Procurement Notice
Two Stage Open Competitive Selection – Invitation to submit Expressions of Interest

 

Assignment name:     Supervision of rehabilitation of three national roads section: Vlore – Orikum Road (10.6km), Shëngjin – Baks-Rrjoll Road (13km) and Zgosht-Ura e Cerenecit Road (47.1km)

Procurement ref:      EBRD/RLRCP/CS/2020/4

Business sector:         Transport

Project number:        DTM 50123 – Regional and Local Roads Connectivity

Funding source:        EBRD

Type of contract:       Consultancy Services

Type of notice:           Invitation for Expressions of Interest

Issue date:                  March 12, 2020

Closing date:              As stated in ECEPP

Clarifications:            Any updates of and clarifications on this procurement notice shall be announced as updates on this notice, without any other notification. Consultants are required to periodically check the notice for updates. Failure to take the updates into account while preparing the Expression of Interest may result in disqualification or penalties to the scores in the evaluation.

 

1.  Government of Albania has received financing from the European Bank for Reconstruction and Development (the “Bank”) in the form of a loan toward the cost of Regional and Local Roads Connectivity “the Project”. Albanian Development Fund (ADF), the executing agency (the “Client”), intends to apply a portion of the proceeds of this Loan to eligible payments under the contract for which this Invitation to submit Expressions of Interest is issued.

2.  The Client now invites expressions of interest (“EoIs”) to provide the consulting services described in this Notice and (hereinafter called the “Services”).

Following this invitation for Expressions of Interest, a shortlist of qualified firms will be formally established on the basis of the shortlisting criteria set out in this Procurement Notice. Only the shortlisted consultants will be invited to submit proposals.

3.  A shortlist of qualified firms will be established under QCBS procedures in accordance with the policies of the European Bank for Reconstruction and Development detailed in the EBRD Procurement Policies and Rules (“PP&R”) and the Guidelines for Clients Managing Donor or Loan Funded Consultancy Assignments (“Guidelines”) which can be found at the following website: ebrd.com威而鋼
, this procurement notice, and the Instructions to Consultants provided at https://ecepp.ebrd.com.

 

4.  Executing Agency (Client): Name of Entity selecting and contracting the Consultant

Albanian Development Fund (ADF)

Address: Rr. “Sami Frasheri”, Nr. 10, Tirana, Albania

The Client Contact Person:

Ms. Manjola Dhamo, procurement expert

Albanian Development Fund (ADF), Address: Rr. “Sami Frasheri”, Nr. 10, Tirana, Albania

E-mail: adf@albaniandf.org; mdhamo@albaniandf.org

Web site: www.albaniandf.org

Tel: +355 4 2234 885

All communication and the Expressions of Interest shall be sent through ECEPP only.

 

5.  Project Description: The Client has requested the European Bank for Reconstruction and Development (the “EBRD” or the “Bank”) to provide funding to finance Regional and Local Roads Connectivity (the “Project”).

6.  Assignment Description: The Client now intends to establish a shortlist of qualified and competent consultants, with a view to inviting proposals from the shortlisted consultants, in relation to the Assignment.

The expected outcome of the Assignment is the supervision service of the three above mentioned roads.

The overall objective of the Assignment is to facilitate the timely and effective implementation, monitoring and supervision of the works contracts financed under the Project by providing assistance to the Client. The consultant will be appointed to act as Supervision Engineer for certain works contract to be implanted under the Project.

The selected Consultant is expected to provide the following services:

a)  Supervision of rehabilitation of Vlore – Orikum Road (10.6 km)

b)  Supervision of construction Shëngjin – Baks – Rrjoll Road (12.4 km)

c)  Supervision of upgradation of Zgosht-Ura e Cerenecit road section (47.1km) for which the Employer reserves the right to use or not the consultancy services in accordance with the EBRD approval of the third site (i.e. upgrade of the road “Zgosht – Cerenec Bridge”).

 

7.  Assignment Start Date and Duration: The Assignment is expected to start on June 2020 and has an estimated overall duration of 12 months and a further 24 months of Defects Notification Period.

8.  Input estimate for the Assignment: The estimated input of the key experts will be 158 Man -months (MM) including the visits during DNP and report productions.

9.  Eligibility: There are no eligibility restrictions based on the consultant’s country of origin.

10.  Consultant Profile: The Client is seeking for a skilful and experienced Consultancy firm/JVCA who will be able to exercise the role of the Engineer and capable to ensure successful project implementation and completion.

