You are on page 1of 25

Case No.

SDPC/72000/SERVICES/RFP-028

Dear Sir/Madam,

Subject: Request for Proposals for Topographic Survey & Design of Erosion Control
Structures for Wadi ElKu, near El Fasher, North Darfur, Sudan

Project Ref. 72000 – Design and Implement Drought Mitigation Engineering works in
Darfur.
Case No. SDPC/72000/SERVICES/RFP-028

1. The United Nations Office for Project Services (UNOPS) is seeking qualified offers for the
above-mentioned “Topographic Survey & Design of Erosion Control Structures for Wadi
ElKu, near El Fasher, North Darfur, Sudan” services. Your company is kindly invited to
submit your best technical and financial offer for the requested services. Your proposal may
form the basis for a contract between your firm/institution and the United Nations Office for
Project Services (UNOPS).

2. To enable you to submit a proposal, please find enclosed:

a) Annex I: Terms of Reference (TOR), containing a description of UNOPS requirements for


which these services are being sought;

b) Annex II: Proposal Submission Form, to be completed and returned with your proposal;

c) Annex III: Financial Offer Form; and

d) Annex IV: A draft of the form of contract under which the services would be performed,
including a link to the "General Conditions for UNOPS Contracts for Professional
Services".

This letter is not to be construed in any way as an offer to contract with your firm/institution.

Manner of Submission

3. Your proposal shall be prepared in the English language.

4. Your proposal shall comprise the following documents:

a) Proposal Submission Form;


b) Technical Component; and
c) Price Component.

5. Your proposal shall be prepared in duplicate with one marked "Original" and the other marked
"Copy". In the event of any discrepancy between them, the original shall govern. The proposal
shall be sealed in one outer and two inner envelopes, as detailed below:

The outer envelope shall be addressed as follows:

Topographic Survey & Design of Erosion Control for Wadi ElKu, El Fasher, N. Darfur, Sudan Page 1 of 25
Case No. SDPC/72000/SERVICES/RFP-028

Proposal for Topographic Survey & Design of


Erosion Control Structures for Wadi ElKu, near
El Fasher, North Darfur, Sudan

Case No. SDPC/72000/SERVICES/RFP-028

Attention:
Mr. Samual Hassan
Senior Procurement Assistant
United Nations Office for Project Services (UNOPS)
8th Floor – Industrial Development Bank Building
Amarat Street No 21, Khartoum, SUDAN

Both inside envelopes shall indicate your firm's name and address.

The first inner envelope shall be marked "Technical Proposal" and must contain the Proposal
Submission Form AND the Technical Component of your proposal.

The second inner envelope shall be marked "Price Proposal" and must contain the Financial
Cover Letter (paragraph 16, below) and Price Component.

Alternatively, submissions may be sent by e-mail to secure bid e-mail address as follows:
SDPCbidsFinancial@unops.org by the Closing Date and shall not exceed 8 Megabytes.

The “Technical Proposal” and the “Price Proposal” shall be submitted through separate
emails.

The subject line of each email shall clearly indicate:


“Case No. SDPC/72000/SERVICES/RFP-028 Technical Proposal” or
“Case No. SDPC/72000/SERVICES/RFP-028 Price Proposal” as appropriate.

6. Proposals must be received by UNOPS at the above address on or before 19th December 2012 at
14:00hours, Sudan time. Any proposal received after this date may be rejected. UNOPS may,
at its discretion, extend the deadline for the submission of proposals, by notifying all prospective
proposers in writing. The extension of the deadline may accompany a modification of the
solicitation documents prepared by UNOPS at its own initiative or in response to a clarification
requested by a prospective proposer.

7. You are requested to hold your proposal valid for 90 days from the deadline for submission.
UNOPS will make its best effort to select a firm/institution within this period.

8. Assuming that a contract can be satisfactorily concluded by early January 2013, the assignment
is expected to commence in mid January 2013.

9. If you consider that your firm/institution does not have all the expertise for the assignment, there
is no objection to your firm/institution associating with another firm/institution, particularly from

Topographic Survey & Design of Erosion Control for Wadi ElKu, El Fasher, N. Darfur, Sudan Page 2 of 25
Case No. SDPC/72000/SERVICES/RFP-028

a developing country, to enable a full range of expertise to be proposed. UNOPS strongly


encourages association with a local firm/institution in the country of assignment. However, any
invited firm/institution may not participate in more than one consolidated proposal. Similarly, a
local firm/institution may associate with only one invited firm/institution that is making a
proposal.

