World Bank HQ

Inclusive Connectivity and Development Project: Supervision Consultancy for Civil Works of 330.0 km in North Western Province and North Central Province

Last update: Jan 30, 2025 Last update: Jan 30, 2025

Details

Location:Sri Lanka
Sri Lanka
Category:Consulting services
Status:Awarded
Sectors:Roads & Bridges, Civil Engineering
Languages:English
Funding Agency:
Contracting authority type:Government / Public Sector
Eligibility:Organisation
Budget:N/A
Date posted: Dec 21, 2022

Attachments 1

Associated Awards

Project cycle timeline

STAGES
EARLY INTELLIGENCE
PROCUREMENT
IMPLEMENTATION
Cancelled
Status
Programming
Formulation
Approval
Forecast
Open
Closed
Shortlisted
Awarded
Evaluation

Associated tenders 1

Status

Date

Description

Project ID: P176164

Project Title: Inclusive Connectivity and Development Project

Borrower Bid Reference: LK-RDA-251211-CS-QCBS

Published Date: 20-Dec-2022

Details:

REQUEST FOR EXPRESSIONS OF INTEREST (CONSULTING SERVICES – FIRMS SELECTION)

Sri Lanka

Inclusive Rural Connectivity Development Project

Loan No.: IBRD 9290

SELECTING CONSULTANCY FIRMS FOR REHABILITATION IMPROVEMENT AND MAINTENANCE OF 330KM RURAL ROADS IN NORTH WESTERN, AND NORTH CENTRAL PROVINCES.

CONTRACT NO: LK/RDA/251211/CS/QCBS

Reference No: Selecting Consultancy Firms for Rehabilitation Improvement and Maintenance of 330km Rural Roads in North Western, North Central Provinces

The Government of the Democratic Socialist Republic of Sri Lanka (GOSL) has received a loan from the World Bank towards the cost of ICDP and intends to apply part of the proceeds of this loan to finance the consultancy assignments for “Rehabilitation Improvement and Maintenance Of 330km Rural Roads in North Western, North Central Provinces”.

The consulting services (“the Services”) under this Rehabilitation Improvement and Maintenance Of 330km Rural Roads in North Western, North Central Provinces and shall be of 36 months duration with 1 year Defect Notification Period

The overall objectives of the consultancy services are:

  1. Review the Engineering Reports and Designs, Contract Specifications, Bills of Quantities, Bidding Documents, Construction Drawings, and Environmental Management Plan to ensure compatibility and advice on re-designing, amendments and improvements, if required, of the above contract packages.
  2. Carry out the economic analysis of the project incorporating individual road sections and the sensitivity analysis as per World Bank requirements.
  3. Review in detail and Comment on each the bidding document with special attention to IFB, ITB, bidding data, contract data, particular conditions and Conditions of Contracts including post-qualification and evaluation criteria and the schedules. Provide assistance to RDA as needed in the invitation and evaluation of bids of the 6 contract packages given in para 2.1 and balance work to be given in table 2.1.2. in draft TOR
  4. Provide Construction Supervision and Contract Administration for all contract lots given in para 2.1 and balance work will be issued at different timelines Ratify the contractor's work plan for the execution of contracts including the corresponding pre-construction activities in such a way to avoid slippage, and delays by the contractor and to monitor and suggest to the Employer remedial advance actions to speed up works and avoid delays.
  5. To play the role of ‘the Engineer’ and its representatives to ensure that high-quality construction is achieved and to ensure that all work is carried out in full compliance with the Engineering design, technical specifications including environmental management and social impact mitigation, and other contract documents. The Consultants shall use the latest computer techniques, such as Total Station Survey, CADD, Geographical Information Systems, and electronic data transfer. Similarly, the Consultant shall utilize MS Project or Primavera for monitoring progress, cost, and resources in detail for each site. The Consultant shall carefully review civil works contractor-submitted programs for accuracy and reasonableness, proactively work with the contractor and stakeholders to resolve anticipated schedule delays, cost overruns, and/or quality deficiencies, and shall support contractors in preparing programs should it become necessary.
  6. To promote technology and technical capacity transfer between the Consultant and both RDA staff and the Contractors either through an association between international and domestic firms or by assignment of RDA staff and on-the-job training to the RDA staff and through field visits

The Road Development Authority now invites eligible consulting firms (“Consultants”) to indicate their interest in providing the Services. Interested Consultants should provide information demonstrating that they have the required qualifications and relevant experience to perform the Services. The shortlisting criteria are: in accordance with the Quality & Cost Based Selection Method (QCBS) set out in the Consultant Guidelines.

Consultants may associate with other firms in the form of a joint venture or a sub-consultancy to enhance their qualifications. A Consultant will be selected in accordance with the Quality & Cost Based Selection Method (QCBS) set out in the World Bank’s Guidelines: World Bank Regulations for IPF borrowers November 2020 (“Consultant Guidelines”), setting forth the World Bank’s policy on conflict of interest.

Interested Consultants shall provide information indicating that they are qualified to perform these services in the prescribed formats. A soft copy of the Expression of Interest (EOI) submission formats and draft Terms of Reference (TOR) of the consultancy assignment will be available on the RDA website or can obtain by E-mailing the request to: wbicdpbid@gmail.com on or before the date mentioned below.

Further information can be obtained at the address below during office hours 9.00 am to 3.00 pm, Monday to Friday inclusive, except Mercantile Holidays.

Inclusive Connectivity and Development Project Office Attn: Project Director (ICDP),

Road Development Authority, 3rd Floor,1st Stage Sethsiripaya,

Battaramulla , Sri Lanka Tel: 94-11-2885766

Fax: 94-11-2885765

E-mail: wbicdpbid@gmail.com

One original and two (2) copies (one electronic as a PDF file) of the Expression of Interest shall be submitted in a sealed envelope clearly marked “Rehabilitation Improvement and Maintenance Of 330km Rural Roads in North Western, North Central Provinces” and should be delivered to the address below on or before 14.00 hours on 30/01/2023.

The submissions shall be opened immediately thereafter in the Conference Room of the office of the Ministry of Roads and Highways in the presence of firms or their representatives, who choose to attend.

Room: Office of the Procurement Consultant, Ministry of Roads and Highways Address: 07th Floor, “Maganeguma Mahamedura”,

Denzil Kobbekaduwa Mawatha, Kosswatte Battaramulla,

Sri Lanka.

Chairman,

Ministry Consultants Procurement Committee (CPCM) Ministry of Highways

07th Floor, “Maganeguma Mahamedura”, Denzil Kobbekaduwa Mawatha, Kosswatte, Battaramulla, Sri Lanka.

Postal Code: 10120

Telephone: 94-11-2050597

Organization/Department: Road Development Authority

Name: Thushari Dananjani

Address: Maganeguma Mahamedura" No: 216, Denzil Kobbekaduwa Mawatha, Koswatta, Battaramulla. SRI LANKA

City:

Province/State:

Postal Code:

Country: Sri Lanka

Phone: 0714446219

Email: tsenaratne@gmail.com

Website: http://www.rda.gov.lk

Want to unlock full information?
Member-only information. Become a member to access this information. Procurement notices from over 120+ donors and banks are available here