DEMOCRATIC SOCIALIST REPUBLIC OF SRI LANKA Ministry of Agriculture, Livestock, Lands and Irrigation INTEGRATED WATERSHED AND WATER RESOURCES MANAGEMENT PROJECT (IWWRMP) PROJECT MANAGEMENT UNIT
(Credit. No. IDA-6621-LK)
Consultancy service to perform stability analysis (Back Analysis) of Victoria Dam to study the Alkali-Aggregate Reaction, assess its impact on the dam’s safety, and to propose remedial measures on identified issues
CONTRACT NO: LK-MoMDE-433807-CS-QCBS
1. The Government of Sri Lanka has received financing from the World Bank toward the cost of the Integrated Watershed and Water Resources Management Project (IWWRMP) and intends to apply part of the proceeds for consulting services.
2. The objective of this consultancy service is to assess the level of structural integrity of Victoria Dam, to study the effects of Alkali–Aggregate Reaction (AAR) and other potential causes of any structural deformation, and to propose appropriate remedial measures to minimize the impact of ARR or any other potential causes on dam safety and to improve the dam’s long-term safety and stability. The expected duration of the assignment is ten (10) months, commencing in April 2026. Further details of these services are described in Terms of Reference (TOR).
3. Further details of the assignment are described in the Terms of Reference (TOR), available at: https://www. iwwrmp.lk/web/procurement/section/procurement-notices
4. The consultancy services include reviewing existing design documents, as-built drawings, monitoring data, and previous studies related to Victoria Dam, conducting concrete testing, sampling, and laboratory analyses to identify any Alkali-Aggregate Reaction (AAR) or related phenomena, developing a three-dimensional Finite Element Analysis (FEA) model of the dam and foundation to perform back analysis and stability assessment under various loading and reservoir conditions, preparing a detailed stability and safety analysis report (including identification of critical conditions, simulation results, and validation against monitoring data), proposing and prioritizing remedial measures and/or additional monitoring and testing requirements with cost estimates, and delivering a simulation model with an operation and interpretation manual while also conducting training for the client’s technical staff.
5. The IWWRMP now invites eligible consultants (firms) to indicate their interests in providing the services with proven experience in relevant or similar experience.
6. Interested Consultant should provide information (company profiles, qualifications of board of members, brochures, etc.) demonstrating that they have required qualifications and relevant experience to perform the services, as per the following shortlisting criteria. a. The Consultant shall possess comprehensive management and technical knowledge, adequate resources, and access to modern technology in all aspects described in the TOR, with proven similar experience in dam-related back analysis including AAR investigation studies, preferably carried out under foreign funded projects in last Ten (10) years. b. c. d. The Consultant shall possess a sufficient number of permanent key staff with proven experience and appropriate expertise relevant to similar consulting assignments, demonstrating strong technical and managerial capability to manage and execute multidisciplinary studies—including concrete testing, geotechnical investigations, and numerical modelling. The Consultant shall also propose suitably qualified specialists for the present assignment, providing details of their qualifications, relevant experience, and years with the firm, and confirming the availability of appropriate skills among the proposed staff (CVs are not required at this stage). The Consultant shall demonstrate sound financial stability and capacity by submitting audited financial statements for the last five (5) years. (available working capital of the consultant shall be positive) Availability of other resources and new technologies, etc.
7. Consultant may associate with other firms to enhance their qualifications but should indicate clearly whether the association is in the form of a joint venture and/or a sub-consultancy. In the case of a joint venture, all the partners in the joint venture shall be jointly and severally liable for the entire contract, if selected. Please note that a firm / organization is allowed to participate in only one proposal as a sole consultant, joint venture partner or a sub–consultant.
8. The attention of interested Consultant firms is drawn to Section III, paragraphs, 3.14, 3.16, and 3.17 of the World Bank’s Procurement Regulations for IPF Borrowers, dated July 2016, revised in November 2017 and August 2018, setting forth the World Bank’s policy on conflict of interest.
9. A Consultant will be selected by following Quality and Cost Based Selection (QCBS) method in accordance with the procedures set out in the World Bank’s Guidelines: “Procurement Regulations for IPF Borrowers, dated July 2016, revised in November 2017 and August 2018”.
10. Interested Consultant may obtain further information from Senior Project Specialist (Procurement & Contracts) at the address below during office hours 09:00 to 15:00 hours (+94 112691163), E-mail: iwwrmp@ sltnet.lk only on working days.
11. Expression of Interest must be delivered in a written form with duplicate and the same in the soft form (portable drive(USB), DVD, CD etc.) to the address given below no later than 14:00 hrs. (Local time) on 30th December 2025.
Project Director
Project Management Unit,
Integrated Watershed and Water Resources Management Project 2nd Floor,
Mahaweli Centre, No.96, Ananda Cumaraswamy Mawatha, Colombo 07, Sri Lanka.
Tel: +94-112691163
26th November 202