Any consulting, manufacturing or construction firm/institution with which you might be


associated may not be eligible to participate in proposing/bidding for any services, goods or
works which may result from or be associated with the project of which this assignment forms a
part.

10. Please note that the cost of preparing a proposal and of negotiating a contract, including any
related travel, is not reimbursable nor can it be included as a direct cost of the assignment.

11. Any requests for clarification should be referred to


Mr. Samual Hassan
Senior Procurement Assistant
United Nations Office for Project Services (UNOPS)

Through email: SamualM@unops.org, with copy to JustinS@unops.org

Any written reply to a particular question may be copied to all other invited firms/institutions, at
the discretion of UNOPS.

12. UNOPS strongly encourages all Bidders to subscribe to the Tender Alert Service available on
the United Nations Global Market Place (www.ungm.org). This will allow Bidders to be notified
automatically of all UNOPS business opportunities for the products and services for which they
have registered. Instructions on how to subscribe to the Tender Alert Service can be found in the
UNGM Interactive Guide for Suppliers.

13. We would appreciate you informing us by e-mail or fax as to:

a) your receipt of this letter request for competitive proposals.


b) whether or not you will be submitting a proposal.
c) the date and mode of submission, in case you decide to submit a proposal.

Topographic Survey & Design of Erosion Control for Wadi ElKu, El Fasher, N. Darfur, Sudan Page 3 of 25
Case No. SDPC/72000/SERVICES/RFP-028

CONTENT OF PROPOSAL

TECHNICAL COMPONENT

14. The technical component of your proposal should be concisely presented and structured in
the following order to include, but not necessarily be limited to, the following information:

a) Description of the Firm and the Firm's Qualifications


A brief description of your firm/institution and an outline of recent experience on
projects of a similar nature, including experience in the country and language concerned.
You should also provide information that will facilitate our evaluation of your
firm/institution's substantive reliability and financial and managerial capacity to provide the
services.

b) Understanding of the Requirements for Services, including Assumptions


Include any assumptions as well as comments on the data, support services and facilities to
be provided or as you may otherwise believe to be necessary.

c) Proposed Approach, Methodology, Timing and Outputs.


Any comments or suggestions on the TOR (Terms of Reference), as well as your detailed
description of the manner in which your firm/institution would respond to the TOR.
You should include the number of person-days in each specialization that you consider
necessary to carry out all work required plus a Gantt diagram to illustrate the proposed
schedule of work.

d) Proposed Team Structure


The composition of the team which you would propose to provide in the country of
assignment. A brief list of specialist support personnel at the head office may also be
provided. Indicate the work tasks (including supervisory) which would be assigned to each
person. An organogram illustrating the reporting lines, together with a description of such
organization of the team structure, should support your proposal.

e) Proposed Project Team Members


The CV’s (curriculum vitae) of the key members of the team who will be directly and
constantly involved throughout the consultancy service and who will make significant a
contribution to the service by working at the project site at Wadi El Ku.

Note: CV’s SHOULD PREFERABLY BE NO MORE THAN THREE (3) PAGES A4

PRICE COMPONENT

15. Your separate price component must contain an overall quotation in a single currency, which
may be either in US Dollars or in any convertible currency, If you opt for the latter, and for
evaluation purposes only, your proposal will be converted into US dollars using the United
Nations rate of exchange in effect on the date submissions are due.

16. The price component shall have a Cover Letter wherein your firm/institution's authorized
representative affirms the following:

Topographic Survey & Design of Erosion Control for Wadi ElKu, El Fasher, N. Darfur, Sudan Page 4 of 25
Case No. SDPC/72000/SERVICES/RFP-028

a) a summary of the price; and

b) the period of its validity.


In preparing your proposal, please note carefully from Annex IV the various contract
provisions regarding UNOPS policies on limitations on advance payments, retention,
performance bonds, etc.

17. In addition, the price component must cover all the services to be provided and must itemize the
following:

a) An all-inclusive rate per person-day (including honorarium and living expenses) for each
team member to be assigned to the mission in the field and a rate for his/her work at the
home office, if any.

b) An all-inclusive amount for international travel and related expenses (indicating number of
round trips per team member).

c) An all-inclusive amount for local travel.

d) Other costs, if any (indicating nature and breakdown).

e) Summary of total cost for the services proposed. [N.B.: The remuneration received by your
firm/institution and persons performing services for your firm/institution (other than
nationals of the host country) normally will not be subject to tax liability in the host
country].

f) A proposed schedule of payments, all of which must be expressed and will be effected in the
currency of the proposal. [N.B. Paragraph 19 below]

