Request for Expressions of Interest for the Provision of Consulting Services (Firms Selection)

Closing Date: 
20 Jun 2025
Expressions of Interest

 

Subject

Spatial Planning, Surveying, Engineering Designs and Environmental & Social Impact Assessment Studies for the Infrastructure and Development Bank of Zimbabwe’s Clipsham 2 Housing Project, Masvingo

Brief Description

Engagement of a Consulting Firm to provide services for Spatial Planning, Surveying, Engineering Designs and Environmental & Social Impact Assessment Studies for the Infrastructure and Development Bank of Zimbabwe’s Clipsham 2 Housing Project, Masvingo

Proposal Reference Number

AAAA0179

The electronic Government Procurement (eGP) System of Zimbabwe Tender Number 

25727

 

1.  Background

The Infrastructure and Development Bank of Zimbabwe (“IDBZ/the Bank”) wishes to engage Consulting Firms (“Consultants”) to undertake Spatial Planning, Surveying, Engineering Designs and Environmental & Social Impact Assessment Studies for the Clipsham 2 Housing Project in Masvingo. The Remainder of Clipsham, Lot 2, covers a total area of 1000 hectares of which the Bank was allocated 100 hectares to undertake a housing development project. The project entails servicing of approximately 650-700 low density housing stands ranging from 800- 1,200m2 in size. The site is serviced by a major distributor road, that is, the road that leads to the Great Zimbabwe Monuments and access from Masvingo CBD is through the Harare -Beitbridge highway. The area will be serviced with water and electricity reticulation, an internal road network, and stormwater drainage system. The water connection point is within a 1km radius. Waste disposal will be through individual septic tanks. An existing 11KVA power line runs through the project site, and the project will tap from same. Compensation for the services shall be through allocation of serviced stands whose value is equivalent to their professional fees, to ensure all project preparation activities are carried out as required, in line with the relevant statutory and regulatory instruments.

2.   Scope of work

The consultant shall be responsible for all the aspects of project preparation activities which are:

a) Site visits to appreciate the boundaries and extent of the project site, and other topographical features that can influence planning and designing.

b) Undertaking stakeholder engagements.

c)  Undertaking a detailed study of the environmental and social patterns as well as existing infrastructure which entails:

    • Existing vegetation, topography and land features as well as land use and ownership patterns.
    • A study of existing amenities and facilities, for example road network, institutional establishments and offices, heritage sites, religious structures & sacred sites, existing housing, social amenities, workshops and industries etc.
    • A study of existing utilities and services for example potable water supply & distribution, storm water drainage system, sewerage and solid waste disposal system, electricity, street-lighting, telecommunication networks and other services.
    • Undertaking demographic studies and ensuring planning and design standards are adhered to.

d)   Undertake geotechnical investigations, hydrological studies, topographical surveys, title surveys and any other relevant studies, and prepare tender documentation for the engagement of a contractor.

e) Undertake the design of bulk water supply, potable water and electrical reticulation including street lighting, telecommunication network, internal road network & storm water drainage systems. Wastewater management will be through individual septic tanks.

f) Obtain all relevant statutory and regulatory approvals.

g) Project implementation supervision.

The consultant is expected to produce the following:

  • Inception report
  • Topographical survey report
  • Approved layout plan
  • Subdivision permit
  • Approved general plan and dispensation certificate
  • Geotechnical investigations report and hydrological study reports
  • Approved Engineering designs
  • Priced BOQs
  • Development permit
  • ESIA prospectus, ESIA Report/ ESMP, EMA certificate
  • Certificate of Compliance
  • Any other relevant documentation.

The IDBZ now invites eligible Zimbabwean Consultants to indicate their interest by way of an Expression of Interest (EOI) in accordance with requirements stated herein in providing the services as specified in this document. Interested Consultants Firms should provide information demonstrating that they have the required experience, competence, skills, and qualifications relevant to the performance of the services whether as individual firms, joint ventures or as consortia. The Consultant shall submit Company profiles, Company registration documents, Curriculum Vitae of key personnel and professional staff, brochures, description of similar assignments, experience under similar environment or conditions. The Consulting Firm must demonstrate that they have fully established business offices. Prospective Consulting Firms may constitute joint-ventures where necessary to enhance their capacity to undertake the assignment.

3.         Evaluation Criteria

The minimum criteria for short-listing of the Firm shall entail:

  1. The Consulting Firm must be a registered entity and registered with the Procurement Regulatory Authority of Zimbabwe (PRAZ).
  2. A minimum of three (3) reference letters from traceable organisations must be submitted.
  3. Minimum of 5 years of experience for each individual consultancy firm singularly or in the consortium. Firms must clearly state their years of experience in each relevant area of specialisation.
  4. The following documents should also be submitted:
    • Detailed company profile;
    • Company registration documents;
    • Detailed curriculum vitaes of key personnel and professional staff (including certified educational certificates of the professional staff);
    • Proof of registration with PRAZ; and
    • A summary of the Firm’s experience in similar assignments, together with the names and contact details of people connected with these assignments who will provide references.

Key personnel of the consultant firm should have the following minimum qualifications and experience:

  1. A Bachelor’s degree in relevant discipline.
  2. Track record and demonstrable experience in conducting similar assignments
  3. The minimum years of experience for key personnel shall be 10 years in the relevant field.

Short-listed Consultants will be invited to submit detailed technical and financial proposals, as described in Part 1 of the Request for Proposals Procedures in the Standard Request for Proposals for the Selection of Consultancy Services. The Consultant submitting the successful proposal will be engaged in the contractual terms set out in that document and in the General Conditions of Consultancy Services. Copies of the Public Procurement and Disposal of Public Assets Act (Chapter 22:23) and Regulations and the standard documentation are available on the website of the Procurement Regulatory Authority of Zimbabwe; URL http://www.praz.gov.zw/index.php?lang=en

Consultants may associate with other firms in the form of joint ventures or consortia, including sub-consultants, to enhance their qualifications.

This opportunity is open to all Consultants who meet the criteria for eligibility as stated in Section 28 of the Public Procurement and Disposal of Public Assets Act (Chapter 22:23).

Bidders are required to pay an administration fee to the Procurement Regulatory Authority of Zimbabwe for this tender in line with Section 54 of the Act as set out in Part IV of the Fifth Schedule to the Public Procurement and Disposal of Public Assets Regulations (SI 5 of 2018).

The IDBZ will reject an expression of interest if it determines that the consultant firm has, directly or through an agent, engaged in corrupt, fraudulent, collusive, coercive or obstructive practices in competing for the Contract or been declared ineligible to be awarded a procurement contract under Section 99 of the Public Procurement and Disposal of Public Assets Act (PPDPA). An expression of interest shall be rejected in this procurement process if a Consulting Firm engages in anti-competitive practices including bidding in more than one expression of interest as a joint venture or consortium partner.

Further information can be obtained at the address below during office hours from 08:00 hours to 16:30 hours.

A Consulting Firm may submit only one expression of interest. The expression of interest must be submitted on the eGP System of Zimbabwe before 20 June 2025 by 1000hrs local time. Late expressions of interest will be rejected.

Procurement Management Department
Fredy Masuka- Director Procurement Management Department
IDBZ House
99 Gamal Abdel Nasser Road
PO Box 1720
Harare, Zimbabwe
Tel: +263-242-750171/8
Email: procurement@idbz.co.zw
Website: www.idbz.co.zw