View Notice

Electricity Grid Systems Design and Operations Specialist
Procurement Process :RFP - Request for proposal
Office :UNDP Pacific - FIJI
Deadline :24-Jun-19
Posted on :28-May-19
Development Area :CONSULTANTS  CONSULTANTS
Reference Number :56109
Link to Atlas Project :
00099233 - Nauru SMARTEN PPG
Documents :
Conditions of Contract
Template for Confirmation of Interest and Submission of Financial Proposal
Terms of Reference
Overview :

Terms of Reference

Ref: PN/FJ/043/19

 

Consultancy Title: Electricity Grid Systems Design and Operations Specialist

 

Project Name: Supporting Mainstreamed Achievement of Roadmap Targets on Energy in Nauru (SMARTEN)

 

Duty Station: Nauru and homebased.

 

Duration of the Contract

  • Number of working days: 15
  • Commencement date (tentative): 27 June 2019
  • Completion date (tentative): 31 July 2019

 

Consultancy Proposal should be sent via email to etenderbox.pacific@undp.org no later than 24 th June 2019 (Fiji Time) clearly stating the title of consultancy applied for. Any proposals received after this date/time will not be accepted. Any request for clarification must be sent in writing, or by standard electronic communication to procurement.fj@undp.org. UNDP will respond in writing or by standard electronic mail and will send written copies of the response, including an explanation of the query without identifying the source of inquiry, to all consultants. Incomplete, late and joint proposals will not be considered and only offers for which there is further interest will be contacted. Failure to submit your application as stated as per the application submission guide (Procurement Notice) on the above link will be considered incomplete and therefore application will not be considered.

 

 

 

NOTE: Proposals must be sent to the designated email (etenderbox.pacific@undp.org).

Please do not copy or directly email applications to UNDP staff.

 

If the selected/successful Candidate is over 65 years of age and required to travel outside his home country; He/She will be required provide a full medical report at their expense prior to issuance to contract. Contract will only be issued when Proposed candidate is deemed medically fit to undertake the assignment.

 

 

Objectives

  1. To assess: (i) the current performance of existing power system infrastructures in Nauru, focusing on areas that impact on the stability and reliability of the system; (ii) the ongoing and planned implementations of RE-based power generation systems and related grid stabilization measures and activities.
  2. To: (i) design activities for the improvement of power systems stability, reliability and performance, considering short- and medium-term integration of additional RE-based power generation system; (ii) estimate the potential energy and energy cost savings that can be realized (e.g., minimized distribution losses); and, (iii) design a feasible power system monitoring and maintenance program.
  3. To design and develop project activities for the Nauru SMARTEN that includes: (i) identification and implementation of measures to undertake to prevent grid instability problems and enable the achievement of the country’s %RE electricity target; and (ii) identification and implementation of measures to prevent grid instability problems whenever additional RE-based power generation units are integrated into the grid.

 

Background

The United Nations Development Programme (UNDP), acting as an Implementing Agency of the Global Environment Facility (GEF), has been requested by the Government of Nauru (GoN) through the Department of Commerce, Industry & Environment (DCIE) to support with the development and implementation the planned GEF Full Size Project (FSP) Supporting Mainstreamed Achievement of Roadmap Targets on Energy in Nauru (SMARTEN). The objective of the planned project is enabling the increased applications of feasible renewable energy and energy efficiency technologies for supporting socio-economic development in Nauru in accordance with the country’s energy roadmap targets. The project consists of four substantial components, namely: 1) Energy Policy & Regulatory Framework Strengthening; 2) Supporting Renewable Energy & Energy Efficiency Initiatives; 3) Promotion of Renewable Energy & Energy Efficiency Technologies Applications; and, 4) Improvement of Energy Sector Capacity. The project concept, including a project preparation grant (PPG), was approved by the GEF in June 2018,[1] a logical framework analysis (LFA) workshop was conducted in August 2018, and, in November 2018 the PPG Team Leader - Project Development Specialist visited Nauru for the first time. As part of the detailed project design, inputs from the Electricity Grid Systems Design and Operations Specialist are required to prepare the UNDP-GEF Project Document and the GEF CEO Endorsement Request Document.  