18. You should also indicate any comments or reservations to the draft form contract.

Payment Provisions

19. UNOPS' general policy is to pay for the performance of contractual services rendered or to effect
payment upon the achievement of specific milestones described in the contract. Please refer to
section 3.5 of the Model Contract for Services that is enclosed as Annex IV, or see below:

 Milestone 1: After mobilization of survey team to site and submission of D1: Inception
Report - 10% of the contract value
 Milestone 2: On submission of D2: Report on Design of Erosion Control Measures
(including associated maps, designs, drawings, bills of quantity and specifications to
facilitate early issue of ITB for construction) – 50% of contract value
 Milestone 3: On submission of D3: Topographic Survey Report; D4: Photographic Log;
D5: Electronic Submission plus final completion of all remaining activities and outputs –
40% of the contract value

Evaluation of Proposals

20. A two-stage procedure will be utilized in evaluating the proposals, with evaluation of the
technical component being completed prior to any price component being opened and compared.

Topographic Survey & Design of Erosion Control for Wadi ElKu, El Fasher, N. Darfur, Sudan Page 5 of 25
Case No. SDPC/72000/SERVICES/RFP-028

The Price Component will be opened only for those firms/institutions whose Technical
Component meets the requirements for the assignment. The total number of points which a
firm/institution may obtain for both components is 100.

21. The technical component, which has a total possible value of 80 points, will be evaluated using
the following criteria:

a) the firm/institution's general reliability as well as experience and capacity in the specific
field of the assignment; 25 points; (pass threshold 15 points) and

b) the approach in responding to the TOR and the detailed work plan 15 points; (pass
threshold 10 points) and

c) the qualifications and competence of the personnel proposed for the assignment for a total of
(40 points). The personnel will be rated in accordance with:

i. their general qualifications 15 points; (pass threshold 10 points) and

ii. suitability for the assignment 10 points; (pass threshold 6 points) and

iii. their language qualifications and experience in the region 15 points; (pass threshold 10
points). Experience in the country of assignment would be particularly advantageous.

22.
a) The Price Component of any proposal will only be evaluated if the Technical Component of
that proposal achieves a minimum of 60 points. Proposals failing to obtain this minimum
threshold will not be eligible for further consideration.

b) The maximum number of points for the Price Component is 20 points. This maximum
number of points will be allocated to the lowest price proposal. All other price proposals
will receive points in inverse proportion according to the following formula:

Points for the Price Component of a proposal being evaluated =

[Maximum number of points for the Price Component] x [Lowest price]


[Price of proposal being evaluated]

23. Please note that the UNOPS is not bound to select any of the firms/institutions submitting
proposals. Furthermore, since a contract will be awarded in respect of the proposal which is
considered most responsive to the needs of the project concerned, due consideration being given
to UNOPS's general principles, including economy and efficiency, UNOPS does not bind itself
in any way to select the firm/institution offering the lowest price.

24. Negotiations:
UNOPS may enter into contract negotiations with the Offeror obtaining the highest overall score
after adding the score of the technical proposal and the financial proposal. Such negotiations do
not constitute an award of contract

25. Supplier eligibility

Suppliers shall not be eligible to submit an offer when at the time of bid submission:
a) Suppliers are already suspended by UNOPS, or,

Topographic Survey & Design of Erosion Control for Wadi ElKu, El Fasher, N. Darfur, Sudan Page 6 of 25
Case No. SDPC/72000/SERVICES/RFP-028

ANNEX I: TERMS OF REFERENCE

The UNOPS (United Nations Office for Project Services) is engaged in the design and
implementation of the infrastructure component of an IWRM (Integrated Water Resources
Management) project throughout Darfur which is being implemented in a close partnership with the
State Water Corporation of Darfur States, the community and several other key stakeholders. The
program is wholly funded by DfID (UK Government Department for International Development).

Background:

The survey area is in a region of low (<200mm/yr) and variable rainfall, farming in the clay soils of
the wadis, utilising the annual flows of surface water is the major source of agricultural production
for much of North Darfur. In the Shagra sub-catchment, the major issue is the severe environmental
degradation of the main agricultural area in the environs of El Fashir, leading to significant and
increasing soil and agricultural land area loss, lower incomes, shortage of fuel-wood, less
employment and less water availability (both surface water retention and groundwater re-charge).
This has resulted in a significant decline in economic activity, at a time of increasing population and
the settlement of IDPs desperate for employment opportunities.

