Расширенный поиск
Поиск по тендерам РФ Иностранные закупки Поставщики Реализация собственности Заказчики Еще
Главная Иностранные тендеры и госзакупки


Western Balkans Trade and Transport Facilitation ( - Тендер #44327351)


Поделиться

Для перевода текста тендера на нужный язык воспользуйтесь приложением:


Страна: международный
Организатор тендера: The World Bank
Номер конкурса: 44327351
Дата публикации: 28-07-2023
Источник тендера:


Продвигайте Вашу продукцию на мировые рынки
Доступ к полной информации по данной закупке закрыт.
Зарегистрируйтесь для получения бесплатных рассылок по новым тендерам и просмотра дополнительной информации.

.
Регистрация
NOTICE AT-A-GLANCE
  • Project ID

P162043

  • Project Title

Western Balkans Trade and Transport Facilitation

  • Country

Western Balkans

  • Notice No

OP00239017

  • Notice Type

Request for Expression of Interest

  • Notice Status

Published

  • Borrower Bid Reference

WBTTFP-8929-MK-212AC-1-SOUTH

  • Procurement Method

Quality And Cost-Based Selection

  • Language of Notice

English

  • Submission Deadline Date/Time

Sep 15, 2023 15:30

  • Published Date

Jul 27, 2023

  • CONTACT INFORMATION
  • Organization/Department

Ministry of Transport and Communications

  • Name

Slavko Micevski

  • Address

Crvena Skopska Opstina 4, Skopje 1000

  • City
  • Province/State

Western Balkans

  • Postal Code
  • Country

Western Balkans

  • Phone

+ 389 75 494977

  • Email

slavko.micevski.piu@mtc.gov.mk

  • Website

http://www.mtc.gov.mk/

Details

Request for Expressions of Interest

Consulting Services – Firms Selection - QCBS

Implementing Agency: Ministry of Transport and Communications

Country: Republic of North Macedonia

Project: Western Balkans Trade and Transport Facilitation Project - P162043

Loan No.: 8929-MK

Assignment Title: Supervision of the Deployment (Installation and Integration) of an Intelligent Transport Systems (ITS) on the Highway A1 (Corridor X) - South Part (Interchange Veles South - Border crossing Bogorodica)

Reference No.: WBTTFP-8929-MK-212AC-1-South-RFP

Issued on: July 28, 2023

Republic of North Macedonia has received financing from the International Bank for Reconstruction and Development – World Bank in the form of a loan towards the costs of the Western Balkans Trade and Transport Facilitation Project and intends to apply part of the proceeds for consulting services.

The Ministry of Transport and Communications therefore invites expressions of interest for the role of Supervising Consultant.

The consulting services to be provided by the Supervising Consultant (“the Services”) include the supervision of the supply, installation, integration, testing and commissioning of the Intelligent Transport Systems (ITS) Implementation for the South Part of the A1 Highway (Corridor X).

The objective of the Services is to act as “Engineer” as defined in respective WB General Conditions of Contract for Supply and Installation and to ensure that: (i) equipment, materials, works, and workmanship are in compliance with the required standards, (ii) deployment are planned in an orderly manner and completed in due time, (iii) the recommendations of the Environment and Social Management Plan (ESMPs) are properly followed during the implementation of ITS, (iv) the whole activities for deployment of ITS should be performed in accordance with safety procedures and the health and safety of all participants in the Project, as well as of third parties is raised to the highest possible level.

The Scope of the Consulting services includes, but is not limited to, the following activities:

1. The Supervision Consultant will be responsible for the supervision of all ITS System installation, communication network and power infrastructures implementation, integration, testing and commissioning work for the South Part of A1 Highway.

2. The Supervision Consultant will administer the ITS Implementation Contract and ensure that the contractual provisions, with respect to both quality and quantity of work are respected and the works are implemented in accordance with the best international practices in ITS.

3. The Supervision Consultant will make all necessary measurements and control the quality of works.

4. The Supervision Consultant shall review, approve or suggest modifications on all engineering decisions made by the Contractor to ensure the successful and timely implementation of the ITS implementation Contracts in consultation with the Client and the end beneficiary - Public Enterprise of State Roads (PESR).

