INVITATION FOR EXPRESSIONS OF INTEREST
Moldova Road Sector Program
Supervision of Civil Works on
Rehabilitation of R34 Hincesti-Leova-Cahul Road
This request for expressions of interest follows the General Procurement Notice No. 7233-GPN-45094 for this project which was updated in Procurement Opportunities, on the EBRD’s web-site on September 26, 2014 and in the Supplement to the Official Journal of European Union (OJ/S).
The Government of the Republic of Moldova intends to receive financing from the European Bank for Reconstruction and Development (EBRD) towards the cost of the Moldova Road Sector Program and it intends to apply the proceeds to payments for consulting services for the Construction Supervision of the civil works to be executed under the project.
The objective of the Construction Supervision services is to supervise the rehabilitation of public roads through efficient and effective expertise, resulting in the issue of a Taking-over certificate and a Performance Certificate for the roads at the end of construction.
The consultant will be required to undertake the role of the “Engineer” as defined in the FIDIC MDB Harmonised Edition of the Conditions of Contract for Construction, March 2006. The Services to be provided by the Consultant is expected to start in September 2015, shall be for a period of about 40 months (including 12 months for the defect notification period) and shall include, but not be limited to (a) establishment of systems of managerial control for civil works contracts, (b) the Engineer’s administration of Contracts, (c) control over estimated works quantities and contract outcome costs, in monitoring the progress of the Works and technical records; (d) control and acceptance of contractor’s interim and final payment certificates; (e) the acceptance and/or approval of Contractors’ key staff, insurances, guarantees, licenses, programs, method statements, traffic management plans, safety measures, suppliers and materials for incorporation in the works, the quality assurance and control plans, laboratory provisions and execution of the testing program, subcontractors, plant, equipment and environmental protection; (f) direct supervision of the works and monitoring of progress; (g) the preparation of progress, technical and contractual reports, (h) execution of the control tests of all materials intended for incorporation into permanent works and the all executed works.
In order to successfully implement the assignment, it is envisaged that the consultant’s team will consist of the following experts:
- 1 (one) Team Leader
- 1 (one) Deputy Team Leader
- 4 (four) Materials Engineers
- 4 (four) Quantity Surveyors
- 1 (one) Environmental Expert
- Short-term experts
Also, the Consultant shall envisage the group of following technical support staff:
- 2 (two) Road Inspectors
- 2 (two) Bridge Inspectors
- 4 (four) Surveyors
- 4 (four) Laboratory Assistants
- 2 (two) Designer’s Representatives
- 1 (one) Secretaries/Team Assistants
- 1 (one) Translators/Interpreters
The Works Contracts to be supervised are as follows:
- Lot 1: RSP/W8/01- Rehabilitation of R34 Hincesti-Leova-Cahul Road, km 0+000 – km 42+200;
- Lot 2: RSP/W8/02 - Rehabilitation of R34 Hincesti-Leova-Cahul Road, km 42+200-km 83+000.
The works under these contracts will comprise reconstruction of road pavement, demolishing and construction of culverts, construction of drainage facilities, relocation of utility lines as required and also defined in the Drawings, Specifications and Bill of Quantities. Section wise cold recycling or new construction have to be applied depending on the existing road alignment and the parameters to be achieved for the rehabilitated road. Road safety devices like single metal guardrails at the road edges, marking and signing, bus-bays, pedestrian crossing facilities, traffic lights, sidewalks etc. have to be provided.
Assignment Start Date and Duration: It is envisaged that the assignment will commence in September 2015 with the total duration of 40 months (including 12 months for the defect notification period).
Funding Source: EBRD;
Eligibility: Procurement will be open for all the Consultants except those restricted in the EBRD’s list of ineligible entities. The proceeds of the loan shall not be used for the purpose of any payment to persons or entities or for any import of goods, if such payment or import is prohibited by a decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations and the Client’s Country prohibitions.
Status: in order to determine the capability and experience of consulting firms seeking to be short-listed, the information submitted shall include, besides the company profile and organization, the following details of experience in similar assignments undertaken in the previous five (5) years:
- Project title, and brief narrative description of the project;
- Contractual role of the firm, and functions and tasks carried out, including applicable national and/or international codes and standards, and certification;
- The presence of any lead or affiliate companies and their respective roles;
- Location, and start and completion dates;
- Contract value;
- Name of the Client and funding source.
The information presented by the consultant is to be in English and should not exceed 50 pages.
Evaluation criteria of EOIs:
Criteria
• Sub criteria
|
Weighting
|
Company Profile
|
10%
|
• core business and years of experience
|
5%
|
• technical and administrative capacity
|
5%
|
Experience
|
90%
|
• Experience of consultant specific to the assignment
|
60%
|
• Experience of consultant specific to the region
|
30%
|
Procurement procedure: Procurement of the consultancy services will be conducted through the procedures as specified in the EBRD’s Procurement Policies and Rules (PP&R) dated May, 2010. The consultants will be selected under Quality-and Cost-Based Selection (QCBS).
One shortlist of qualified firms will be prepared on the response to this invitation, after which short-listed firms will be invited to submit their proposals.
If the Consultant has been found by a judicial process or other official enquiry to have engaged in any of the Prohibited Practices as defined in the EBRD PP&R, details of the basis for the outcome of such process or enquiry shall be provided with the expression of interest.
The Employer reserves the right not to shortlist consulting firms that have been found to have engaged in any of the Prohibited Practices regardless of the results of technical evaluation of the expressions of interest.
Interested consultants may obtain further information at the address below during office hours from 8:00 a.m. to 5:00 p.m. (local time).
Expressions of interest must be delivered to the Client in an envelope marked "EXPRESSION OF INTEREST for Moldova Road Sector Program: Supervision of Civil Works on R34 Hincesti-Leova-Cahul Road", to the address mentioned below by March 9, 2015 at 5:00 p.m. (local time) in hard copy: one (1) original and three (3) copies and one (1) electronic copy on CD-ROM. Please note that submission of Expressions of Interest that do not comply with these requirements will be rejected.
Expressions of interest received after this time and date shall not be considered and will be returned unopened.
Consultants should be aware that distance and customs formalities may require longer than expected delivery time.
The Executing Agency/Client Contact Person:
State Road Administration
Attention: Mr. Gheorghe GIRBU
Chief of the Procurement Section
Bucuriei str. 12A, MD 2004
Chisinau, Republic of Moldova
Tel: (+373 22) 74 36 31
Fax: (+373 22) 74 12 19
E-mail: procurement@asd.md