The wadi basin of the sub-catchment area between the Golo Reservoir and Zamzam camp covers
nearly 7,000ha of fertile clay soils and is bounded on both sides by rising Qoz soils, which are
rapidly being covered by mobile sand dunes. According to local records, 13 years ago there was no
problem with wadi erosion – the wadi was well vegetated with trees and perennial shrubs and the
water spread from bank to bank (4kms wide), moving slowly. The Golo reservoir had an original
capacity of 5 million cubic metres, and the initial flows were captured, allowing vegetation over the
wadi to recover and grow before being subject to the full force of the flood. There was no widespread
practice of earthworks (dams and terraces), as they were not generally needed; where they were
practiced, they were constructed by hand hoe and camel plough and thus minor in size and effect.
There were extensive (2,000Ha) reserved forests within the wadi basin with up to 300 trees/feddan
and a green belt around El Fashir providing sandy-soil stabilisation and income from Gum Arabic,
animal browse and renewable building materials through coppicing.

All this has changed. The sudden and massive increase in the local population, caused by the conflict
from 2003, means that asset poor and vulnerable people are concentrated in close proximity to the
wadi. The concurrent breakdown in regulation and control of resource use has resulted in extensive
and cumulative ecosystem degradation. Restricted local agricultural activities due to insecurity in
wide areas and the necessary utilisation of unsuitable soils and overgrazing in others have resulted in
soil exhaustion and poor production, while the need for a cash income by the displaced and
dispossessed people and the rapid expansion of the urban area, have all led to maladaptive livelihood
dependency – most significantly, a major increase in concentrated fuel-wood and charcoal extraction,
mainly as an economic enterprise that has led to woodland destruction.

In the last eight years, virtually all of the trees, both in the wadis and in the Qoz areas have been
removed – the forest reserves and shelterbelts have totally gone, even the stumps and roots dug up
for charcoal making. The vegetation has been gathered for animal fodder and the natural seed bank in
the soils exhausted. The traditional freedom of access to land after harvest means that competition for
remaining resources is severe and any individual initiative to replant is subject to destruction – “the
tragedy of the commons.”
This de-vegetation and the resulting erosion has had a severe effect on agricultural productivity. The
Golo reservoir is 80% silted and the flood water, now concentrated, overflows the spillways much

Topographic Survey & Design of Erosion Control for Wadi ElKu, El Fasher, N. Darfur, Sudan Page 8 of 25
Case No. SDPC/72000/SERVICES/RFP-028

earlier in the season. The concentrated water flows over denuded soils and causes gulley erosion. As
the gullies deepen they act as drains, concentrating the water further and reducing the spread across
the wadi. Thus the wider wadi soils dry out reducing vegetative growth and agricultural productivity.
The main erosion areas are in the 2km2 (possibly 20km2) area SW of the Golo reservoir, with the
gullies (reportedly) extending upstream at a reported rate of 2-300m/year.

As a result, many farmers shifted to the low productivity Qoz area, where remaining vegetation was
removed from huge areas for agriculture. Such activity accelerated desertification and the movement
of sand dunes. Moreover many other farmers have changed agricultural practices in the wadi, using
tractors for ploughing and constructing earth banks around the newly forming gullies. However,
there is no directional ploughing strategy for water and soil conservation, nor is there any technical
design in the bank placement or construction, which all too often exacerbate the flood damage
through redirected scouring and water concentration. All the communities have formed both women
and men’s farmers associations and recognise their role in, and responsibility for, the erosion. They
are desperate to redress the issues but lack the wherewithal, both technical and financial. The
problem is a dynamic one affecting the whole system and has to be addressed holistically in an
integrated manner – individual attempts in isolated areas simply make the issue worse.

Justification for the consultancy service:

An intergrated approach to the control of soil erosion throughout the project area has been identified
as an important land management priority through consultation with a wide range of stakeholders and
the local community. A topographic survey of the project area plus the design of erosion control
measures has been identified as an urgent first stage in the process to halt and start reversing the
gully erosion.

Objective:

The objective of the consultancy is to undertake the activities and produce the outputs listed in the
Activities & Outputs table below and additionally, on conclusion of the consultancy service,
UNOPS may proceed directly with the issue of an ITB (Invitation To Bid) from registered
contractors to undertake erosion control measures.

