request for expressions of interest€™s urban design demonstrate the most progressive principles...

15
REQUEST FOR EXPRESSIONS OF INTEREST EOI/KoTDA/010/2015-2016 Consultancy Services for: Detailed Design, Construction, and Implementation of the Phase 1A Wastewater Reclamation Facilities for Konza Techno City The Konza Techno City Development Authority (KoTDA), the implementing Agency under the Ministry of Information Communications and Technology (MoICT), intends to engage the services of Consultants from various disciplines to carry out Preliminary and Detailed designs followed by Construction Works for the proposed wastewater treatment infrastructure works to be carried out for the Konza Techno City (KTC) under Phase 1A. KoTDA will also consider providers who enter into a design-build process. The type of construction delivery method has not yet been selected and will not be selected until after the Expressions of Interest (EOI) have been received and evaluated by KoTDA. SUBMISSION CONTACT INFORMATION: Chief Executive Officer Konza Technopolis Development Authority 5 th Floor Capital West Business Centre Rhapta /Lantana Road, Westlands P.O. Box 30519-00100 NAIROBI A pre-submittal conference is not scheduled at this time. All questions regarding the project, or offer of submission should be sent by email to: [email protected], and copied to [email protected] by 21 st October 2015 at 17.00hrs local Kenyan time. SUBMISSION REQUIREMENTS: The organization, content, and cost of preparing each proposal is the sole responsibility of the proposer. The proposal is limited to 100 pages, exclusive of the cover page and section dividers. Submissions are encouraged to be brief and concise, and a minimum of 11 point font shall be used for the text that is specifically created for this proposal. Pre-printed material can be in whatever font that was used to prepare that material. The submission should be one single PDF file, in English, and should not exceed a total of 20MB (zip files are not to be used). Page size can be no larger than 28 centimeters by 43 centimeters. Complete project information and submission requirements can be obtained by downloading the files from the following web link: http://www.konzacity.go.ke Bidders are strongly encouraged to read the entire Project information and submission requirements carefully. Completed EOIs are to be electronically submitted to: [email protected] and copied to [email protected] by 28 th October 2015 at 1700 hrs local Kenyan time quoting the Ref No. EOI/KoTDA/010/2015-2016 as the subject header. Late submission will not be considered. Mailed or hand delivered submissions sent to KoTDA will not be accepted. KoTDA reserves the right to accept or reject any or all EOIs.

Upload: vandat

Post on 16-Jun-2018

213 views

Category:

Documents


0 download

TRANSCRIPT

REQUEST FOR EXPRESSIONS OF INTERESTEOI/KoTDA/010/2015-2016Consultancy Services for:

Detailed Design, Construction, and Implementation of the Phase 1A Wastewater Reclamation Facilities for Konza Techno City

The Konza Techno City Development Authority (KoTDA), the implementing Agency under the Ministry of Information Communications and Technology (MoICT), intends to engage the services of Consultants from various disciplines to carry out Preliminary and Detailed designs followed by Construction Works for the proposed wastewater treatment infrastructure works to be carried out for the Konza Techno City (KTC) under Phase 1A. KoTDA will also consider providers who enter into a design-build process. The type of construction delivery method has not yet been selected and will not be selected until after the Expressions of Interest (EOI) have been received and evaluated by KoTDA.

SUBMISSION CONTACT INFORMATION:Chief Executive OfficerKonza Technopolis Development Authority5th Floor Capital West Business Centre Rhapta /Lantana Road, WestlandsP.O. Box 30519-00100NAIROBI

A pre-submittal conference is not scheduled at this time. All questions regarding the project, or offer of submission should be sent by email to: [email protected], and copied to [email protected] by 21st October 2015 at 17.00hrs local Kenyan time.