5. The Supervision Consultant shall undertake a review of the ITS Implementation Contract for the purpose of identifying any omissions and/or deficiencies, which compromise the completeness or consistency of the design. This review shall be carried out immediately after the services commence. Upon completion of the review, the Supervision consultant shall prepare a report no more than 1 month on this review which sets out all findings and recommendations for making good any omissions identified. Notwithstanding the above, the Supervision Consultant shall immediately inform the Client of any omission and/or deficiencies which may have a substantial impact on the Project at the time the omission and/or deficiencies is detected.

The Consultant’s duties and authorities are:

A. The Consultant shall perform the duties and authorities of the “Engineer” as specified in the Contract for Supervision services.

B. The Consultant shall ensure that the Contractor for deployment of ITS have secured all relevant permits necessary to start ITS implementation, or specific works process, and that the Contractor comply with all relevant Health and Safety and Environmental and Social regulations during the works.

C. The Consultant shall exercise all reasonable care to protect the interests of the Client, where this does not conflict with the duties of the “Engineer”, to ensure the timely supervision and control of the ITS implementation.

The intended commencement of the Services is October 2023 and the period of implementation shall be 26 months. The standard form of the Contract will be a Time Based contract.

The detailed Terms of Reference (TOR) for the assignment can be found at the following websites: https://www.e-nabavki.gov.mk and http://mtc.gov.mk/javniOglasi.

The Ministry of Transport and Communications now invites eligible consulting firms (“Consultants”) to indicate their interest in providing the Services. Interested Consultants (a firm or a group of firms) should provide information demonstrating that they have the required qualifications and relevant experience to perform the Services.

The shortlisting criteria for single firm or a JV of group of firms are:

1. Proven experience and verifiable track-record working as a supervisor of ITS projects and/or infrastructure projects in the past 10 (ten) years;

2. Proven expertise in supervision of ITS projects, at least two (2) similar project references within last 7 (seven) years (references issued by the Employers should be presented in the EoI);

3. Knowledge of applicable national legislation, administrative system, government organization and related areas, is mandatory.

- The relevance of reference projects that may be considered to verify the track record of the Consultant shall be based on and shall include all of the following:

Implementation of traffic data collection system on highway, Implementation of traffic video surveillance system on highway (CCTV, incident management system, etc.), Implementation of programmable electronic signs with LED technology (VMS/DMS/VLS) on highway, Implementation of meteorological data collection system on highways, Implementation of traffic control centre for ITS.

- The credibility of mentioned experience shall be presented with at least two (2) similar project references within last 7 (seven) year with description of services provided (including information on contract value, contracting entity/client, project location/country, duration, assignment budget, percentage carried out by consultant in case of association of firms or subcontracting and main activities) and accompanied by certificates of orderly fulfilment of the contracts verified by other party from such contracts.

Key Experts will not be evaluated at this stage.

The criteria for evaluating the short listed firms are:

Criteria I General Profile of the Firm – 30 points

Criteria II Specific experience, qualification and competence related to the assignment / Experience in performance of similar assignment – 70 points

For Criteria I – “General Profile of the Firm - 30 points” the Consultant should demonstrate:

- Core Business and Years in Business

- General qualifications in the field of assignment (supervision)

For Criteria II– “Specific experience, qualification and competence related to the assignment / Experience in performance of similar assignment - 70 points” the Consultant should demonstrate proven experience for similar projects, of the same nature:

- Experience in international, national and regional projects in the field of the assignment

- Experience in Similar Projects – supervision of development and implementation of the Intelligent Transport Systems (proven with reference letters from employers)

The selected procurement method of the service will be Quality Cost Based Selection (QCBS) - Open International procedure, in accordance with the World Bank’s “Procurement Regulations for IPF Borrowers” dated July 2016, revised November 2017 and August 2018 (“Procurement Regulations”).

From the Consultant firms that will submit an Expression of Interest (EoI), the Client will assess the Expressions of Interest to determine the Shortlist based on selection Criteria stated in REoI. Qualifications of the Key staff (CVs including their qualifications) will not be evaluated at this stage. Upon determining the shortlist, the Client shall issue the letter of invitation to submit Proposals along with the request for proposals (RFP) document to all the Shortlisted firms. For QCBS method the WB Standard RFP will be used. The Technical and Financial proposal shall be submitted at the same time in two (2) separate and sealed (password protected) envelopes.