UNOPS input:

UNOPS will assist the Consultants in the following services:


 Local assistance for securing Sudan visa (for overseas companies);
 Air transport between Khartoum and El Fasher will be facilitated (cost reimbursement basis) and
access to the site will be coordinated;
 Assist in securing accommodation at El Fasher for overseas companies;
 Facilitate Government and stakeholder consultation;
 Update on security related issues for El Fasher.
 Additional project documentation and background information

Topographic Survey & Design of Erosion Control for Wadi ElKu, El Fasher, N. Darfur, Sudan Page 9 of 25
Case No. SDPC/72000/SERVICES/RFP-028

Key personnel required for the service

Role Key Qualification Minimum Years of experience


1 Team Leader / Focal Point/Expert 10 years with BSc degree
(Civil Engineer, or any relevant discipline)
2 Topographic Surveyor 5 years with BSc degree
3 ASAL Natural Resource Management Specialist 10 years with BSc degree
with extensive experience and PROVEN TRACK
RECORD of design and construction of gully erosion
control structures using appropriate technologies and
materials; also soil stabilization and soil conservation
techniques; agroforestry; rangeland management;
community development; liaison with local
communities;

Note: Role 1 above may be combined i.e. 1+2 or 1+3.

Timing & Work Schedule:

The project shall be completed within three (3) months of the date of signing of the Contract. The
proposal should include a gantt chart which shows the intended work schedule, resources and
personnel to be used.

Note that the work schedule should prioritise activities as follows:

 Priority 1: Topographic survey and mapping of Zone 3: severely eroded area


 Priority 2: Design of erosion control structures within Zone 3 (Activities 2.1, 2.2, 2.3 below)
 Priority 3: Completion of topographic survey and other activities listed below

This prioritization must result in the early completion of the design of erosion control structures and
associated maps, designs, drawings, bills of quantity and specifications which will subsequently
enable UNOPS to proceed with the timely issue of an ITB for construction of the erosion control
works whilst the remaining topographic survey and other activities continue. The consultants
proposed work schedule should demonstrate a commitment and capacity for the early delivery of
Priority 1 and Priority 2 (above).

Activities & Outputs:

The Survey and Design service shall include the following activities, and shall result in the outputs
shown.

Topographic Survey & Design of Erosion Control for Wadi ElKu, El Fasher, N. Darfur, Sudan Page 10 of 25
Case No. SDPC/72000/SERVICES/RFP-028

ACTIVITIES OUTPUTS

PRELIMINARIES
Literature review of pre-existing data sources Collection of available climatic, hydrological,
and previous study reports of relevence to the hydro-geological, topographic survey, land
project area. use, vegetation, soil map etc data relevant to
the study area.
Consultation with key project stakeholders: Incorporation of stakeholder interests into the
review of options and the chosen final design
Government Departments: State Water solution(s).
Corporation of North Darfur, Ground Water &
Wadis Directorate of North Darfur, Ministry of
Irrigation, Rural Water Administration, Darfur
Regional Authority, etc.

Key NGOs: Practical Action etc. In particular, the needs and aspirations of the
local community shall be reviewed through
Local Communities: community groups, consultation with local community groups,
community leaders, farmers and so on within community leaders and farmers.
the project area.
Phase 1: TOPOGRAPHIC SURVEY
1.1: Ground survey of the project area as Topographic map(s)
defined in “Fig. 1: Wadi El Ku Project Area”
(456 km2 total – yellow boundary A-B-C-D) Overall Survey Area (Zone 1 + Zone 2):
using Total Station and GPS. Survey area to Scale 1: 10,000 (1km = 100mm). Contours at
be zoned as follows: 2m intervals. To indicate positions & width
 Zone 1: Qoz & dune areas: 200m x 200m of main wadi systems; water harvesting
grid (approx 206 km2 equivilent to approx. structures; soil type; land use; vegetation.
5,200 station points) Key of overall area 1:50,000 (1km=20mm) to
 Zone 2: Agricultural alluvial area within show location/boundaries of individual
the main wadi: 100m x 100m grid (approx 1:10,000 sheets.
250 km2) equivilent to approx. 25,000
station points. Note: where survey gridlines Severely Eroded Area (Zone 3):
cross a wadi, the position and elevation of Scale 1: 5,000 (1km = 200mm). Contours at
the wadi bed at either edge/bank and the 2m intervals. To indicate positions & width
centre line of the watercourse shall also be of main wadi systems; water harvesting
recorded. Additionally, main features of structures; location and type of erosion
water harvesting structures to be recorded: control structures.
i.e. XYZ positions of dam crests, spillways. Key of overall area 1:50,000 (1km=20mm) to
 Zone 3: Severely eroded area SW of Golo show location/boundaries of individual
Reservoir: 50m x 50m grid (area approx. 1:5,000 sheets.
2km2 according to Dec 2009 GoogleEarth
imagery. For the purposes of time/cost Deliverable as:
estimation, the bidder should assume that  hardcopy: color A2 (20 copies)
this severely eroded area may extend to  softcopy: as native mapping software file
20km2 in 2012/3 equivilent to approx 8,000 AND shapefile (or other industry standard