SUBMISSION REQUIREMENTS:The organization, content, and cost of preparing each proposal is the sole responsibility of the proposer. The proposal is limited to 100 pages, exclusive of the cover page and section dividers. Submissions are encouraged to be brief and concise, and a minimum of 11 point font shall be used for the text that is specifically created for this proposal. Pre-printed material can be in whatever font that was used to prepare that material. The submission should be one single PDF file, in English, and should not exceed a total of 20MB (zip files are not to be used). Page size can be no larger than 28 centimeters by 43 centimeters.

Complete project information and submission requirements can be obtained by downloading the files from the following web link: http://www.konzacity.go.ke

Bidders are strongly encouraged to read the entire Project information and submission requirements carefully.

Completed EOIs are to be electronically submitted to: [email protected] and copied to [email protected] by 28th October 2015 at 1700 hrs local Kenyan time quoting the Ref No. EOI/KoTDA/010/2015-2016 as the subject header.

Late submission will not be considered.

Mailed or hand delivered submissions sent to KoTDA will not be accepted. KoTDA reserves the right to accept or reject any or all EOIs.

2 of 15

1) Invitation for Expressions of Interest

The implementing agency, KoTDA, is seeking qualified Engineering Consultancy, Construction, Administration and potentially Construction firms that demonstrate the appropriate interest, expertise and experience to perform design or design/build services for Phase 1A of the wastewater reclamation facilities (WRF) project for Konza Techno City (KTC). Depending on responses to this request for expressions of interest (REOI), KoTDA will develop a request for proposals (RFP) and issue it to entities who are determined to be qualified based on evaluations of the EOI.

2) Role of Consultancy/Construction Services

Depending upon how KoTDA decides to structure the project delivery approach, it may select separate design and construction firms to implement the project. It will also consider offers to provide all required services through a single firm, which can utilize subcontractors to meet specific project needs.

Under the EOI evaluation process, KoTDA intends to shortlist suitable design consultants and design/build teams for carrying out detailed designs and Tender Documents of proposed infrastructure work followed by Construction for works to be carried out in Phase 1A of the Konza City project. It is anticipated that the Konza development will be served by a single WRF on a 34-hectare (ha) site. The Phase 1A treatment facility, which will serve an initial population equivalent (PE) of 5,000-10,000 people, will be configured and constructed on the site so it can be expanded in phases to serve buildout of the community. Wastewater will be collected from the development and piped to the WRF.

As previously stated, KoTDA is also interested in evaluating the use of a Design/Build Process to implement the WRF. Under this approach, a single entity would be retained to design and build the wastewater system over a specified period of time, as well as provide design and construction services. It is the intent of KoTDA to utilize information gathered from the EOI submittals to assist in determining if a Design/Build process will be used. Financing opportunities will also be considered and encouraged for the Design/Build process. Details of using this approach, such as the period of services, will be determined during the evaluation of EOIs and the subsequent RFP process.

Firms submitting an EOI should indicate in their submittal the segment(s) or type(s) of work for which they wish to be considered. The segments of work are generally design & construction. and Design/ Build with potential financing.

EOIs will be evaluated and a short list of firms developed for further consideration. At the same time, a preferred delivery approach that could range from conventional design/bid/build to a design/build approach will be evaluated. In order to provide the most opportunity for involving multiple companies and maximize the potential for Kenyan and other African-based companies to participate, firms that may not have been shortlisted after the EOI process are encouraged to consider teaming with other entities or forming joint entities to pursue work for which they are qualified to perform.

3) Background

The Konza Techno City is a project of the Government of Kenya implemented through the KoTDA. Konza’s urban design shall demonstrate the most progressive principles of sustainable water and wastewater planning. The goal for the WRF is to “leapfrog” over the 20th century urban water management concepts where potable water was considered an unlimited resource and stormwater and wastewater were not viewed as a resource. Instead, the WRF will be part of an integrated water resource management plan for Konza. Konza will be a model for promoting and demonstrating sustainable urban living concepts that could be applied to the remainder of the country and within Africa.

