Philippines Seismic Risk Reduction and Resilience Project (Филиппины - Тендер #70041200) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Филиппины (другие тендеры и закупки Филиппины) Организатор тендера: The World Bank Номер конкурса: 70041200 Дата публикации: 17-01-2026 Источник тендера: Тендеры всемирного банка |
||
P171419
Philippines Seismic Risk Reduction and Resilience Project
Philippines
OP00415771
Request for Expression of Interest
Published
PH-DPWH-CS-INDV-CAPB
Individual Consultant Selection
English
Feb 05, 2026 09:00
Jan 15, 2026
Department of Public Works and Highways
Soledad R. Florencio
Bonifacio Drive, Port Area, Manila 1018
Philippines
Philippines
+63 923 166 6095
www.dpwh.gov.ph
REQUEST FOR EXPRESSIONS OF INTEREST (REOI)
Capacity Building Specialist for the Implementation of Philippines Seismic Risk Reduction and Resilience Project (PSRRRP) under IBRD Loan No. 9251-PH
| Country | Philippines |
| Name of Project | Philippines Seismic Risk Reduction and Resilience Project (PSRRRP) |
| Loan No/Credit No/ Grand Number | International Bank for Reconstruction and Development (IBRD) Loan No. 9251-PH |
The Republic of the Philippines (“the Client”) has received financing from the International Bank for Reconstruction and Development (IBRD) (the “Bank”), through the World Bank toward
the cost of IBRD Loan No. 9251-PH: Philippines Seismic Risk Reduction and Resilience Project (PSRRRP) and intends to apply part of the proceeds for consulting services.
The consulting services (“the Services”) include project implementation support to the Department of Public Works and Highways, Unified Project Management Office – Buildings and Special Projects Management Cluster (DPWH, UPMO-BSPMC), Project Implementing Unit (PIU) as the Capacity Building Specialist (“the Consultant”). The Consultant will play a central function in strengthening the newly established Capacity Building Unit (CBU) within the PIU and is required to provide expert guidance in developing and implementing capacity-building activities through the review of Capacity Building Plans/Project Work Plans, Terms of References (TORs) for proposed capacity building activities, evaluation of workshops and trainings, and other responsibilities as stated in the TOR attached to this REOI. The assignment is expected to commence upon finalization of contractual arrangements and requisite approvals, with a duration of twenty-four (24) calendar months.
The Client, through the Department of Public Works and Highways, Unified Project Management Office - Buildings and Special Projects Management Cluster (DPWH, UPMO-BSPMC), now invites eligible individuals (“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 (with description of experience in similar assignments, similar conditions, etc.). Firms’ staff may express interest through the employing firm for the assignment and, under such situation, only the experience and qualifications of individuals shall be considered in the selection process.
The criteria for selecting the Consultant are:
Academic Qualifications and Experience
- Master’s degree in Management, Public Administration, Engineering or other relevant discipline with trainings/professional certification relative to Disaster Risk Reduction and Management (DRRM);
-Minimum of five (5) years of experience in conceptualization, formulation, and execution of capacity building programs specifically for emergency preparedness and response or disaster risk management; and
-Experience in international projects for disaster and emergency preparedness and response.
The attention of interested Consultants (including firms) is drawn to paragraph 3.14, 3.16 and 3.17 of the World Bank’s Procurement Regulations for IPF Borrowers dated November 2020 (“the Regulations”), setting forth the World Bank’s policy on conflict of interest. Additionally, the World Bank requires that Clients, as well as bidders, suppliers, contractors and consultants observe the highest standard of ethics during the procurement and execution of contracts according to the Attachment 1 ‘World Bank Policy – Corruption and Fraudulent Practices’.
Further information can be obtained at the address below during office hours 07:00AM to 04:00PM (PH Time).
| SOLEDAD R. FLORENCIO | MA. VICTORIA S. GREGORIO |
|
DPWH-NCR Compound, 2nd Street, Port Area, Manila 1018 |
DPWH Central Office, Bonifacio Drive, Port Area, Manila 1018 |
| Project Director, BSPMC-UPMO | Director, Procurement Service |
| Tel. No.: (02) 5304-3999 | Tel. No.: (02) 5304-3122 |
|
E-mail: florencio.soledad@dpwh.gov.ph |
E-mail: gregorio.ma_victoria@dpwh.gov.ph |
Expressions of Interest shall be submitted in written form and must be accompanied by the requisite documentary requirements, which shall be placed in two (2) separate sealed envelopes:
(Envelope 1) Appendix A – Submission Form with Curriculum Vitae and supporting documents, and (Envelope 2) Appendix B – Quotation Form. The submissions must be duly delivered, either by
hand or by mail, to the address stated below on or before 05 February 2026 at 9:00 a.m. (Philippine Time). Any submission received thereafter shall be rejected.
|
Department of Public Works and Highways
Attention: |
The Terms of Reference and pertinent attachments are accessible through the following link:
https://drive.google.com/file/d/1Na9VPwWG0cj94-EBH70W9nDn7wkdHTOT/view?usp=drive_link