Topographic Survey & Design of Erosion Control for Wadi ElKu, El Fasher, N. Darfur, Sudan Page 11 of 25
Case No. SDPC/72000/SERVICES/RFP-028

station points). Note: where survey as proposed by the consultant)


gridlines cross an erosion gulley, the  raw data: XYZ (plus associated soil type;
position and elevation of the centreline of land use; vegetation class coding) archived
the gully bed; also the sides/edges of the in digital form as simple delimited text file
gully shall be recorded. The XYZ position suitable for direct import into industry
and elevation of main gully heads and standard GIS and mapping software
branch gully heads within the survey area applications
shall be recorded. A field sketch map of the
gully system shall be made concurrently NOTES
with notes referenced to survey station Accuracy: XY horizontal positions to be
points all of which will be transferred onto within ± 500mm. Z vertical positions to be
the 1:5,000 topographic maps. within ± 100mm
Reference System: Industry standard
The field sketch map & 1:5,000 maps shall coordinate system compatible with industry
also include to-scale sketched details of the standard GIS, GPS and mapping software
approximate size and position of any gully applications.
not recorded through interception of the Horizontal: XY/Lat-Lon/Northing-Easting
50m grid or any gully greater than 1.5m referenced to UTM, WGS84 or alternative
wide or with a branch greater than 5m long. industry standard international coordinate
(Alternatively, gully boundary & extent system as proposed by the consultant and
may be logged through ground inspection agreed with UNOPS.
using a GPS or other suitable technique to Vertical: Z/elevations referenced to Sudan
record gully boundaries at 10m intervals) OS datum or other appropriate datum as
agreed with UNOPS.
Inhabited areas in urban & peri-urban areas
may be omitted from the survey.

Each station point shall also record basic data


describing general soil type, land use &
vegetation according to the coded
classification system developed below.

1.2: Land Classification Methodology Land Classification Flow Chart


The consultant will propose a simple, The flow chart land classification method
practical, and functional flow chart to enable shall be designed and piloted/field tested
soil type/land/use/vegetation type to be resulting in a practical and simple survey tool
rapidly classified and recorded in the field which will enable (this) 2013 baseline land
through a coded (and descriptive) classification survey data (LCCS codes &
classification system appropriate to the Wadi descriptions) to be compared “like-with-like”
ElKu survey area. The system and coding in a valid and meaningful way with the
used should be based on a simplified results of subsequent environmental
interpretation of FAO LCCS2 land monitoring surveys in the future.
classification.
 soil type (Qoz, alluvium, rock etc) The survey tool shall be written in Sudanese
 land use (agricultural, forest, pasture, wadi Arabic with separate English translation.
etc)
 vegetation/ground cover (forest:
species/density/mean height; woodland;
scrub; savanna grassland; annual grassland;
perennial grassland; broadleaved herbage

Topographic Survey & Design of Erosion Control for Wadi ElKu, El Fasher, N. Darfur, Sudan Page 12 of 25
Case No. SDPC/72000/SERVICES/RFP-028

and so on.

1.3: Reference TBM’s: establish reference TBM’s established to be used as reference


TBM’s at the boundary between Zone 1 points for future erosion monitoring survey
(Qoz) and Zone 2 (wadi alluvium) nominally work and Qoz encroachment.
at 1000m intervals. Exact positions as agreed
with the UNOPS engineer. Total 70 TBM’s Accuracy & reference system as for survey
to be established. activities above.

TBM’s to comprise 300mm long Y16 ribbed TBM’s to be coded and positions referenced
steel bar set into 15N plain concrete cast in- on 1:5,000 and 1:10,000 topographic maps.
situ of min. dimensions 400x400x400.Top of
exposed surface trowelled smooth & level.
Bar located centrally, cut off cleanly & to
protrude 5-10mm above finished surface.