3 of 15

The WRF will not be viewed as a “disposal operation,” but rather a resource recovery system. The water supply and wastewater reclamation facilities will be integrated so that Konza Techno City (Figure 1) minimizes the amount of raw water required, provides high-quality water to the people, maximizes the reuse of water, recovers other materials, such as carbon, nitrogen, phosphorus that are contained in the sewage stream for reuse; and does so with a minimum consumption of energy and other resources.

The key elements and strategies that will be instrumental in creating the sustainable water and wastewater infrastructure of Konza are:

• Provide universal access to clean safe drinking water.

• Through comprehensive urban planning and public education, promote water conservation both inside and outside of all structures in Konza City.

• Minimize potable water usage and maximize wastewater reuse.

• Match up the required quality of water with those of the intended use: potable when required to protect the public health and reuse when a lesser, but suitable quality will suffice.

• Accommodate all water users: domestic, commercial, industrial, agricultural, and in public areas such as parks.

• Minimize the amount of energy and chemicals that are used in the treatment of wastewater.

• Maximize the use of recycled building material products when designing and constructing the WRF.

• Implement treatment facilities that are visually pleasing and do not produce off-site odor, noise, and traffic conflicts/complaints or other objectionable conditions.

4 of 15

Figure 1: Phase 1 Composite Utilities

5 of 15

Konza Phase 1A is currently planned to include 168,000 m2 of buildings on 34 ha of land. This is intended to be sufficient critical mass to demonstrate the high quality physical and business environment that will catalyze subsequent development on the remaining 2,000 ha of land that can be developed in KTC. When Phase 1A is fully developed, the anticipated service population will be approximately 28,000 population equivalents (PE). During initial portion of Phase 1A, the service population will be lower, in the range of 3,000 to 5,000 population equivalent (PE). The WRF will be planned for phased, incremental expansion whereby treatment operations are effective and efficient when flows and loadings are relatively low and remain so when capacity is increased in the future to meet the higher demands as Konza grows to its buildout size.

Due to the distance from Nairobi, Konza will be a stand-alone city and include all segments of Kenyan society. It will represent the type of open, inclusive and vibrant social environment that will attract the best Kenyan and international technology experts and businesses. KTC will demonstrate many aspects of smart city planning for energy, water, transportation, landscaping, wastewater, drainage and water quality, security and entertainment. Significant attention has been paid to studying what will attract businesses with an emphasis on reliable, high quality, and low cost utilities and public spaces. KTC intends to be an affordable, well-organized, clean, and vibrant community where water is used wisely and wastewater is viewed as a resource that can reduce demands on the water supply and treatment system and provides a source of reusable water as well as carbon and nutrients from the solids residuals created within the WRF.

Success indicators for KTC Phase 1A include construction of a new, modern hospital, a Science and Technology University Annex, and a small number of high quality technology anchor tenants. Success will also include the creation of a diverse and vibrant city which currently includes:

- 104,000 m2of residential - 58,000 m2of commercial office - 6,400 m2of public facilities

Phase 1A will include 4 ha of urban parks and promenades, which will require irrigation water. The design of the urban parks and promenades are not included under the Phase 1A Wastewater design but will be procured through a separate RFP at a later date. These spaces will be critical to creating an attractive community that will appeal to entrepreneurial technology leaders and businesses.

The WRF site has been reserved with adequate space to provide treatment services for the entire Konza development. Ultimate average daily flows are estimated to be 36 mega liters per day (MLD), where a mega liter is equal to 1.0 million liters. Initial facilities will be required to treat as little as 1 MLD.

The proposed treatment facilities include mechanical systems to produce high-quality effluent that can be reused directly for landscape irrigation and similar non-potable uses, or indirectly for potable use, following additional treatment. The overall intent for the WRF is to serve as a key element in the environmental design of KTC. It will be a facility that maximizes resource recovery by minimizing energy consumption and focusing on operations that offer potential for recovering resources.