Scope of Work

The expected outputs of the consultancy are:

  1. Inception Report: Write-up a note comprising: a) the successful Contractor’s understanding of the consultancy and associated tasks; b) final proposed work plan for the consultancy; c) identification of issues crucial to the viability of the consultancy; and d) comments on this TOR (subsequently, if required and approved by the UNDP Pacific – Fiji Office, the Department of Commerce, Industry & Environment (DCIE), Government of Nauru and NUC, activities can be elaborated, modified, etc.).
  2. Report on the assessment of the current performance of existing power system infrastructures in Nauru, focusing on areas that impact on the stability and reliability of the system; and the ongoing and planned implementations of RE-based power generation systems and related grid stabilization measures and activities.
  3. Report on the designed program for improving power systems stability, reliability and performance, considering short- and medium-term integration of additional RE-based power generation system; including estimated potential energy and energy cost savings that can be realized; and feasible power system monitoring and maintenance program.
  4. Report on the analysis of barriers to the implementation of proven and applicable technologies for improving the stability, reliability and performance of the power grid system, as well as barriers to current/future opportunities for investments in power systems that comprise of various RE-based power generation systems; including recommendation of potential solutions, how to implement such solutions to the identified barriers, and budget needed.
  5. Report on the design of specific project activities in Components 2 & 3 of the SMARTEN Project that are for minimizing/abating potential power grid system instability issues arising from additional power generation systems in the country; including capacity building programs for NUC personnel in the optimum load dispatch of system power generation units for achieving overall least generation cost. 

 

Activities for the consultancy will include, but not necessarily be limited to the following (in relation to specific deliverables):

 

  • Conduct of research and provision of technical advice and the relevant data/information needed for the assessments and design. This includes a write-up note for all missions to Nauru summarizing key findings and recommendations vis-à-vis successful completion of this consultancy;
  • Conduct of a survey of the existing power grid infrastructures in Nauru, taking note of their general features and installed controls and maintenance systems, as well as the standard operating procedures/practices;
  • Identification and analysis of current barriers to the implementation of proven and applicable technologies for improving the stability, reliability and performance of the power grid system, as well as barriers to future opportunities for investments in power systems that comprise of various RE-based power generation systems;
  • Recommendation of potential solutions and how to implement such solutions to the identified barriers, including budget needed;
  • Design of specific project activities in Components 2 & 3 of the SMARTEN Project that will allow to minimizing/abating potential power grid system instability issues arising from additional power generation systems in the country.
  • Design of capacity building programs for NUC personnel in the optimum load dispatch of system power generation units for achieving overall least generation cost.
  • Design capacity building programs for NUC personnel and other relevant stakeholders on procedure to follow and measures to undertake to ensure grid stability and reliability when additional variable RE power generation systems are connected to the electric grid.
  • Identification and assistance in the design of demonstrations of the application of feasible power grid system improvements (performance, stability and reliability) as well as monitoring and control systems; and
  • Provision of assistance and technical advice in adequately and satisfactorily addressing and responding to the relevant comments raised by GEF Sec, GEF Council and STAP on issues pertaining to power grid system performance interventions that will be incorporated in the proposed project.

Resources Provided

PPG Team Leader - Project Development Specialist

  • Managing the PPG Team, including coordinating the various consultants work.    
  • Reviewing draft deliverables, including checking that UNDP-GEF requirements are met.  

 

Department of Commerce, Industry & Environment, Government of Nauru

  • Desk space and access to phone (local calls).
  • Assisting setting up meetings. 
  • Providing relevant information, including documents.
  • Commenting on draft deliverables. 

 

UNDP

  • Providing background information, including documents.
  • Reviewing draft deliverables, including checking that UNDP-GEF requirements are met.  

 

Supervision/Reporting

The consultant will be contracted by UNDP and report to the Team Leader, Resilience and Sustainable Development (RSD), UNDP Pacific – Fiji Office (or his/her designate) and the International Consultant – Project Development Specialist (GEF PPG Team Leader).

 

Requirement for Qualifications & Experience

  • Minimum Master’s degree or higher in a relevant field, such as Engineering (particularly electrical and electronics), sciences, energy technologies, and related subjects;
  • At least 10 years’ experience designing and/or implementing power distribution and transmission projects in developing countries;
  • Fluency in written and spoken English;
  • Proven and extensive international experience in designing and implementing electricity systems (supply and demand sides) projects;
  • Experience in UNDP/GEF CCM project formulation/design;
  • Knowledge of other donors’ including EU, ADB and WB projects and implementation approaches would be an advantage;
  • Ability to conduct research and analysis;
  • Highly developed inter-personal, negotiation and teamwork skills, networking aptitude; and
  • Regional and national knowledge is highly desirable.

 

Proposal Requirements

Technical Proposal

  • A statement of how the applicant meets the qualifications and experience requirements.
  • Detailed CV
  • Proposed methodology/approach including preliminary work plan (covering deliverables, key activities and due dates).  

 

Financial Proposal

  • A completed Offeror’s Letter to UNDP Confirming Interest and Availability for the Individual Contractor (IC) Assignment including Annex A: Breakdown of Cost by Components.

