: wma@intnet.mu Invitation for Expression of Interest For CONTRACT WW 228C Consultancy Services for the Assessment of the Port Louis 1.0 INTRODUCTION The Wastewater Management Authority (WMA) is the Agency designated by the Government of Mauritius for the implementation of sewerage projects under the National Sewerage Program. Following continuing problems of surcharging, blockages and the occasional collapse occurring in the ageing Port Louis Sewerage System, WMA has decided that an updated Condition Survey needs to be carried out to the total existing sewerage system of Port Louis and from this survey work establish a priority list of systems which need to be replaced / upgraded. Moreover, the survey works shall cover the CWA water supply network system. Due to the extent of the work and limitation of budget, it is planned to carry this out in 3 Phases. 2.0 PROJECT AREA The existing Port Louis sewerage system has been divided into 3 sections allowing the proposed work to be carried out in 3 Phases. Each planned phase of work covers the following districts of Port Louis: Phase I Phase II Phase III Le Hochet Vallée Pitot Tranquebar La Cure Plaine Verte Champ de Mars Race course Area Le Cornu Cite Martial Line Barracks Saint Croix Fanfaron La Butte Carreau Lalo Bell Village Briquetterie Les Salines Abercombie Roche Bois Bain des Dames Vallijee Plaine Lauzun Industrial Estate Part of Camp Chapelon 2

3.0 PROJECT FUNDING The Consultancy Contract will be funded by the Wastewater Management Authority. 4.0 SCOPE OF PROPOSED CONSULTANCY SERVICES BEING REQUIRED The WMA intends to appoint a Consultancy Firm, to be referred to as the Consultant having the necessary experience and engineering resources to provide the following services: 4.1 SCOPE OF PROPOSED CONSULTANCY SERVICES BEING REQUIRED FOR PORT LOUIS WASTEWATER SYSTEMS 4.1.1 Survey Work Carry out a detailed positioning survey of all the foul sewerage manholes in the designated area using accurate GPS equipment and plot their precise position on a GIS prepared map of Port Louis to be in line with the s of the Ministry of Housing and Lands. Provide grid co ordinates and a standard numbering system for each manhole. On the GIS map, the pipe material, length, diameter and any laterals joining the pipe between the surveyed manholes must be shown. 4.1.2 Condition of Manholes An assessment of the condition of each manhole must be carried out and contained in a report with the following information provided: Cover level; Invert level; Dimension and type of manhole; Type of cover; Condition of manhole containing recommendations on any remedial works required; Internal diameter of any inlet pipes; Internal diameter of outlet pipe; and Internal diameter of any branch connection. 4.1.3 Condition of Pipelines A full condition survey, using CCTV, of each existing pipeline between each surveyed manhole and any lateral connection (not individual house connections) should be carried out and logged. The CCTV report produced for each line should contain the following information as well as a copy of the CCTV film: Distance between each manhole; Diameter of the pipeline surveyed; Gradient of the pipeline; Pipeline material (clay, concrete, UPVC etc.) The chainage of lateral connections; and The general condition of the pipeline noting any cracked or collapsed pipes, collection of grit or other deposits, and any blockages. 3

4.1.4 Infiltration A detailed investigation on the sources of water infiltration in the existing wastewater network shall be carried out. 4.1.5 Provision of Report The delivery of a full report containing all information gathered from the above condition surveys together with both hard and soft copies of each Phase of the project individually compiled. 4.1.6 Provision of Drawings A full GIS orientated survey drawing for each Phase of the project showing all referenced manhole positions, pipelines, gradients and direction of flow should be provided which will form an Appendix to the report. A softcopy of this work should also be delivered in AutoCAD Map format. 4.2 SCOPE OF PROPOSED CONSULTANCY SERVICES BEING REQUIRED FOR PORT LOUIS WATER SUPPLY SYSTEM 4.2.1 Survey Work Carry out a detailed positioning survey of all water pipelines in the designated area using accurate GPS equipment and plot their precise position on a GIS prepared Map of Port Louis. Provide grid co ordinates for each Valve, fire Hydrant and Washout as well as other appurtenances to a numbering system. On the GIS Map indicate layout of individual pipe connection between main pipe and meter. 4.2.2 Condition of Pipes The following information should be provided: Pipe diameter and pipe material; The pipe length of the trunk main and invert level obtained from trial pits; The pipe length of the service main and invert level obtained from trial pits; Ground level of the household connection pipe at the meter connection. 4.2.3 Provision of Report The survey should also indicate whether the house is equipped with a water tank and what capacity the tank is. 4.2.4 Provision of Drawings A full GIS orientated survey drawing should be submitted showing all reservoirs, trunk mains, service mains, as well as individual house connection with all the appurtenances. The soft copy should be in AutoCAD Map Format. 5.0 INVITATION FOR EXPRESSION OF INTEREST With respect to the above, the WMA is inviting for an Expression of Interest (EOI) from Consultancy firms to offer its services for the three phases. The information requested in the EOI will be a pre requisite to enable the Wastewater Management Authority to assess the firm s capability to provide the services required. 4