Based on ease of O&M, high degree of treatment, and flexibility to upgrade to activated sludge in the future, the moving bed biofilm reactor (MBBR) process was selected for conceptual layout.

To ensure that the MBBR process functions well and meets capacity and effluent quality requirements, additional unit processes will be needed. Preliminary treatment processes include influent pumping, fine screening, and grit removal. Post-MBBR facilities include pumps to recycle flow from the last oxic MBBR basin to the first anoxic MBBR basin, secondary clarification, filtration, effluent disinfection, and solids handling facilities.

The overall planned build-out site plan is shown in the Figures 2 and 3, on the following pages.

6 of 15

Figure 2: Wastewater Treatment Facility – Build-out

7 of 15

Figure 3: Wastewater Treatment Facility - Schematic Plan

8 of 15

KoTDA will lead the development of the project by creating the physical infrastructure and public space, including business incentives and regulations. KoTDA will ensure high quality water and wastewater utilities, roads, and parks are the foundation for Phase 1A. The key functions of KoTDA include:

• Ensuring capital budget allocation from government in order to build the water and wastewater systems, public roads and parks.

• KoTDA will coordinate with government ministries and county governments for services such as Schools, Police, Fire, Postal Service and others.

• KoTDA will be responsible for ensuring sufficient development of affordable housing will be available so that all segments of Kenyan society will be able to live in KTC and benefit from the government investment.

4) Infrastructure Requirements

KTC represents a strategic opportunity to spur economic growth in Kenya. The Government’s vision for the composition of the city includes:

• Water supply and wastewater services

• Transportation infrastructure

• Ready-built structures to house (business process outsourcing (BPO) and information technology (IT)-Enabled Services

• Commercial office space

• Recreation and entertainment venues

• Hotels and Convention centre

• Residential developments of varying densities

• Community support services, including health clinics, green space, educational institutions, houses of worship, etc.

Design of these facilities will be governed by MDP2 Design Guidelines and LEED sustainability certification criteria.

WATER AND WASTEWATER

Water reuse represents an integral part of Konza’s deep environmental commitment. Konza is located in an area with scarce fresh water. Consequently, Konza’s infrastructure will include a water reuse system including a tertiary treatment plant by which treated wastewater will be used for irrigation, non-potable in-house uses, and cooling. In addition, all buildings in Konza will be required to incorporate the latest water management systems in their designs. Other water sources will include an allocation from the Nol Touresh pipeline, the Thwake Dam, currently under development, local groundwater, and captured stormwater. Phased implementation of the treatment facilities will be important to match the system capacity to the anticipated flows and loadings.

In additions to the water and wastewater treatment infrastructure, development in Konza will include other infrastructure.

9 of 15

UTILITIES INFRASTRUCTURE

The utility infrastructure for Phase 1A consists of:

13 km of sewage collection lines

15 km of water distribution lines

15 km of power lines

15 km of fibre optics

6 km of storm drainage

7 km of reuse lines

All of these utilities are associated with the Streetscape design and included in other work packages.

COMMUNICATIONS INFRASTRUCTURE

Konza’s strategic location will allow the city to be directly connected to four underground fibre optic cables in Kenya. These high capacity lines will ensure high connection speeds, allowing companies and residents to enjoy video, data, and voice internet capabilities. The WRF will take advantage of this network to transfer data to the operations and management personnel responsible for the plant operations. The city’s strategic location ensures access to any further improvements in Kenya’s fibre optic infrastructure.

5) Scope of Consultancy Services

This document will be provided to the short listed firms moving on to the RFP Request for Proposal stage.

