I.S. “Administratia de Stat a Drumurilor” Moldova/ ASD - The State Road Administration (Moldova)

Moldova Road Sector Program: Supervision of Construction Works on R1 Bahmut Bypass, km 68+250 – km 74+177

Last update: Jul 17, 2018 Last update: 17 Jul, 2018

Details

Location:MoldovaMoldova
Category:Consulting services
Status:Awarded
Sectors:Roads & Bridges, Civil Engineering
Contracting Authority Type:Government / Public Sector
Eligibility:Organisation
Budget:N/A
Date posted:27 Jun, 2017

Attachments 2

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

Procurement ref:8741-EOI-45094

Country:Moldova

Business sector:Transport

Project number:45094

Funding source:EC NIF

Contract type:Consultancy Services

Notice type:Invitation for expressions of interest (loan or grant funded)

Issue date:27 Jun 2017

Closing date:27 Jul 2017   at  23:59   Local time

 

INVITATION FOR EXPRESSIONS OF INTEREST

Moldova Road Sector Program

Supervision of Construction Works

on R1 Bahmut Bypass, km 68+250 – km 74+177

 

Assignment Description:

This invitation for expressions of interest follows the General Procurement Notice No. 8166-GPN-45094 for this project which was updated in Procurement Opportunities, on the EBRD’s web-site on February 5, 2016 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 Union, through the NIF Contribution 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 execution of the Works contract through efficient and effective expertise, resulting in the issue of a Taking-over certificate and a Performance Certificate for the following Works Contract within the budget and time defined in the project procurement plan:

RSP/W9/01 – ‘Construction of R1 Bahmut Bypass, km 68+250 – km 74+177’: Bahmut bypass from of the R1 Chisinau – Sculeni Road is a new alignment for a length of about 5.9 km, south of and parallel to the existing road and close to the existing railway line. The construction is a 2-lane road of a 3.50 m lane width and shoulders of 2.50 m width on each side, an underpass for pedestrians, numerous culverts and three junctions.

The Employer invites expressions of interest from suitably qualified firms who are interested in providing such assistance to the Employer to facilitate the timely and effective implementation of the Project by advising the Employer on the administration of the EBRD-funded Contract/s with due diligence and by carrying out the duties of the Engineer assigned to him in the Contract/s which will be a re-measurement unit rate contract based on FIDIC Conditions of Contract for Construction, MDB Harmonized edition, 2010. The Consultant shall exercise the authority attributable to the Engineer, as specified in or necessarily implied from the Contract/s, to ensure timely, satisfactory completion of the Works in accordance with the Contract.

Assignment Start Date and Duration:         The assignment is expected to start in October 2017 and last about 52 months, which includes 1 month for pre-Commencement activities, 36 months of works supervision, 12 months covering defects liability period and 3 months for the Performance Certificate issue and other closing activities.

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 / Resident Engineer
  • 1 (one) Materials Engineer
  • 1 (one) Quantity Surveyor
  •   Short-term experts

Also, the Consultant shall envisage the group of following technical support staff:

  • 1 (one) Environmental and Social Expert
  • 1 (one) Road Inspector
  • 1 (one) Surveyor
  • 1 (one) Laboratory Assistant
  • 1 (one) Designer’s Representative
  • 1 (one) Secretary/Team Assistant
  • 1 (one) Translator/Interpreter

Funding Source: European Union, through the NIF Contribution.

Eligibility: Procurement will be open for all the Consultants except those restricted in the EBRD’s list of ineligible entities. The proceeds of the grant 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, if such prohibitions are confirmed as acceptable by the Bank.

In order to determine the capability and experience of consulting firms seeking to be shortlisted, the information submitted with the Expression of Interest shall include the following:

  1. Company Profile:
  • Company profile, core business, staffing levels, annual turnover;
  • Details of firm's/association's/joint venture's standard quality policies, procedures and practices;
  • Name, qualifications and relevant experience of firm's director or manager who will assume overall responsibility for the firm’s, association’s or joint venture’s team coordination, management and output;
  • Specific details of firm’s/association’s/join venture’s procedures to ensure quality of its performance over the life of this assignment including management coordination and role of each firm.

