REQUEST FOR EXPRESSIONS OF INTEREST (REOI)

 

(CONSULTING SERVICES)

 

Republic of Albania

Albanian Development Fund (ADF)

Project for Integrated Urban and Tourism Development (PIUTD)

IBRD Loan No: 8656- ALB.

Project ID Number: P15562

Issuing date: March 08, 2021

 

Assignment Title: “Supervision Services for Integrated Urban Upgrading Works –      Municipality of Berat”

 

Reference No. REF No: AL-ADF-222324-CS-CQS

 

The Government of Albania has received financing from the World Bank toward the cost of the Project for Integrated Urban and Tourism Development (PIUTD), and intends to apply a part of its for consulting services foreseen under component 2 of this project. The consulting services (“the Services”) include: “Supervision Services for Integrated Urban Upgrading Works – Municipality of Berat”/REF No: AL-ADF-222324-CS-CQS.

 

Main Goal of this Assignment

 

The main goal of this consultancy is to support the implementation of Component 2 of the PIUTD project, respectively to development vision of the city of Berati calls for strengthening its role as: (i) an administrative and service hub highly connected to its regional territory, (ii) a national and international cultural and touristic destination that capitalizes on its precious architectural heritage, and (iii) a creative center for the production of selected handicraft and agro-industrial products. This vision combines with the establishment of a harmonious social, economic and physical environment for its inhabitants and, as well as, for its visitors.

 

The overall objective of this assignment is the supervision services to ensure that the works are implemented in compliance with the drawings, bill of quantities, technical specifications, and any other requirements as per Albanian national code and regulations, and the loan agreement with the World Bank, in a timely manner, and to direct and monitor all necessary or requested changes to the scope of work during construction and commissioning.

The consultant will carry out the supervision services of following packages of Berat IUU works packages:

 

  • Berat IUU Works Package 1, that includes the following sub-projects:
    1. Restoration of the historic urban landscape of the Gorica quarter;
    2. Rehabilitation of the Gorica Castle trail & establishment of additional tourism opportunities around the monument;
  • Creation of a car parking nearby the Old Gorica Bridge;

 

  • Berat IUU Works Package 2, that includes the following sub-projects:
  1. Street – scape beautification along Antipater road in the Town centre;
  2. Restoration of the historic urban landscape of the Selamllek square;
  • Urban upgrading of Iliaz Vrioni square;

 

  • Berat IUU Works Package 3, that includes the following sub-projects:
  1. Restoration of the historic urban landscape of Mangalem quarter;
  2. Regeneration of the area surrounding the Ethnographic Museum and Mihal Komneno road;
  • Tourism signage and interpretation;

 

The Consultant will carry out the following main phases:

Phase 1: Inception Phase

Phase 2: Construction Phase

Phase 3: Defects Liability Period

 

During Phase 1 “Inception phase” the Consultant shall become familiar with all aspects of the project, works contract and project’s environment, review the present Technical Specifications,  volumes of the Works Contracts, all relevant information available for the project and the stakeholders involved in the project.

 

During Phase 2 “Construction Phase” the Consultant shall administer the contract and supervise the construction works. The Consultant will carry out, but not necessarily be limited to, the activities mentioned below:

 

  1. Contract Administration and Management, Site Procedures;
  2. Design Review and Approval;
  • Site Supervision:

 

  1. Quality Control;
  2. Measurements and Payments:
  3. Safety and Records

 

  1. Other activities;

 

During Phase 3 “Defects Liability Period/(DLP)” the Consultant shall carry out among others the following  main duties:

  • quarterly inspections reports during the 12 months of Defects Liability Period;
  • supervise, inspect and record completion of any outstanding work and remedy of defects after Provisional Acceptance has been issued;
  • undertake three intermediate inspections at approximately three-monthly intervals during the DLP and notify and instruct the Contractor accordingly of all defects found;
  • undertake the Final inspection at the end of DLP and issue the Final Acceptance Certificate;
  • make the final inspection of the Works and issue the Final Acceptance Certificate in accordance with the Works Conditions of Contract, which shall be carried out in the presence of a representative from the Contractor, Contracting Authority and the Beneficiary.

 

Albanian Development Fund (ADF), now invites eligible companies (“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 (Summary of relevant experience of the firm, description of similar assignments, experience in similar conditions, CV for the key personnel, letters of recommendation, etc.).  The consultant should be a Firm. Consultants may associate with other firms in the form of a joint venture or a sub consultancy to enhance their qualifications.