The wastewater treatment facilities that will be incorporated into the integrated water resource management system include wastewater collection components (pipes and pump stations), liquid treatment facilities, solids treatment facilities, and treated effluent components (distribution piping and pump stations). The facilities discussed in this section will be part of an overall water reclamation concept that makes maximum use of limited potable water supplies while minimizing total consumptive use. Figure 2 shows how the wastewater treatment facilities fit into the overall integrated water supply system and Figure 3 the schematic plan. It is anticipated that initial wastewater flows will be low enough for slow sand filters to be used for polishing of the settled secondary effluent from the mechanical part of the WRF. As flows increase, it is likely that slow sand filtration will be phased out and more mechanically-intensive methods of filtration phased in. The proposed treatment facilities include mechanical systems to produce high-quality effluent that can be reused directly for landscape irrigation and similar non-potable uses, or indirectly for potable use, following additional treatment. The overall intent for the WRF is to serve as a key element in the environmental design of KTC. It will be facility that maximizes resource recovery by minimizing energy consumption and focusing on operations that offer potential for recovering resources. For example, eventually biosolids may be processed to produce methane which can be recovered to produce energy and they may also be treated so that they can be used as soil amendment. Overall, the buildings on the WRF site should be designed with leadership in energy and environmental design (LEED) concepts so that, where practical, energy consumption is minimized and recycled materials are incorporated into the new construction. The site improvements to the wastewater system will require geometric design and layout of the unit processes and support facilities, recommendations and selection of the type of equipment to be used

10 of 15

in each unit process, material types, instrumentation and control systems to aid in plant operations, recording operational data and maintaining a historical database for facility operations. All design will require incorporation of smart city concepts throughout the wastewater system.

Primary water distribution and wastewater collection facilities, ICT network ducting, lighting, reuse lines and storm drainage facilities are expected to be configured in coordination electric design efforts by the Kenya Power and Lighting Company (KPLC).

The scope of design work will include:

• Final wastewater treatment planning, including confirming capacities and effluent quality goals.

• Preliminary design of the facilities. • Preliminary design report for review by KoTDA and outside experts. • Energy and environmental certifications documenting the energy consumption and potential

for energy production of the WRF. • Final procurement documents for soliciting bids and purchasing the equipment that will be

needed for the WRF. • Construction drawings for use in soliciting bids from contractors and subcontractors for

construction of facilities and installation of equipment. • Environmental and social impact assessments. • Preparation of bills of quantities and cost estimates.

The scope of construction work will include:

• Procuring equipment, materials and facilities to implement the approved design. • Providing skilled craft labor to construct all of the improvements. • Procurement of subcontractors to provide specialized services, as needed to complete the

construction. • Project management to track budgets, schedule and work quality. • Quality assurance and quality control, to verify that the construction complies with the design

documents. • Assistance with start-up and operations of the WRF. • Demonstration that the facilities will operate and provide the performance required by the

design. • Commissioning of all facilities.

At a minimum, the firm responsible for initial operation of the WRF will also provide training to Konza staff so that they can operate the treatment facilities in the future. The training program content and length will be developed by the Consultant in conjunction with KoTDA during the design process.

In addition to design and construction of the WRF, KoTDA is interested in exploring the potential for retaining a third-party to provide on-going, long-term operational services. Consultants who offer on-going operational services, along with design, construction and startup/commissioning, will be considered during development of the RFP that will follow this qualification process. The contract term and requirements will be developed with the selected Consultant’s input.

Finally, KoTDA may decide to use a Design/Build Model for construction to implement the WRF. The design and construction services will be combined. Opportunities for project financing along with design build will be reviewed favorably.

6) Information Required from Bidders

In order to assess their capacity and qualification, proposers are required to provide the following information:

11 of 15

Letter of Expression of Interest

A cover letter, not exceeding two pages in length, containing the bidder’s full address including a single point of contact who will handle all communications associated with their submittal and stating the areas of expertise the firm is able to offer and for which the firm is applying to be shortlisted.

Firms Company Profile

The proposers should provide a brief description of the firm’s organization and an outline of the recent experience relevant to the Konza WRF assignment. The profile should contain a summarized listing of the relevant projects completed within the last 10 years by the Prime and Sub-Consultants, indicating the type of expertize offered and value of the services provided and completed.