The WMA will prepare a shortlist of those Consultants who will thereafter be invited to submit proposals for the abovementioned Consultancy Contract. 6.0 GUIDELINES AND IMPORTANT NOTES FOR EXPRESSION OF INTEREST The following guidelines and important notes shall have to be strictly complied to by the respective applicants while submitting the Expression of Interest: a) Interested Consultancy firms/group of Consultancy Firms with proven experience in the field of conditional survey work, GIS work and CCTV surveys are requested to provide the relevant information as per the format of Forms 1 5 enclosed in the Invitation at Annex I. Such information will be used to determine the compliance of the Firms/ Group of Consultancy Firms with respect to the s given at Annex II. Apart from those information required in Annex II, the Firm/ Group of Consultancy Firms should also provide additional information, in terms of staffing and resources (back up support, equipment etc), which they may deem necessary and adequate for the proper execution of the Contract. b) A brief on the said Consultancy Services given in Annex III, as well as Forms 1 5 at Annex I, can be downloaded from the WMA website http://wma.intnet.mu. Hard copies of these documents are also available for consultation at the WMA Registry, 6 th Floor Celicourt Building, Celicourt Antelme Street, Port Louis during office hours (09 00 hrs 16 00hrs). c) The WMA reserves the right to award the consultancy services in phases. d) Expressions of Interest in one original and two copies, together with the duly filled forms shall be contained in a plain sealed envelope addressed to: The General Manager Wastewater Management Authority Celicourt Building Sir Celicourt Antelme Street Port Louis e) The envelope shall be clearly marked: CONTRACT WW 228C Consultancy Services for the Assessment of the Port Louis and shall be deposited in the Tender Box of the WMA located at Level 6, not later than 13.30 hrs on 25 March 2013. NOTE: LATE APPLICATIONS WILL NOT BE ACCEPTED Wastewater Management Authority Date: 21 February 2013 5

Annex I FORMS 6

APPLICATION FORM (1) GENERAL INFORMATION All individual parties/firms and each partner of a joint venture/consortium applying for the Expression of Interest are requested to complete this form. Nationality information should be provided for all owners or applicants who are partnerships or individually owned firms. 1 2 3 4 5 Name of firm Head office Address Telephone Fax Place of incorporation/ registration Name Contact E mail Year of incorporation/ registration Nationality of owners Nationality To be completed by all owners of partnerships or individually owned firms. 7

APPLICATION FORM (2) BRIEF DESCRIPTION OF ORGANISATION Name of Applicant or partner of a joint venture/consortium 1 All individual parties/firms and each partner of a joint venture/consortium are requested to complete this form. The information supplied should include structure of the organization, the general staffing, logistics and support. Use a separate sheet for each partner of a joint venture. Applicants should not enclose testimonials, certificates, and publicity material with their applications; they will not be taken into account in the evaluation of qualifications. STRUCTURE OF THE GENERAL STAFFING 2 LOGISTICS AND SUPPORT 3 ORGANISATION 1 2. The Consultants are required to indicate clearly the experts to be provided for the assignment. Notes: 1 : Structure of the organisation shall include the general organigram, the different sections, services, etc. 2 : General staffing shall indicate total staff, including both technical and support. 3 : Logistics and support shall give details of software, design packages, equipment and other tools which the Consultant feels necessary to deliver the services. 8