Phase 2: DESIGN OF EROSION CONTROL STRUCTURES


2.1: Review options for materials to be used Recommendation for appropriate, low cost,
for construction of erosion control minimal environmental impact materials for
structures: using locally available materials construction of control structures.
and labour intensive construction methods
resulting in appropriate, functional low cost
designs with minimal secondary environmental
impact. Possibly:
 Gabions (stone fill)
 Gabions (earth fill plus polythene or woven
polypropylene liner)
 Sandbags (jute/woven polypropylene)
 Wire mesh weirs
Note that in general the following are not
appropriate: cement/concrete structures (high
financial & environmental cost) or
reed/brushwood/bush pole/bamboo/log
structures (poor availability & high
environmental cost)
2.2: Develop Standard Designs & typical Construction drawings with schedule of
details for erosion control structures quantities for standard designs. Detailed
incorporating all relevant design criteria: construction & installation notes written in
catchment size; gully bed gradient; Sudanese Arabic with separate English
compensation gradient; check structure height; translation; drawings for standard designs to
number of check structures/spacing along gully; be supplied in English & Sudanese Arabic
construction details including counter dam, versions also.
apron, spillway dimensions, wingwalls (if
necessary), depth of key into gully bed & sides, User-friendly Guidelines (“Selection Tool”)
gully depth, gully height etc. used for selection/sizing of erosion control
structures appropriate to prevailing
Produce a simple, user-friendly selection tool conditions and design criteria at the project
which incorporates main design variables location. Written in Sudanese Arabic with
(catchment area, bed gradient, gully separate English translation.

Topographic Survey & Design of Erosion Control for Wadi ElKu, El Fasher, N. Darfur, Sudan Page 13 of 25
Case No. SDPC/72000/SERVICES/RFP-028

dimensions, spillway height etc.) to enable


standard designs to be sized to suit individual
sites by technicians working in the field.
2.3: Detailed Design for Erosion Control in Maps (1:5,000) & Schedules (spreadsheet
Zone 3: Severely Eroded Area tabulation) to show exact location (GPS co-
Produce a comprehensive plan for the control ordinates) and type of erosion control
of soil erosion and gully propagation based structures, cut-off drains, diversion
on ground survey and using the selection tool bunds/swales, dissipaters etc.
developed (above). Bills of Quantities & Specification for
construction of structures & materials,
methods used etc.
All the above prepared in a format suitable
for issue of ITB as agreed with UNOPS.
REPORTING DELIVERABLES
D1: Inception Report
Describing method, approach, techniques, schedule, personnel etc. to be adopted for Phase 1:
Topographic Survey and Phase 2: Design of Erosion Control Structures. Details of required
content as agreed with UNOPS prior to contract award.

D2: Report on Design of Erosion Control Measures


Outputs listed above (including associated maps, designs, drawings, bills of quantity and
specifications to facilitate early issue of ITB for construction) plus descriptive background
narrative. Also detailed step-by-step, user-friendly guidelines for construction and maintenance,
including illustrations, diagrams and drawings. Recommended species for post-construction
planting of grasses, shrubs & trees around control structures and gully side walls.

D3: Topographic Survey Report


Descriptive narrative plus outputs listed above.

D4: Photographic log of all activities throughout the field survey; comprehensive record of
techniques used, site conditions etc. Archived in a logical, informative, folder structure with
dates and annotations. Diary of all contract related activies recorded daily and available for
inspection on request at any time during the survey works.

D5: Electronic Submissions: (photos, reports, drawings, survey data etc) - submitted
electronically on USB Flash Drive (3 copies)

Topographic Survey & Design of Erosion Control for Wadi ElKu, El Fasher, N. Darfur, Sudan Page 14 of 25
Fig. 1: Wadi El Ku Project Area N
A
32.7 km
Goz
B

Goz
Goz
m

Golo Reservoir
10.5 k

Severely Eroded Area


2
(approx. 2km - Dec. 2009)

Goz

16.6 km
Shagr 2
Agricultural Area (approx. 250 km )
a

Goz
D

Zamza
LEGEND Goz m
Zone 1: Project Area yellow 35.0
(456 km2) km
Zone 2: Agricultural Area white
(approx. 250km2)

Zone 3: Severely Eroded Area


(approx 2 km2 - 10 Dec 2009)
Red Goz
13.711300 N 25.205610 E A
13.531900 N 25.445180 E B
C
13.409240 N 25.357800 E C
13.641760 N 25.138810 E
D
El Fasher Town: 13.627000 N 25.350000 E

Google Earth Places file: wadi_el_ku.kmz


Case No. SDPC/72000/SERVICES/RFP-028

Photo1: Wadi El Ku towards El Fasher

Photo 2: Qoz cut by Wadi El Ku- west of El Fasher

Topographic Survey & Design of Erosion Control for Wadi ElKu, El Fasher, N. Darfur, Sudan Page 16 of 25
Case No. SDPC/72000/SERVICES/RFP-028

Photo 3: Wadi el Ku approaching El Fasher

Photo 4: Wadi El Ku earthen water harvesting/diversion structure

Topographic Survey & Design of Erosion Control for Wadi ElKu, El Fasher, N. Darfur, Sudan Page 17 of 25
Case No. SDPC/72000/SERVICES/RFP-028

Photo 5: Edge of Qoz looking at fertile wadi plains. Rainwater diversion structure bottom LHS.

