Construction supervision services (Лаос - Тендер #49081817) | ||
| ||
Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Лаос (другие тендеры и закупки Лаос) Организатор тендера: Ministry of Public Works and Transport Номер конкурса: 49081817 Дата публикации: 11-12-2023 Сумма контракта: 222 753 690 (Российский рубль) Цена оригинальная: 3 700 000 (Доллар США) Источник тендера: Единая система закупок Европейского союза TED |
||
Implementation Support and Work Supervision (ISWS) Consultancy Services for Output and performance-based road contracts (OPBRC) for the Rehabilitation and Maintenance of National Road #2 East Section
Reference number: ISWS-OPBRC-NR2E-QCBS-2023The EIB/EU financing will support the improvement of the National Road 2(NR2) East from Oudomxay to Muang Khoua(99.1km) and the Oudomxay by-pass(8km) to meet the ASEAN Highway Class III standards, including widening of the road from 6m to 8m.
Services under this contract include Implementation Support and Work Supervision(ISWS) Services for the Rehabilitation, Improvement and Maintenance of NR2E Section under the Output and Performance-Based Road Contracts (OPBRC) for a 10 year period including 3 years for construction followed by 7 years of Operating and Maintenance(O&M) phase. Financing of the rehabilitation works will be from proceeds of EIB and EU, whereas maintenance shall be financed from the Road Fund of GoL. However, the ISWS services shall be required for 3 years of the road construction and the 1st year of O&M phase only.
The ISWS shall be responsible for supervision of Contractor performance including ensuring compliance with the E&S measures as required by the EIB and GOL.
Lao PDR, National Road 2 (NR2) East Section from Oudomxay to Muang Khoua and the Oudomxay by-pass road.
This selection process is governed by the applicable legislation of Lao PDR, including the remedy mechanism available to tenderers and the procedures for settlement of disputes. Consultants’ selection is carried out in line with EIB’s Guide to Procurement, based on the Quality and Cost Based Selection procedure. The contract shall be placed under Restricted Tendering with two-envelope system, without prequalification. The Scope of the Services shall include Implementation Support and Supervision of the following works performed by the Contractor(s) employed by the MPWT, Lao PDR: * Detailed Design * Rehabilitation& Improvement Works * Maintenance Services. The works and maintenance shall be carried out under Output-and Performance-based Roads Contract (OPBRC) which is designed to increase the efficiency and effectiveness of road asset management and maintenance.
1) Shortlisting Criteria are: Criterion 1 – General Experience in Implementation Support and Work Supervision - ISWS (25 points): General experience in works Supervision of rehabilitation and/or widening of national roads with asphalt concrete surface – number of years of experience demonstrated by the list of projects / contracts implemented. Criterion 2 – Experience in Large ISWS Contracts (20 points): Specific experience in supervision contracts on regular road rehabilitation and/or widening with a consultancy contract value of minimum 3 mill USD equivalent, successfully completed in the capacity of Lead Firm (i.e., individually or as lead member of JV) in the past 10 years; Criterion 3 – Experience in ISWS for Certain Type of Road Contracts (35 points): Specific experience in supervision contracts with a consultancy contract value of minimum 3 mill USD equivalent, under OPBRC / OPRC, PBC / PBMC and EPC / D&B road contracts with milestone payments, successfully completed in the capacity of Lead Firm (i.e., individually or as lead member of JV) in the past 10 years; Criterion 4 – Experience with E&S requirements in ISWS road contracts (20 points): Specific Experience in implementation of consultant contracts of a minimum of 3 mill USD of value and including implementation and/or monitoring of RAP, ESIA, ESMP for road construction, rehabilitation or maintenance successfully completed in the capacity of Lead Firm (i.e., individually or as lead member of JV) in the past 10 years.
2) Evaluation Methodology (Shortlisting) All EOIs shall be scored based on criteria and their weights as specified above. Minimum passing score for shortlisting is 70,0 points. The scoring matrix with detailed scoring criteria breakdown can be downloaded from MPWT’s Website (https://www.mpwt.gov.la). The above criteria shall be used to select the best 5-8 firms (shortlist), which shall then receive RFP / Tender Documents for preparation and submission of proposals. The Consultants will be evaluated based on the number of years for Criterion 1, while for Criterion 2, 3 and 4 based on the number of Contracts. If, as result of the above scoring, there will be more than 8 firms that scored over 70,0 points, the following additional criteria shall apply to select the best positioned firms / associations for the shortlist: Additional Criterion #1: Highest number of supervision contracts in South / Southeast Asia, and subsequentially Additional Criterion #2: Highest number of supervision contract on regular road maintenance for 2-year or longer time period. The contracts that shall be used for examination under the additional criteria shall be the same as contracts used for scoring under the 4 shortlisting criteria above. Additional criteria will be used to determine the number of 5-8 companies finally qualifying for the Shortlist. The firms with higher number of relevant contracts as per additional criteria shall get preference for shortlisting. Notes: 1) For each of the above 4 criteria, the Consultants will list their contracts separately. Maximum listed contracts for each criterion shall be 15. The template for Contract / Project Data Sheet to be used for each of the listed past contracts shall be downloaded from MPWT’s Website (https://www.mpwt.gov.la). The template is not mandatory but failure to reflect the complete information as required for evaluation and scoring shall be under Consultants’ own responsibility. 2) Experience of the Sub-consultants shall not be considered. Uncompleted assignments shall not be considered.
The Contract covers the rehabilitation works and O&M phases for an estimated total 48-months period with 3 years construction and 7 years of O&M period. Expected start date July 2024. The Contractor is required to deliver O&M services on the entire project road from day 1 of the contract period, to keep the road safe and open at all times for traffic movement of people and goods. Any completed road subsection should meet (or exceed) the same performance indicators specified for the O&M phase.
The Consultant shall prepare reports identifying the data for each contract separately. It is to be noted that implementation timeline of the different contracts may differ, as in particular works on the by-pass may start with several months delay compared to the works on NR2E.
This shall be a time-based contract. Payments shall be contingent on the satisfactory performance and timely submission of reports for the Client’s review and approval.
A consulting firm will be selected under the method of Quality and Cost-based Selection (QCBS) in accordance with the Guide to Procurement for projects financed by the EIB (September 2018 edition) which can be found at the following website: https://www.eib.org/en/publications/guide-to-procurement.htm#. A shortlist of firm will be established based on the submitted Expressions of interest and in line with the criteria as outlined above. A shortlist of 5 to 8 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. The attention of interested Consultants is drawn to Section 1.5 of the Guide to Procurement for projects financed by the European Investment Bank, setting forth the EIB’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 full ToR can be downloaded from MPWT’s Website (https://www.mpwt.gov.la).