APPLICATION FORM 3 EXPERIENCE RECORD To enable evaluation and short listing, the Applicant is required to fill in the form (3A) and form (3B) On a separate page, using the format of Form (3A) and (3B), the Applicant is requested to provide evidence on each project as follows: a) General Experience in Consultancy b) Specific Experience in similar nature and complexity to the present assignment, for which his firm and each associate (if any) were legally contracted either individually or as a corporate entity or as one of the major companies within an association, for carrying out consultancy services during the last eight (8) years. 9

APPLICATION FORM (3A) GENERAL EXPERIENCE Name of applicant or partner of a joint venture/consortium Use a separate sheet for each contract. 1. Number of contract Name of contract Country 2. Name of employer 3. Employer address 4. Nature of services and special features relevant to the contract for which the Applicant wishes to be short listed 5. Contract role ( check one) Sole party Management Consultant Sub consultant Partner in a joint venture 6. Name of associate consultants (if any) 7. Date of award 8. Date of completion/ Extension of Time if any 9. Contract/subcontract duration ( years and months). years. months 10. Contract Value 10

APPLICATION FORM (3B) SPECIFIC EXPERIENCE IN SIMILAR PROJECT Name of applicant or each partner if in a joint venture/consortium Use a separate sheet for each contract. 1. Number of contract Name of contract Country 2. Name of employer 3. Employer address 4. Nature of services and special features relevant to the contract for which the Applicant wishes to be short listed 5. Contract role ( check one) Sole party Management Consultant Sub consultant Partner in a joint venture 6. Name of associate consultants (if any) 7. Date of award 8. Date of completion/ Extension of Time if any 9. Contract/subcontract duration ( years and months). years. months 10. Contract Value 11

APPLICATION FORM (4) SUMMARY SHEET: CURRENT CONTRACT COMMITMENTS / SERVICES IN PROGRESS Name of applicant or partner of a joint venture/consortium Applicants and each partner to an application should provide information on their current commitments on all contracts that have been awarded, or for which a letter of intent or acceptance has been received, or for contracts approaching completion. 1. Name of contract Contract Value 1 Start date and Scheduled completion date 2. 3. 4. 5. 6. 1 : The Contract Value shall be for both Works and Consultancy Contracts. 12

APPLICATION FORM (5A) FINANCIAL STANDINGS [The following table shall be filled in for the Applicant and for each partner if in a Joint Venture] Applicant s Legal Name: [insert full name] Date: [insert day, month, year] Applicant s Party Legal Name:[insert full name] Contract No. and title: [insert Contract number and title] Page [insert page number] of [insert total number] pages Financial information in (MUR) Historic information for previous _[insert number] years, [insert in words] (MUR) Year 1 Year 2 Year 3 Year Year n Information from Balance Sheet Total Assets (TA) Total Liabilities (TL) Net Worth (NW) Current Assets (CA) Current Liabilities (CL) Information from Income Statement Total Revenue (TR) Profits Before Taxes (PBT) 13

APPLICATION FORM (5B) Average Annual Turnover [The following table shall be filled in for the Applicant and for each partner of a Joint Venture] Applicant's/Joint Venture Partner's Legal Name: [insert full name] Date: [insert day, month, year] Applicant's Party Legal Name: [insert full name] Contract No. and title: [insert Contract number and title] Page [insert page number] of [insert total number] pages Annual turnover data (consultancy only) Year Amount and Currency MUR [indicate year] [insert amount] [MUR] Average Annual Consultancy Turnover * Average annual consultancy turnover calculated as total certified payments received for services in progress or completed, divided by the number of years specified in the Qualification Criteria and Requirements. Notes for Financial documents: The Applicant and its parties shall provide copies of the full set of financial statements for the last three consecutive financial years. The financial statements shall: (a) Reflect the financial situation of the Applicant or partner to a JV, and not sister or parent companies. (b) Be audited by a certified accountant. (c) Be complete, including all notes to the financial statements. (d) Correspond to accounting periods already completed and audited (no statements for partial periods shall be requested or accepted).(attach copies of financial statements (balance sheets, including all related notes, and income statements) for the [number] years required above; and complying with the. 14

