EOI - Consultancy services for planning and design of Sustainable and Climate Resilient Luanda Water - AHWS

African Development Bank (AfDB)

Luanda, Angola 🇦🇴

Consultant type: Firm Consultant

Consultant Location: Luanda, Angola

Publication date: 02-Dec-2025

Closing date: 12-Dec-2025

Job family: Other

Provision of consultancy services to prepare the feasibility study and preliminary designs for extension of water distribution networks, construction of water distribution centers to supply water by gravity, development and implementation of measures to reduce non-revenue water, and undertaking community sensitization and capacity building across Talatona, Camama, Cidade Universitária, and Cazenga municipalities of Luanda Province, Angola.

Description

Application Close Date2025-12-12
Engagement TypeFirm
Job Family3.Engineering
A. Background ObjectivesThe African Development Bank (AfDB) is the premier multi-lateral development finance institution (DFI) fostering economic growth and social progress in Africa. The AfDB’s primary goal is to reduce poverty and improve living standards by mobilizing resources in and outside Africa and providing financial and technical assistance for development projects and programs in Africa. In order to sharply focus the objectives of the Ten-Year Strategy (2024 – 2033) and ensure greater developmental impact, five major areas (High 5s – Light up and Power Africa; Feed Africa; Industrialize Africa; Integrate Africa; and Improve the Quality of Life for the People of Africa), all of which will accelerate our delivery for Africa, have been identified for scaling up, namely, energy, agro-business, industrialization, integration and improving the quality of life for the people of Africa
1.2. THE HIRING DEPARTMENT/DIVISION
The Water Development and Sanitation Department (AHWS) is part of the Agriculture, Human and Social Development Complex (AHVP) of the African Development Bank. The AHWS is responsible for the coordination of the Bank’s water development and sanitation-related activities to enhance synergies and contribute to achievement of all High 5s. Through its Divisions: AHWS.1 for water security and sanitation in West Africa and Nigeria, and AHWS.2 (the hiring division) for water security and sanitation in the East and Southern Africa, AHWS.3 for Water Security and Sanitation in the Central and Northern Africa, and, the African Water Facility (AWF), the AHWS supports regional hubs in the development and promotion of knowledge, approaches and tools for green and inclusive water security and for improved sanitation. It also supports regions concerning complex projects. The Department is also responsible for the origination of Non-Sovereign Operations (NSOs). In so doing, the Department leads the scaling-up of the Bank’s contribution to Africa’s efforts to attain water security and sanitation for sustainable socio-economic transformation.
PROJECT OVERVIEW
The Empresa Publica de Aguas de Luanda (EPAL) has secured a grant funding from the African Development Bank’s Urban and Municipal Development Fund (UMDF) to finance the feasibility studies and preliminary design. The project covers three areas located within Luanda Province. These include Talatona Municipality, Cazenga Municipality and Camama and Cidade Universitária Districts. The project aims to improve equitable access to clean and sustainable water supply services for approximately one million people through extension and reduction of non-revenue water.
The overall objective of the consultancy services is to conduct the feasibility study and preliminary design of the water network expansion and improvement works and non-revenue water reduction of the project to determine its technical feasibility, economic and financial viability and sustainability and degree to which it adapts to the effects of climate change. This will provide a basis for commitment of further resources for project development and implementation.
The specific objectives of the study are to:
I. Undertake non-invasive condition assessment of the existing water supply infrastructure in the project area to and determine improvement works to improve water supply service delivery.
II. Evaluate and develop value for money sustainable and climate resilient water distribution centre alternatives.
III. Assess possibility to utilize low carbon gravity transmission system to avoid use of electricity to pump water to the water supply areas.
IV. Evaluate and develop value for money sustainable and climate resilient water distribution network infrastructure expansion alternatives to increase accessibility of the project area to potable water over predetermined design horizon.
V. Assess the status of non-revenue water (NRW) in all the project area and provide robust and climate resilient countermeasures to reduce non-revenue
B. Scope of work2.1. ASSIGNMENT COMPONENTS
The assignment comprises two components namely:I. Component 1: Scoping and Technical Feasibility Study; and
II. Component 2: Preliminary Engineering Design of the Least Cost Alternative.