Organization of Project Team/Description of Team Members and Responsibilities

Considering the complexity of the assignment, it is assumed proposers will be required to draw upon staffing and knowledge resources from around the world. Also, given the size of the project, it is assumed that teams consisting of multiple consultants and contractors may be assembled. If teaming is proposed, the proposer should identify the roles and responsibilities of each team member and how they will be utilized on the WRF project.

Proposers should demonstrate their ability to mobilize staff from global resources quickly and efficiently so that the full depth of the firm’s experience can be applied as needed to the design, delivery, and operation of the WRF. Knowledge of local tender processes and material specifications will be critical in matching international design concepts with local construction.

Expected design disciplines include wastewater planner, process engineer, water and sewer engineer, civil engineer, structural engineer, materials engineer, surveyor, environmentalist, mechanical engineer, controls engineer, electrical engineer, hydrologist/drainage engineer, treatment operations specialist, operations trainer, landscape architect, sustainability certification specialist, and resident project representatives for the WRF and associated infrastructure. Architectural services will also be required for associated buildings. They should meet the latest sustainability criteria that Konza is Adopting. A LEED or sustainability expert will be needed for building certification. The new facilities should be designed with energy conservation in mind. Where possible Leadership in Energy and Environmental Design (LEED) processes should be followed.

Expected construction disciplines include project management, scheduling, project controls, material procurement, subcontractor management, craft labor for all building trades, quality control technicians, and start-up, commissioning, and operational specialists.

CV’s of Key Personnel

In order to demonstrate the availability of qualified personnel, the proposers are required to provide curriculum vitae (CVs) of the key personnel in various disciplines within their organization to be engaged in providing design and supervision services for the execution of the project. The CVs should be submitted in the standard forms included in the REOI (See attached Exhibit A). Only CV’s of personnel specifically working on the project should be submitted with the organizational chart showing their anticipated role, peak and average time commitment to the WRF project.

Relevant Project References

The proposer must demonstrate global expertise in the design and/or construction delivery of wastewater treatment projects of similar scale and complexity to that envisioned for KTC. Proposers will be scored based on experience with projects that include all new treatment facilities. Project experience in developing countries, and in Africa, will be beneficial. However, it is understood that few projects with these characteristics have taken place in developing countries and that much of the experience a proposer has to offer will come from developed economies. In this context, the firm must demonstrate how it expects to transfer effectively its experiences to allocation such as Konza.

12 of 15

Scoring will include project experience coordinating the design and construction implementation of WRF around the world.

Proposers should provide a list of recently completed projects, including nature of work, contract value, location and testimonials from clients or prime consultants associated with the work. This should include at least three projects that are of similar nature and complexity to the proposed Konza WRF and have been completed in the last ten years. List the location of the project and the personnel who worked on that project. List what items of work which that person was responsible for on that project.

7) Evaluation Criteria

Each submission will be scored according to the following point allocation. A maximum of 100 points will be possible and the top five to six teams with the highest score maybe invited to submit a full proposal.

Design Criteria:

(Everyone should consider these items)

Item No. Short Listing Criteria Points

1 Consultant Firm’s Experience 10

2 Organizational Chart of Individuals Team/Description of Team Members and Responsibilities

10

3 Individual Experience (use standard forms) 15

4 Relevant Project References 20

5 Overall Quality of Approach/Methodology to Wastewater Treatment Design and Construction Services

20

6 Technical Project Management 10

7 Prime-Subs Working Experience 5

8 Responsiveness 5

9 Participation of Kenyan Firms 5

TOTAL 100

Design/Build Proposed Criteria –

(To be evaluated in addition to the Design Criteria as an Option)

Item No. Short Listing Criteria Points

1 Past experience on Design and Build 30

2 Relevant project experience and examples with financial Information for each example

40

3 Overall quality capabilities to provide Design/Build Services 20

4 Financing of Projects 10

TOTAL 100

13 of 15

8) Selection Process

The successful proposer will be identified through a qualifications-based selection process based on the EOI’s submitted in response to this invitation. KoTDA selection committee will evaluate each EOI according to the criteria set forth above. Consultants scoring below 75% will be excluded from consideration. Service providers scoring above 75% will be ranked from highest to lowest and the five to six highest scoring firms may be shortlisted to move forward with the RFP process.