Annex II QUALIFYING CRITERIA 15

QUALIFYING CRITERIA FIRM S EXPERIENCE REQUIREMENTS Item No. Subject Requirement Single Entity All parties of Joint Venture (JV) combined Submission Requirements 1 2 General Experience in Consultancy S i Specific Experience in surveying sewerage and water supply systems in urban areas General Experience in Consultancy Services during the last 10 (ten) years. The Applicant shall, over the past 5 (eight) years preceding the E O I due date; have participated as lead partner in surveying urban sewerage and water supply systems on at least two similar projects. Form 3A Form 3B 3 Specific Experience in CCTV surveys The Applicant shall, over the last five (5) years preceding the E O I due date, have completed carrying out comprehensive CCTV surveys of sewerage pipelines in an urban environment on at least two (2) similar projects. Form 3B 4 Specific Experience in GIS work The Applicant shall demonstrate that they have an excellent knowledge of GIS mapping and that they have successfully carried out at least two (2) GIS surveys on similar projects. Form 3B 16

Item No. Subject Financial Standings 1 Firm s Turn Over 2 Firm s Profitability QUALIFYING CRITERIA FIRM S FINANCIAL REQUIREMENTS Requirement The Applicant shall submit copy of audited balance sheets and annual report or other financial statements acceptable to the WMA, for the last three (3) financial consecutive years and shall have an average turnover of MUR 5 Million in the last three consecutive financial years (year 2010, 2011 and 2012). The Applicant shall submit evidence of the firm s profitability for the last three consecutive financial years and should demonstrate profit for at least one year. Single Entity All parties of Joint Venture (JV) combined Submission Requirements Form 5A Form 5B 17

QUALIFYING CRITERIA PERSONNEL REQUIREMENTS Prospective firms should possess adequate and qualified staffing capacity to undertake the services required under the current assignment. In case of joint venture or consortium, the proposed Team Leader should emanate from the Lead Partner. In case of joint venture or consortium, the bidder shall specify the lead partner. The lead partner shall provide a minimum of 60 % of the key staff / Experts s. 18

Annex III PROJECT BRIEF 19

CONTRACT WW 228C Consultancy Services for the Assessment of the Port Louis PROJECT BRIEF 1.0 INTRODUCTION 1.1 Aim of Project The Wastewater Management Authority intends to appoint an Engineering Consultancy firm, to be referred to as the Consultant having the necessary experience and engineering resources to cover the scope of services as detailed below under Consultancy Contract WW228C. 1.2 Project Necessity The Wastewater Management Authority (WMA), a parastatal organisation operating under the aegis of the Ministry of Energy and Public Utilities (MEPU), was established as a corporate body under the WMA Act 2000 and started operating as from 01 September 2001. The Wastewater Management Authority is the Agency designated by the Government of Mauritius for the implementation of the sewerage projects under the National Sewerage Program. Its overall objective is to contribute to the sustainable preservation of the environment and the public health. In the Port Louis area there are many sewerage lines that are over 100 years old and are in a bad stage of deterioration. Some pipes have undoubtedly cracked and some have collapsed therefore under high flow conditions frequent surcharging of the system is experienced and subsequent flooding of many housing areas experienced. By having a thorough survey carried out WMA can prioritise which sections of the sewerage system to replace first and avoid future flooding problems. There is also the need whilst the sewerage system is being surveyed and examined for the chosen consultant to carry out additional work to survey and report on the state and location of the adjoining CWA water supply systems. 1.3 Project Area The existing Port Louis sewerage and water supply systems have been divided into 3 sections allowing the proposed work to be carried out in 3 Phases. Each planned phase of work covers the following districts of Port Louis: Phase I Phase II Phase III Le Hochet Vallée Pitot Tranquebar La Cure Plaine Verte Champ de Mars Race course Area Le Cornu Cite Martial Line Barracks Saint Croix Fanfaron La Butte Carreau Lalo Bell Village Briquetterie Les Salines Abercombie Roche Bois Bain des Dames Vallijee Plaine Lauzun Industrial Estate Part of Camp Chapelon 20