2.2. COMPONENT 1: SCOPING AND TECHNICAL FEASIBILITY STUDY
Under component 1 the Consultant shall undertake the following:
I. Review the scope of work and confirm the aims of the assignment and prepare the inception report.
II. Prepare a quality control and execution plan that outlines how the project will be managed, and how quality requirements will be met throughout its life cycle.
III. Determine the service level(s) to be provided and undertake water demand projection of the project area based on the agreed design horizon.
IV. Conduct condition assessment of existing infrastructure and provide clear conclusions and recommendations to improve their performance.
V. Assess status of and develop water conservation and water demand management measures to reduce non-revenue water in the project area.
VI. Undertake hydrological study to ensure that the proposed water supply infrastructure is not located in the flood-risk area.
VII. Develop a comprehensive water supply hydraulic model and undertake hydraulic modeling under various conditions to determine suitable and least cost water delivery main and distribution networks layouts. This should include analysis of existing hydraulic models if any.
VIII. Identify and evaluate various water supply infrastructure expansion options and provide recommendations of sustainable and climate resilient least cost alternatives.
IX. Conduct socio-economic assessment, with the Local Economic Development (LED) Strategy for EPAL in focus.
X. Conduct Political Economy Analysis (PEA) in the project area to examine the relevant social and economic structures, and their potential influence on the project.
XI. Prepare a Community Awareness and Engagement Plan (CAEP).
XII. Conduct Institutional Capacity Needs Assessment with specific focus on EPAL Luanda’s capacity to administer and manage water supply infrastructure.
XIII. Assess both positive and negative climate impacts from implementation of the project, related to both adaptation and mitigation.2.3. COMPONENT 2: PRELIMINARY DESIGN OF LEAST COST ALTERNATIVESI. Prepare a Design Criteria Report outlining the specific goals, design criteria and assumptions and constraints to guide the design process and performance evaluation.
II. Undertake Preliminary (Desktop) Geotechnical Investigations to provide an initial understanding of the ground to guide preliminary design.
III. Undertake technical analysis and prepare outline designs of the recommended least cost alternative.
IV. Prepare preliminary Bills of Quantities and opinion of probable construction cost of the preferred option.
V. Undertake financial analysis of the least cost alternative to estimate the profitability of a project.
VI. Conduct the economic viability of the least cost financially viable alternatives.
VII. Undertake economic and financial sensitivity analysis on the least cost preferred alternative.
C. Deliverables Expected3.1 The following is a list of deliverables:I. Inception Report;
II. Project Quality Control and Execution Plan;
III. Water Conservation and Water Demand Management Report;
IV. Condition Assessment Report;
V. Hydrological Study Report;
VI. Feasibility Study Report;
VII. Design Criteria Report;
VIII. Preliminary (Desktop) Geotechnical Site Investigation report
IX. Preliminary Design Report;
D. Duration and Timetable for the AssignmentDescription of Deliverable/Activity Time or duration of the assignment
Draft Inception Report Two weeks after date of signing contract
Final Inception Report One week after date of receipt of comments from Bank
Draft Project Quality Control and Execution Plan One week after date of Inception report approval
Final Project Quality Control and Execution Plan One week after receipt of comments from the Bank
Draft Water Conservation and Water Demand Management Report Eight weeks after date of approval of Execution Plan
Final Water Conservation and Water Demand Management Report One week after date of receipt of comments from Bank
Draft Condition Assessment Report Eight weeks after date of approval of Execution Plan
Final Condition Assessment Report One week after date of receipt of comments from Bank
Draft Hydrological Study Report Eight weeks after date of approval of Execution Plan
Final Hydrological Study Report One week after date of receipt of comments from Bank
Draft Feasibility Study Report Ten weeks after date of approval of Execution Plan
Final Feasibility Study Report Two weeks after date of receipt of comments from Bank
Draft Design Criteria Report Two weeks after date of approval of Feasibility Study report
Final Design Criteria Report One week after the date of receipt of comments from Bank
Draft Preliminary Design Report Eight weeks after date of approval of Design Criteria Report
Final Preliminary Design Report Two weeks after the date of receipt of comments from Bank