At the same time, the method of project delivery will be evaluated by KoTDA. These methods will be from conventional design/bid/build or the design/build process. Based on the delivery approach selected, proposers may wish to explore teaming or other contractual methods to assemble an entity that can provide all of the services requested.

9) Submittal Requirements

The bidders shall limit their submission to a maximum of 20MB (on zipped). As a general rule the following are the page recommendations for submittal:

1) Letter of Expression of Interest 2 pages

2) Firm’s Company Profile 8 pages

3) Organizational Chart of Team 2 pages

4) Description of Team Members and Responsibilities 8 pages

5) CV’s of Key Individuals 15 pages

6) Project Approach to Design and Construction 10 pages

If Design/Build option chosen the additional limitations are as follows:

1) Past Experience 20 pages

2) Relevant Project Experience 25 pages

3) Overall Quality Capability 15 pages

The submission must be one single PDF file, in English, and must not exceed a total of 20MB (zip files are not to be used). Page size can be no larger than 28 centimeters by 43 centimeters.

Each proposer’s EOI must be electronically submitted to: [email protected] and copied to [email protected] by 28th October 2015, 1700 hours local Kenyan time quoting the Ref No. EOI/KoTDA/0101/2015-2016 as the subject header.

Late submission will not be considered.

Mailed or hand delivered submittals sent to KoTDA will not be accepted. KoTDA reserves the right to accept or reject any and all EOIs.

Please be advised that failure to comply with the following criteria may be grounds for disqualification:

• Adherence to the 20 MB (unzipped) maximum size of the submittal • Correct delivery of submittal

14 of 15

EXHIBIT A

CURRICULUM VITAE (CV) FORM

Position Title and No. {e.g., K-1, TEAM LEADER} Name of Expert: {Insert full name} Date of Birth: {day/month/year} Country of Citizenship/Residence

Education: {List college/university or other specialized education, giving names of educational institutions, dates attended, degree(s)/diploma(s) obtained} ________________________________________________________________________ ________________________________________________________________________ Employment record relevant to the assignment: {Starting with present position, list in reverse order. Please provide dates, name of employing organization, titles of positions held, types of activities performed and location of the assignment, and contact information of previous clients and employing organization(s) who can be contacted for references. Past employment that is not relevant to the assignment does not need to be included.}

Period Employing organization and your title/position. Contact infor for references

Country Summary of activities performed relevant to the Assignment

[e.g., May 2005-present]

[e.g., Ministry of ……, advisor/consultant to… For references: Tel…………/e-mail……; Mr. Hbbbbb, deputy minister]

Membership in Professional Associations and Publications: ______________________________________________________________________ Language Skills (indicate only languages in which you can work): ______________ ______________________________________________________________________

15 of 15

Adequacy for the Assignment:

Detailed Tasks Assigned on Consultant’s Team of Experts:

Reference to Prior Work/Assignments that Best Illustrates Capability to Handle the Assigned Tasks

{List all deliverables/tasks as in TECH- 5 in which the Expert will be involved)

Expert’s contact information: (e-mail …………………., phone……………) Certification: I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly describes myself, my qualifications, and my experience, and I am available to undertake the assignment in case of an award. I understand that any misstatement or misrepresentation described herein may lead to my disqualification or dismissal by the Client, and/or sanctions by the Bank. {day/month/year}

Name of Expert Signature Date {day/month/year}

Name of authorized Signature Date Representative of the Consultant (the same who signs the Proposal)