 

  1. Company Experience:

Provide up to 10 projects references in similar assignments, undertaken in the previous five (5) years, which the applicant considers best illustrate its experience relevant to the assignment, to include the following details:

  • Project title, and narrative description of the project;
  • Contractual role of the firm;
  • Detailed description of the actual services provided by the firm;
  • Type of contract used for works subject to the supervision, e.g. FIDIC;
  • Name of firm's senior staff (Project/Coordinator, Team Leader) involved and functions performed;
  • Number of staff and number of person-months of professional staff provided by the firm;
  • The presence of any lead or affiliate companies and their respective roles;
  • Detailed description of the actual services provided by affiliate companies;
  • Number of staff and number of person-months of professional staff provided by affiliate companies;
  • Location, and start and completion dates;
  • Contract value;
  • Name of the Client and funding source, with which procurement rules, e.g. IFIs’, were applied.

In case more than 10 project references will be provided, only 10 most relevant to the assignment in the client’s view will be taken into consideration during evaluation.

The information on the company’s profile shall be submitted in accordance with Table 1 and the information on company’s experience in accordance with Table 2 of the attached Annex.

The Expression of interest is to be in English language 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 NIS region

                  30%

 

Procurement procedure: Procurement of the consultancy services will be conducted in accordance with the EBRD’s Procurement Policies and Rules (PP&R) dated October, 2014. 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 the 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 Construction Works on R1 Bahmut Bypass”, to the address mentioned below by July 27, 2017 at 5:00 p.m. (local time) in hard copy: one (1) original and one (1) copy, and one (1) electronic copy on CD-ROM or memory stick. Please note that submission of Expressions of Interest that do not comply with these requirements may be rejected.

Expressions of interest received after this time and date may 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: Ms. Diana Lupu

Chief of the Procurement Section

Office 401, Bucuriei str. 12A, MD 2004

Chisinau, Republic of Moldova

E-mail: procurement@asd.md

Website: www.asd.md

Annex 1.

Table 1. Company’s profile Form.

Criteria

• Sub criteria

Info

Company Profile

 

• core business and years of experience

{type of company, country and year of formation, company registration number, head office address, branch office address, fields of activity, organizational and management structure}

• technical and administrative capacity

{No. of permanent staff for last five years (total staff and staff in relevant fields); relevant managerial capacity of the Team leader / Resident Engineer (CV), turnover for last five years, membership of professional organizations, quality control/ quality assurance certification}

Experience

 

• Experience of consultant specific to the assignment

{see Table 2. Consultant’s Experience Form.}

• Experience of consultant specific to the NIS region

 

Table 2. Consultant’s Experience Form.

Project No.: ___ of 10

 

Project name:

Approx. value of the contract:

Approx. value of the services provided:

 

Country:

Location within the country:

Start date (month/year):

Completion date (month/year):

 

Name of Client:

 

Duration of Project (months):

 

Funding source:

No. of professional staff provided by the firm:

No. of person-months of professional staff provided by the firm:

 

Name of associated Consultants:

 

No. of professional staff provided by affiliate companies:

No. of person-months of professional staff provided by affiliate companies:

 

Type of contract used for works subject to the supervision:

 

Contractual role of the firm(s):

Name of senior professional staff and functions performed:

 

Narrative description of Project:

Which type of contract was used for a construction contract under supervision, e.g. FIDIC etc:

 

 

Description of actual services provided by your staff within the Project

 

 

 

 

 

Detailed description of the actual services provided by affiliate companies:

 

 

 

 

       

 

Want to unlock full information?
Member-only information. Become a member to access this information. Procurement notices from over 112+ donors and banks are available here
Learn more about our membership benefits