Lao Road Sector Project 2 (LRSP2) ( - Тендер #46188831) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: международный Организатор тендера: The World Bank Номер конкурса: 46188831 Дата публикации: 15-09-2023 Источник тендера: Тендеры всемирного банка |
||
P158504
Lao Road Sector Project 2 (LRSP2)
Lao People"s Democratic Republic
OP00247462
Request for Expression of Interest
Published
AF-C2-25
Quality And Cost-Based Selection
English
Sep 30, 2023 17:00
Sep 14, 2023
Ministry of Public Works and Transport
Vanh Dilaphanh
Lanexang Avenue, Phonxay Village, Saysettha District, Vientiane Capital, Lao PDR
Lao People"s Democratic Republic
Lao People"s Democratic Republic
+8562099855389
https://mpwt.gov.la
Request for Express of Interest (REOI)
For Consulting Services for Feasibility Study, Detail Design and ESA Study for Improvement and Maintenance of Local Roads (Khammuan, Savannakhet, and Salavan Province)
( Consultant Firm Selection - Ref. No. QCBS-01-2023 / AF-C2-25 )
The Government of Lao Peoples Democratic Republic (GoL) applied for financing support from the World Bank’s (WB) International Development Association (IDA) to implement the Lao PDR Climate Resilient Road Connectivity Improvement Project (CRRCIP) in supporting the GoL in furthering its aim to strengthen its tertiary road network comprising district and rural roads in vulnerable provinces with high poverty districts. The aim is to provide climate-resilient, all-weather paved roads to improve year-around access to markets, educational institutions, health facilities for the rural inhabitants; thus, improving their livelihoods and quality of rural life. The Department of Roads (DOR) under the Ministry of Public Works and Transport (MPWT), the nodal agency of GoL for roads sector development and management, with support from other departments and agencies, will manage this project in coordination/consultation with the provincial level DPWT and the district level offices of Public Works and Transport (OPWT).
The CRRCIP will have the following components: Component 1: Climate Resilient Road Access; Component 2: Institutional Development; Component 3: Contingent Emergency Response Component. The
overriding objective of this assignment is to carry out the Detailed Design Feasibility and Engineering Study (DFES) of the component 1 of the project, which would indicatively include the
following broad activities:
i. Evolve the most optimal climate resilient design solution for the proposed project roads in terms of alignments and vertical profiles, pavement choices, bridge, and culvert structures so as
to maximize road safety and stakeholder satisfaction and minimize costs and to avoid or minimize E&S risks and negative E&S impacts from the road works on the local communities and
their environment.
ii. Carry out the preliminary engineering, economic, environmental, and social assessments of the proposed roads by initially carrying out existing document reviews, reconnaissance surveys,
stakeholder consultations, inventory surveys and visual road and bridge condition surveys and preliminary traffic studies. After due analyses, confirm with the Client the roads to be taken up
for detailed studies keeping budget constraints in mind; and agree all the design parameters options for engineering and E&S aspects.
iii. Carry out, based on agreed parameters, detailed studies of various aspects of engineering designs and road safety; environment and social assessments and prepare site specific ESMP, RAP,
LMP, EGDP, SEP, GAP, BWP, following the guidance outlined in the project’s Environmental and Social Management Framework (ESMF), Stakeholder Engagement Plan (SEP), which includes Ethnic Group
Development Plan (EGDP) and other E&S documents to be completed by a separate team of E&S Consultants before project appraisal. Then prepare the detailed engineering design for the
roads and bridge works and prepare detailed cost estimates. Carry out detailed economic and financial analyses and viability of the project based on these final costs.
iv. Assess appropriate approach for road improvement contracts and present the finding to DOR and the Bank for decision.
v. Prepare a procurement plan, contract packaging and further the necessary bidding/contract documentation for International/National Competitive Bidding, including the OPBRC Request for Bids
(RFB). Though it may be that the road improvements and maintenance would be implemented through OPBRC contracts road-wise or area-wide, other options like Item-rate contracts cannot be ruled
out. The competitive bidding process will be launched upon completion of this consultancy assignment. The contract documentation will also include the environmental, social, health, and safety
(ESHS) requirements described in the above-mentioned E&S documents approved by the WB and/or GoL.
The Consultant is expected to start the assignment in parallel with the first OPBRC Contractor, which is planned for March 2024. The duration of the assignment is 8 months. Total budget for the services is estimated at USD 800.000. The detailed Terms of Reference (TOR) for the assignment can be obtained at the address given below.
The Department of Roads (DoR) 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 Consultants are required to demonstrate availability of qualified international and
national staff to carry out the assignment in Lao PDR. Consultants are strongly encouraged to create JVs or sub-consultancy arrangements in this context. 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 shortlisting criteria are:
Criterion 1 (20%): Over 10 years of proven experience in carrying out and preparing feasibility studies, environmental and social assessments, and design for road construction/rehabilitation
projects.
Criterion 2 (20%): Over 5 years of such experience should be in rural/low volume roads sector. Such international l experience of at least 5 years especially in South/ South East Asia is a
strong asset.
Criterion 3 (20%): Minimum 3 contracts carried out in the past 10 years, performing feasibility studies and conceptual and detailed designs for a country’s road sector of comparable value,
scope and nature.
Criterion 4 (20%): Experience of feasibility studies and design under OPBRC, HPBRC, OPRC, DBMOT, DBFOT, PBMC or similar arrangement, successfully completed in the capacity of Lead Consultant
(individually or as lead member of JV) is an asset.
Criterion 5 (20%): Minimum 3 contracts of similar nature performed in the past 10 years for preparation of ESA for national road construction, rehabilitation and maintenance and working on
WB/ADB or any other internationally financed projects.
Expressions of Interest (EOIs) shall be submitted in English. Consultants are required to submit a maximum of 20 most (in total, not for each criterion) relevant past contract references for examination. Should the Consultants include more than 20 past references, Client shall examine and score only the first twenty listed references. Key Experts will not be evaluated at the shortlisting stage.
The attention of interested Consultants is drawn to paragraphs 3.14, 3.16 and 3.17 of the World Bank’s Regulations - Procurement in Investment Project Financing - Goods, Works, Non-Consulting and Consulting Services (July 2016, revised November 2020 edition), 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.
A consulting firm will be selected under the method of quality and cost-based selection (QCBS) in accordance with the said WB Procurement Regulations. A shortlist of firms will be established based on the submitted expressions of interest and in line with the criteria as outlined above. A shortlist of five to eight best qualified firms/associations shall be selected for the next phase of evaluation, based on the scores obtained. Shortlisted Consultants will be invited to submit full technical and finance proposal.
Further information can be found at the following website: http://mpwt.gov.la; http://ppmd.mof.gov.la or can be obtained at the address below during office hours from 8.00 to 16.00, Monday to Friday.
Expression of interest must be delivered to the address below before 17.00 (Local time of Vientiane Capital, Lao PDR, GMT+7) of 30 September 2023 (electronic submission is acceptable)
Department of Roads, Ministry of Public Works and Transport (DOR-MPWT)
Lanexang Avenue, Phonxai Village, Saysettha District, Vientiane Capital, Lao PDR.
Attention : Mr. Lamphoun Khounphakdy
Deputy Head of Road Adminsitration Division, Department of Roads ( DOR-MPWT )
E-mail to : proc.dpf.mpwt@gmail.com with Cc to : k_litta@yahoo.com, lamphounk@yahoo.com and ptisoulitha007@gmail.com