 

The Consulting Company should be able to provide in original or legal certified version, valid professional licenses for supervision. The Consulting Company should have at least 10 years of experience in the area of Construction Management (supervision of public infrastructure).

The Consultant shall provide an experienced construction supervision and contract administration team with proven technical and managerial competence and experience in the supervision of construction works under World Bank Conditions of Contractor and Albanian Legislation or internationally recognized contract conditions used by IFI’s.

 

The short-listing criteria are:

 

No. Evaluation Criterion Points
1. Overall experience of the firm in the field of the assignment (number of years) 30 points
2. Relevant Specific Experience in the field of the assignment and number of assignments similar to ToRs successfully completed during the last 5 years 60 points
3. Availability of staff within the firm to perform the assignment 10 points
TOTAL 100 points

 

The consultant should have a multi-disciplinary team of 6 key staff professional and technical personal will be required for the execution of the project as follow:

 

  • KE-1/ Team Leader (Supervisor’s Representative)– Master in Civil Engineering/Architecture (3+2) or equivalent University Degree, with at least 10(ten) years postgraduate experience in design and supervision of projects in similar projects, and 5 (five) years as Team Leader/Resident Engineer/Engineer 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;
  • KE-2/ Site Supervision Engineer/ Civil Engineer – Master (3+2) or equivalent University Degree in Civil Engineering, with at least 8 (eight) years in design/supervision/construction of infrastructure projects (roads, urban infrastructure, buildings, etc.), and 5 (five) years in the position of site supervision engineer in service contracts as part of supervision consultant team;
  • KE-3/ Material Engineer – Master (3+2) or equivalent University Degree in Civil Engineering, at least 10 (ten) years of material engineer experience in design/supervision/construction of infrastructure projects (roads, urban infrastructure, buildings, etc) and 5 (five) years in the position of material engineer in service contracts as part of supervision consultant team;
  • KE-4/ Quantity Surveyor/Engineer – at least a University Degree in Civil Engineering or equivalent, with at least 8 (eight) years of topo-surveying experience in design/supervision/ construction of large infrastructure projects (roads, urban infrastructure, buildings etc.) and 5 (five) years in the position of quantity surveyor in service contracts as part of supervision consultant team;

 

  • KE-5/ Environmental, Social and Occupational Health and Safety Specialist- University Degree in Environmental Engineering, Environmental Science, Natural Resource Management or equivalent, with at least 8 (years) years on relevant environmental risks management linked to construction works and their supervision, and 3 (three) years (on environmental management plans and monitoring of such plans) responsible for monitoring the Works Contractors’ compliance with the environmental health and safety requirements of the ESMPs and also monitoring of environmental requirements in line with the Code of Conduct Environmental, Social, Health and Safety Guidelines;
  • KE-6/ Archaeologist/Cultural heritage expert- M. Sc. in Architecture/Civil Engineer/Urbanist with qualifications in Heritage Conservation Design, of architectural heritage monuments, at least 5 (five) in heritage conservation and historical centers requalification environmental measures;

 

The attention of interested Consultants is drawn to paragraph 1.9 of the World Bank’s Guidelines: Selection and Employment of Consultants by World Bank Borrowers (January 2011, revised July 2014), setting forth the World Bank’s policy on conflict of interest.

 

The consultant should be a Firm. The selection method to be applied is Consultant Qualifications (CQ), in accordance with the procedures set out the World Bank’s Guidelines Selection and Employment of Consultants under IBRD Loans and IDA Credits & Grants by World Bank Borrowers” (January 2011, revised July 2014).

 

The consultant will perform the Supervision Services will be performed by the consultant within 18 months period period followed by defect liability period for each contract, and the level of inputs is 88 man/months. The Supervision services the Consultant will be contracted for these services under a time-based contract.

 

Further information can be obtained at the address below during office hours 08:00 to 16:30 (Monday to Thursday) and 08:00 to 14:00 on Friday.

 

Expressions of interest must be delivered in a written form to the address below (in person, or by mail, or by fax, or by e-mail) by 23 March 2021, no later than 13:00 hrs.

 

Albanian Development Fund (ADF)

Project for Integrated Urban and Tourism Development (PIUTD)

Address: Rruga: ”SamiFrashëri”, Nr. 10, Tirana

Tel/Fax: +355 4 2235 597/8; +355 4 2234 885

Att: Mr. Astrit Alikaj

Att: Mr. Artur Zaja

 

E-mail: aalikaj@albaniandf.org

E-mail: azaja@albaniandf.org

https://www.albaniandf.org