2.0 SITE DESCRIPTION AND SEWERAGE PROBLEMS REPORTED Below is a brief description of problems that are being encountered at present in the Port Louis area. It is brought to the attention of all prospective bidders that the details contained therein are only indicative and non exhaustive. The main problems identified are: Blockages and overflows are very common and are more pronounced during rainy season at certain specific areas. This problem is further aggravated by house holders dumping or flushing unsuitable material into the sewer system. There is severe flooding of houses and yard with sewage. The existing reticulation networks have been constructed in small pipes which with time have become prone to frequent blockages and overflows. Rain water downpipes have been routed to manholes resulting in additional pressure to the already overloaded pipes and thus causing overflows. In times of rainfall, the sewage overflows from the manholes and contaminates river water 3.0 SCOPE OF PROPOSED CONSULTANCY SERVICES BEING REQUIRED The WMA intends to appoint a Consultancy Firm, to be referred to as the Consultant having the necessary experience and engineering resources to provide the following services: 3.1 SCOPE OF PROPOSED CONSULTANCY SERVICES BEING REQUIRED FOR PORT LOUIS WASTEWATER SYSTEMS 3.1.1 Survey Work Carry out a detailed positioning survey of all the foul sewerage manholes in the designated area using accurate GPS equipment and plot their precise position on a GIS prepared map of Port Louis to be in line with the s of the Ministry of Housing and Lands. Provide grid co ordinates and a standard numbering system for each manhole. On the GIS map, the pipe material, length, diameter and any laterals joining the pipe between the surveyed manholes must be shown. 3.1.2 Condition of Manholes An assessment of the condition of each manhole must be carried out and contained in a report with the following information provided: Cover level; Invert level; Dimension and type of manhole; Type of cover; Condition of manhole containing recommendations on any remedial works required; Internal diameter of any inlet pipes; Internal diameter of outlet pipe; and Internal diameter of any branch connection. 21

3.1.3 Condition of Pipelines A full condition survey, using CCTV, of each existing pipeline between each surveyed manhole and any lateral connection (not individual house connections) should be carried out and logged. The CCTV report produced for each line should contain the following information as well as a copy of the CCTV film: Distance between each manhole; Diameter of the pipeline surveyed; Gradient of the pipeline; Pipeline material (clay, concrete, UPVC etc.) The chainage of lateral connections over 150 mm diameter; and The general condition of the pipeline noting any cracked or collapsed pipes, collection of grit or other deposits, and any blockages. 3.1.4 Infiltration A detailed investigation on the sources of water infiltration in the existing wastewater network shall be carried out. 3.1.5 Provision of Report The delivery of a full report containing all information gathered from the above condition surveys together with both hard and soft copies of each Phase of the project individually compiled. 3.1.6 Provision of Drawings A full GIS orientated survey drawing for each Phase of the project showing all referenced manhole positions, pipelines, gradients and direction of flow should be provided which will form an Appendix to the report. A softcopy of this work should also be delivered in AutoCAD Map format. 3.2 SCOPE OF PROPOSED CONSULTANCY SERVICES BEING REQUIRED FOR PORT LOUIS WATER SUPPLY SYSTEM 3.2.1 Survey Work Carry out a detailed positioning survey of all water pipelines in the designated area using accurate GPS equipment and plot their precise position on a GIS prepared Map of Port Louis. Provide grid co ordinates for each Valve, fire Hydrant and Washout as well as other appurtenances to a numbering system. On the GIS Map indicate layout of individual pipe connection between main pipe and meter. 3.2.2 Condition of Pipes The following information should be provided: Pipe diameter and pipe material; The pipe length of the trunk main and invert level obtained from trial pits; The pipe length of the service main and invert level obtained from trial pits; Ground level of the household connection pipe at the meter connection. 3.2.3 Provision of Report The survey should also indicate whether the house is equipped with a water tank and what capacity the tank is. 22

3.2.4 Provision of Drawings A full GIS orientated survey drawing should be submitted showing all reservoirs, trunk mains, service mains, as well as individual house connection with all the appurtenances. The soft copy should be in AutoCAD Map Format. 23