The attention of interested Consultants is drawn to Section III, paragraphs, 3.14, 3.16, and 3.17 of the World Bank’s “Procurement Regulations for IPF Borrowers” dated July 2016, revised November 2017 and August 2018 (“Procurement Regulations”), as amended, setting forth the World Bank’s policy on conflict of interest.

Consultants may associate with other firms to enhance their qualifications, but should indicate clearly whether the association is in the form of a joint venture and/or a sub-consultancy. In the case of a joint venture, all the partners in the joint venture shall be jointly and severally liable for the entire contract, if selected.

The eligible consulting firms (“Consultants”) can obtain further information from the Project Implementation Unit (PIU) of the Ministry of Transport and Communication, Attn: Mr. Slavko Micevski and/or Ms. Vlasta Ruzinovska, e-mail: slavko.micevski.piu@mtc.gov.mk; vlasta.ruzinovska.piu@mtc.gov.mk; procurement.piu.mtc@gmail.com; during office hours from 09:30 to 15:30. The procedure for expressing interest in providing the Services is strictly electronically as stated below.

The Terms of Reference in English language may be obtained by interested eligible consulting firms (“Consultants”) from the website of the national electronic system for procurement: “-//- ” (https://www.e-nabavki.gov.mk) and from the website of the Ministry of Transport and Communications: http://mtc.gov.mk/javniOglasi;

The eligible consulting firms (“Consultants”) must submit their Expression of Interest only by e-mail to the all below listed e-mail addresses (as readable PDF file in English language), on or before September 15, 2023, 15:30 p.m. Receipt of each Expression of Interest will be immediately confirmed.

Ministry for Transport and Communications - Project Implementation Unit

Attn: Mr. Slavko Micevski and/or Ms. Vlasta Ruzinovska – procurement officers

Street “Crvena Skopska Opstina”, Nr. 4, 1000 Skopje, Republic of North Macedonia

Tel: + 389 (0)2 3145 531; + 389 (0)75 494977

Web site addresses: http://mtc.gov.mk/javniOglasi; https://www.e-nabavki.gov.mk.

E-mail addresses (obligatory):

slavko.micevski.piu@mtc.gov.mk; vlasta.ruzinovska.piu@mtc.gov.mk; harita.pandovska@mtc.gov.mk; procurement.piu.mtc@gmail.com


Источник закупки

Перейти

Еще тендеры и закупки за эти даты

28-07-2023 SELECTION D’UNE ONG POUR LA MISE EN ŒUVRE DES ACTIVITES DE VACCINATION DES GROUPES PRIORITAIRES DANS LES DISTRICTS CIBLES DES REGIONS DE L’EXTREME-NORD, DE L’EST, SUD-OUEST-CAMEROUN.

28-07-2023 Consultancy Assignment for an Agency to Conduct Baseline Study for Empowered Women Prosperous Nepal (EWPN) Project.

28-07-2023 Early Years Nutrition and Child Development Project.

28-07-2023 Real Estate Registration Project.

28-07-2023 Second Agricultural Growth Project.

28-07-2023 Philippine Rural Development Project.





Copyright © 2008-2026, TenderGURU
Все права защищены. Полное или частичное копирование запрещено.
При согласованном использовании материалов сайта TenderGURU.ru необходима гиперссылка на ресурс.
Электронная почта: info@tenderguru.ru
Многоканальный телефон 8-800-555-89-39
с любого телефона из любого региона для Вас звонок бесплатный!

Портал отображает информацию о закупках, публикуемых в сети интернет
и находящихся в открытом доступе, и предназначен для юрлиц и индивидуальных предпринимателей,
являющихся участниками размещения государственного и коммерческого заказа.
Сайт использует Cookie, которые нужны для авторизации пользователя.
На сайте стоят счетчики Яндекс.Метрика, Google Analytics и LiveInternet,
которые нужны для статистики посещения ресурса.

Политика обработки персональных данных tenderguru.ru