E. Bank Contribution and Institutional ArrangementThe Bank will be responsible for project overall contract and financial management, disbursement and audit, production of the final project implementation progress report (IPR, 6 monthly) and Project Completion Report (PCR) based on monthly progress report to be prepared by the Consultant and the Consultant close out report. A project steering committee (PSC) comprising of all partners (AfDB, EPAL and DNA) and chaired by the Bank will be established to approve the project milestones for disbursements. DNA will be responsible for the routine validation of project deliverables through the project implementation team of the ongoing Coastal Towns Inclusive Sanitation Project (CTIS). The PSC will be supporting the project Monitoring and Evaluation (M&E) monthly through review of progress reports and presentations by the Consultant and DNA
F. Duty StationThe Duty station is Luanda Angola
G. Essential Specialized Skills/Knowledge/Competencies7.1 TEAM COMPOSITION & QUALIFICATION REQUIREMENTS FOR THE KEY EXPERTS
7.1.1 GENERAL EXPERIENCE
The Consultant shall have extensive experience in planning, design, and tender documentation (procurement) of large water supply systems that include water conveyance or transmission and distribution systems, water storage reservoirs, pumping stations and water treatment plants. The Consultant should have carried out and successfully completed at least Four (4) similar projects in the last ten (10) years. Knowledge and experience of having worked in SADC Region and Angola will be a distinct advantage.7.1.2 KEY PERSONNEL
The Consultant shall mobilize a coherent, dynamic, and organized professional team of experts with appropriate qualifications and work experience in similar assignments to undertake this assignment. For all proposed specialists, Curricula Vitae (CV) shall be provided, setting out the relevant qualifications, experience, and employment record. Certified copies of qualifications shall also be attached to the CVs. The Consultant shall pay particular attention to the need to ensure active participation of local professionals wherever possible. All experts must be independent and free from conflicts of interest in the responsibilities accorded to them.The Consultant team shall be constituted as follows:I. 1 x Project Manager (Team Leader);
II. 1 x Water Engineer;
III. 1 x NRW Strategy and Programme Design Expert;
IV. 1 x Financial Analyst Specialist;
V. 1 x Socio – Economic Specialist;
VI. 1 x Climate Expert;
VII. 1 x Civil and Structural Engineer;
VIII. 1 x Mechanical Engineer;
IX. 1 x Electrical and Instrumentation Expert;
X. 1 x Contracts Management & Procurement Expert;
XI. 1 x Institutional Development Expert;
XII. 1 x Gender or Community Engagement Expert;7.1.3 QUALIFICATIONS AND EXPERIENCE REQUIREMENTSThe Consultant shall submit full CV’s together with certified copies of qualifications for each of the proposed Key Experts and Key Staff highlighting the criteria given below:I. Project Manager (Team Leader)The Team Leader shall be responsible for the overall management of the consultancy assignment:Qualifications:
– At least Master’s degree in Water Engineering, water resources management, Civil Engineering or Construction Engineering or related discipline areas;
– Post-graduate qualification in Project Management; or Engineering Management; or Construction Management; or equivalent relevant qualification will be an added advantage.Skills and Professional Experience
– At least 15 years of experience in water and sewage utility projects, including planning, design, technical specifications and bidding documents, of which at least 5 years for project management of climate resilience water supply projects at senior level;
– Excellent contract/project management, leadership, and coordination skills, including interaction with clients, contractors & other stakeholders;
– Relevant project experience in at least three (3) Bulk water supply systems including water distribution network, gravity and pumping water conveyance systems, pumping stations, reservoirs and related infrastructure;
– Relevant experience in at least three (3) NRW reduction projects including development of IWA water balance, Importing of SAP Billing Data, SAP Billing Data Clean Up, network zoning, knowledge of NRW interventions and calculation of water loss reduction;
– Relevant project experience involving procurement according to international financing institutions guidelines (e.g. World Bank, African Development Bank, Asian Development Bank, FIDIC Conditions of Contract, etc.), experience in performance-based contracts for NRW is highly desirable;
– Preparation of reports for all stages of project implementation, including inception, feasibility studies, concept & viability, design development, tender & procurement, close-out etc.
– Collaborative mindset with the ability to work e
H. SupervisorMoses Tembo, Principal Water & Sanitation Engineer (AHWS.2)
Email: m.tembo@afdb.org

Consultancy Input Days

217.00

3 days remaining

Apply by 12 December, 2025

POSITION TYPE

ORGANIZATION TYPE

EXPERIENCE-LEVEL

IHE Delft - MSc in Water and Sustainable Development