 

Consultant must send a financial proposal based on a Lump Sum Amount. The total amount quoted shall be all-inclusive and include all costs components required to perform the deliverables identified in the TOR, including professional fee, travel costs, living allowance (if any work is to be done outside the Individual Consultants (IC´s) duty station) and any other applicable cost to be incurred by the IC in completing the assignment. The contract price will be fixed output-based price regardless of extension of the herein specified duration. Payments will be done upon completion of the deliverables/outputs. In general, UNDP shall not accept travel costs exceeding those of an economy class ticket. Should the IC wish to travel on a higher class he/she should do so using their own resources. In the event of unforeseeable travel not anticipated in this TOR, payment of travel costs including tickets, lodging and terminal expenses should be agreed upon, between the respective business unit and the IC, prior to travel and will be reimbursed.

 

Payment Schedule

 

Deliverable

 

Percentage of Total Price (Weight for payment)

Due Date

Final version of the Inception Note

10

4 July 2019

Report on the assessment of the current performance of existing power system infrastructures in Nauru, and; Report on the designed program for the promotion improving power systems stability, reliability and performance.

15

 

25

11 July 2019

 

18 July 2019

Report on the analysis of barriers to the implementation of proven and applicable technologies for improving the stability, reliability and performance of the power grid system, and;

Report on the design of project activities leading to the development of technology replication plans for minimizing/abating potential system instability in the other grid systems in Nauru

20

 

 

 

30

25 July 2019

 

 

29 July 2019*

Total

100%

 

 

*Final version not later than 31 July 2019

 

Evaluation

The proposals will be evaluated using the cumulative analysis method with a split 70% technical and 30% financial scoring. The proposal with the highest cumulative scoring will be awarded the contract. Applications will be evaluated technically, and points are attributed based on how well the proposal meets the requirements of the Terms of Reference using the guidelines detailed in the table below.

 

When using this weighted scoring method, the award of the contract may be made to the individual consultant whose offer has been evaluated and determined as:

  1. Responsive/compliant/acceptable, and
  2. Having received the highest score out of the pre-determined set of weighted technical and financial criteria specific to the solicitation.

 

Only candidates obtaining a minimum of 49 points in the Technical Evaluation would be considered for the Financial Evaluation. Interviews may be conducted as part of technical assessment for shortlisted proposals.

 

Criterion

Points

Percentage

Education

10%

Minimum Master’s degree or higher in a relevant field, such as Engineering (particularly electrical and electronics), sciences, energy technologies, and related subjects

10

Experience

40%

At least 10 years’ experience designing and/or implementing power distribution and transmission projects in developing countries

15

Proven and extensive international experience in designing and implementing electricity systems (supply and demand sides) projects

15

Experience in UNDP/GEF CCM project formulation/design, and knowledge of other donors’ including EU, ADB and WB projects and implementation approaches.

10

Quality of Proposal

20%

Quality and soundness of the proposed approach/methodology

10

Realistic work plan, including time schedule

10

Technical Criteria

70%

**If necessary, interviews shall also be conducted as part of the technical evaluation to ascertain best value for money. 

 

 

Financial Criteria – Lowest Price

30%

Total

 

100%

 

 

Proposal Requirements

Technical Proposal

  • A statement of how the applicant meets the qualifications and experience requirements.
  • Detailed CV
  • Proposed methodology/approach including preliminary work plan (covering deliverables, key activities and due dates).  

 

Financial Proposal

  • A completed Offeror’s Letter to UNDP Confirming Interest and Availability for the Individual Contractor (IC) Assignment including Annex A: Breakdown of Cost by Components.

 

Consultant must send a financial proposal based on a Lump Sum Amount. The total amount quoted shall be all-inclusive and include all costs components required to perform the deliverables identified in the TOR, including professional fee, travel costs, living allowance (if any work is to be done outside the Individual Consultants (IC´s) duty station) and any other applicable cost to be incurred by the IC in completing the assignment. The contract price will be fixed output-based price regardless of extension of the herein specified duration. Payments will be done upon completion of the deliverables/outputs. In general, UNDP shall not accept travel costs exceeding those of an economy class ticket. Should the IC wish to travel on a higher class he/she should do so using their own resources. In the event of unforeseeable travel not anticipated in this TOR, payment of travel costs including tickets, lodging and terminal expenses should be agreed upon, between the respective business unit and the IC, prior to travel and will be reimbursed.

 

 

Interested Candidates must accept UNDP General Terms and Conditions for Individual Consultants 

 

Successful candidate will be required to complete the BSAFE course prior to undertaking any travel related to this consultancy ( online security awareness training). https://training.dss.un.org/course/category/6

 

Women Candidates are encouraged to apply

 

 

 

 

 

[1] https://www.thegef.org/sites/default/files/project_documents/Revised_PIF_dpcument.pdf