Photo 6: Bare ground near zamzam IDP camp

Topographic Survey & Design of Erosion Control for Wadi ElKu, El Fasher, N. Darfur, Sudan Page 18 of 25
Case No. SDPC/72000/SERVICES/RFP-028

Photo 7: Cultivated area showing rainfall catchment bunds, cross-slope ploughing & wind deposited
Qoz sand ingress.

Photo 8: Crude low bund/swale in cultivated area partially following contour

Topographic Survey & Design of Erosion Control for Wadi ElKu, El Fasher, N. Darfur, Sudan Page 19 of 25
Case No. SDPC/72000/SERVICES/RFP-028

Photo 9: Major gully formation destroying prime agricultural land in the Shagra Basin

Photo 10: Major gully formation

Topographic Survey & Design of Erosion Control for Wadi ElKu, El Fasher, N. Darfur, Sudan Page 20 of 25
Case No. SDPC/72000/SERVICES/RFP-028

Photo 11: Damaged water harvesting structure & spillway

Photo 12: Gully formation adjacent to wadi, note crops growing in wadi bed on LHS by tree

Topographic Survey & Design of Erosion Control for Wadi ElKu, El Fasher, N. Darfur, Sudan Page 21 of 25
Case No. SDPC/72000/SERVICES/RFP-028

Photo 13: Gully erosion in wadi side walls

Photo Credits:
1, 2, 3, 4 N. Munro
5,6, 11 K. Simpson
7, 8, 9, 10, 12 P. Symonds / A G Siddig Mohamed

Topographic Survey & Design of Erosion Control for Wadi ElKu, El Fasher, N. Darfur, Sudan Page 22 of 25
Case No. SDPC/72000/SERVICES/RFP-028

ANNEX II: PROPOSAL SUBMISSION FORM

Request for Proposals for Survey & Design for Haluf Dam, North Darfur, Sudan

Project Ref. 72000 – Survey & Design for Haluf Dam, North Darfur
Case No. SDPC/72000/SERVICES/RFP-028

TO: United Nations Office for Project Services


UNOPS –SDPC
Sudan Project Centre (SDPC),
8th Floor, Industrial Development Bank building,
St 23 Amarat, Khartoum, Sudan

Dear Sir/Madam:

Having examined the Solicitation Documents, the receipt of which is hereby duly acknowledged, we
the undersigned, offer to supply the required services for the sum as may be ascertained in
accordance with the Price Component attached herewith and made part of this proposal.

We undertake, if our proposal is accepted, to commence and complete delivery of all items in the
contract within the time frame stipulated.

We understand that you are not bound to accept any proposal you may receive and that a binding
contract would result only after final negotiations are concluded on the basis of the Technical and
Price Components proposed.

Dated this day of 20 .

Signature

(in the Capacity of)

Duly authorized to sign proposal for and on behalf of:

(Company Stamp)

Topographic Survey & Design of Erosion Control for Wadi ElKu, El Fasher, N. Darfur, Sudan Page 23 of 25
Case No. SDPC/72000/SERVICES/RFP-028

ANNEX III: FINANCIAL OFFER

Name(s) of Number of Daily fee Daily subsistence Total


consultant(s) working (c) allowance (d) (e)=(b)x((c)+(d))
(a) days (b)

GRAND TOTAL

International/National Quantity Cost Currency Total


travels (a) (b) (c) (d) (e)=(b)x(c)

GRAND TOTAL

Other Costs (description) Cost

GRAND TOTAL

Topographic Survey & Design of Erosion Control for Wadi ElKu, El Fasher, N. Darfur, Sudan Page 24 of 25
Case No. SDPC/72000/SERVICES/RFP-028

ANNEX IV: DRAFT OF CONTRACT FORM

In the event of a contract the UNOPS General Conditions for Contracts for Professional Services will
apply. They are available at:

http://www.unops.org/english/whatweneed/Pages/Guidelinesforsuppliers.aspx

Topographic Survey & Design of Erosion Control for Wadi ElKu, El Fasher, N. Darfur, Sudan Page 25 of 25

You might also like