The Consultant is expected to have relevant expertise and experience from similar assignments involving FIDIC Engineer or equivalent services in the transport sector. Relevant experience in working on similar assignments in region would be seen as an advantage.

The Consultant shall simultaneously comply with the following minimum criteria:

a)  The average annual turnover of the Consultant for the past five years (2015-2019) should exceed 700,000 US$

b)  The audited financial statement and balance sheets for the past five years (2015-2019) must demonstrate the soundness of the Consultant’s financial position, showing long-term profitability. Consistent losses or a risk of insolvency shown in the accounts may be cause for the rejection of the Consultant.

c)  A minimum number of similar contracts specified below, in supervision of infrastructure, civil buildings, urbanism, etc., implemented under FIDIC conditions of contract or other conditions of contract comparable to FIDIC, that have been successfully completed (i.e. provisional acceptance or defects liability certificate issued) as a sole consultant or joint venture member[1], between 1st January 2015 and closing date (EOI submission deadline):

(i)  1 (one) contract with a minimum value of 700,000 US$.

Or

(ii)  2 (two) contracts, each of minimum value of 500,000 US$;

In case of “EoIs” submitting by a JVCA, each member of JVCA must meet requirement for at least one contract.

 

The Consultant’s expert team is expected to include key experts as follows:

a)  Key Expert No 1 (Team Leader Resident Engineer 1 (one)) with minimum 10 (ten) years of general experience in supervising civil engineering projects in the highway sector including in road/bridge design and construction supervision and a minimum of 8 (eight) years as Team Leader / Resident Engineer / Engineer’s Representative /Supervisor’s Representative in service contracts in charge of supervision of works contracts for construction or reconstruction of infrastructure projects related to roads, and urban infrastructure

b)  Key Expert No 2.1, 2.2 and optional 2.3 (Site Supervision Engineer 2 (two) +1 (one) optional positions) with minimum 5 (five) years’ experience design/supervision/construction of large infrastructure projects (roads, rail, airports) with experience in the highway sector including in road/bridge design and construction supervision. 5 (five) years in the position of site supervision engineer in service contracts as part of supervision consultant team, in charge of supervision of works for construction or reconstruction of large infrastructure projects (roads, rail, airports);

c)  Key Experts No 3 (Pool of Additional Experts) consisting of Quality Control Engineer Engineer 2 (two) +1 (one) optional positions), Quantity Surveyor 1 (one)+1 (one) optional, Topographical or geodetic Surveyor, Environmental Specialist, Health and Safety Specialist and Social Specialist.

 

11.  Submission Requirements: In order to determine the capability and experience of Consultants seeking to be shortlisted, the information submitted should include the following:

(i)  Completed Consultant Declaration and Contact Sheet (TECH-1)

(ii)  Company/group of firms’ profile, organisation and staffing (max. 2-4 pages) and details of previous project experience or similar assignments particularly undertaken in the previous five years, including information on contract value, contracting entity/client, project location/country, duration (mm/yy to mm/yy), expert months provided (if different from duration), main activities, objectives. (Form TECH-2)

(iii)  CVs of key experts who could carry out the Assignment detailing qualifications, experience in similar assignments, particularly assignments undertaken in the previous five years, including information on contracting entity/client, project location/country, duration (mm/yy to mm/yy), expert months provided, assignment budget, main activities, objectives. (Form TECH-7)

The Consultants shall use the templates, which are available in ECEPP for download, or other forms which substantially contain the same information.

The expression of interest shall not exceed 30 (thirty) pages (excluding CVs Consultant Declaration and Contact Sheet).

The complete EOI (including CVs, Consultant Declaration and Contact Sheet) should be, completed in English, uploaded and then submitted using ECEPP before the closing date and time as stated in ECEPP. Emailed / paper submissions are not acceptable.

 

12.  Shortlisting Criteria: All responses to this Procurement Notice will be assessed based on the following Shortlisting Criteria:

No. Shortlisting Criterion Points
1. Firm’s previous project experience in required sector expertise 30 points
2. Firm’s previous experience in projects in required geographical expertise (region-specific, etc.) 20 points
3. Firm’s financial situation 10 points
4. CV of Key Experts 40 points
TOTAL 100 points

 

Clarification for Consultants:

This procurement will be conducted using the EBRD Client E-procurement portal -ECEPP and subject to its conditions of use. Participants must be registered in ECEPP in order to participate in this tender.

The procedure of registration and use of the E-procurement portal – ECEPP, can be find online https://ecepp.ebrd.com/


[1]For contracts under which the Consultant participated as a joint venture member, only the Consultant’s share, by value, shall be considered to meet this requirement