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


Mindanao Transport Connectivity Improvement Project (Филиппины - Тендер #71226476)


Поделиться

Для перевода текста тендера на нужный язык воспользуйтесь приложением:


Страна: Филиппины (другие тендеры и закупки Филиппины)
Организатор тендера: The World Bank
Номер конкурса: 71226476
Дата публикации: 11-03-2026
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

P177017

  • Project Title

Mindanao Transport Connectivity Improvement Project

  • Country

Philippines

  • Notice No

OP00430812

  • Notice Type

Request for Expression of Interest

  • Notice Status

Published

  • Borrower Bid Reference

C4-CS-01

  • Procurement Method

Quality And Cost-Based Selection

  • Language of Notice

English

  • Submission Deadline Date/Time

Mar 26, 2026 09:00

  • Published Date

Mar 09, 2026

  • CONTACT INFORMATION
  • Organization/Department

Roads Management Cluster II (Multilateral) - Department of Public Works and Highways

  • Name

Baguio Olivia M

  • Address

DPWH-NCR Compound, 2nd Street, Brgy 649, Port Area, Manila, 1018, Metro Manila

  • City
  • Province/State

Philippines

  • Postal Code
  • Country

Philippines

  • Phone

09958445727

  • Email

baguiolivia@yahoo.com.ph

  • Website
Details

REQUEST FOR EXPRESSIONS OF INTEREST

Consulting Services for the Project Management Consultant of

Mindanao Transport Connectivity Improvement Project (MTCIP)

Under IBRD Loan No. 9775-PH

Country: Philippines

Name of Project: Mindanao Transport Connectivity Improvement Project

Loan No. IBRD Loan No. 9775-PH

Assignment Title: Contract ID No. 26CSZ003, Consulting Services for the Project Management Consultant of Mindanao Transport Connectivity Improvement Project

Reference No. C4-CS-01

1. The Republic of the Philippines has received financing from the World Bank toward the cost of the Mindanao Transport Connectivity Improvement Project (MTCIP), and intends to apply part of the proceeds for consulting services for the Project Management of the MTCIP.

2. The consulting services (“the Services”) being procured via this REOI will support the PIU of DPWH for the MTCIP, and includes the following summary of the key responsibilities expected under these Services:

  • General project management support, including comprehensive project monitoring, reporting, and risk management, ensuring alignment with key project documents including the Project Appraisal Document (PAD), Loan Agreement and Project Operations Manual.
  • Technical Review of Consultants’ deliverables, and providing substantive feedback on deliverables from contractors and consultants to ensure quality.
  • Financial management support including preparation of financial management reports throughout the project’s implementation, and support to ensure that all disbursement and audit requirements are met by the end of the loan period.
  • Procurement and Contract Management support including review of key procurement documents to ensure compliance with World Bank and DPWH standards, and assistance throughout the procurement process, and contract oversight and documentation to meet World Bank and DPWH audit requirements.
  • Safeguards Coordination, Monitoring and Reporting to ensure that all environmental and social safeguards (ESF) documents and instruments for subprojects, are thoroughly reviewed and aligned with World Bank (WB) standards and relevant Philippines regulatory requirements, and implemented accordingly. In addition, the PMC will also oversee Road Right-of-Way payments to ensure they comply with Philippine laws and the WB ESF, including the project’s Resettlement Policy Framework.
  • Project Performance Monitoring System including the establishment of a system for tracking project activities using advanced project management and analytics tools to provide comprehensive oversight of project performance to facilitate decision making.
  • Project results monitoring data including collection of data at all project stages [baseline, annual (where applicable), closing period] including Road User Satisfaction Survey.
  • On-the-job-training for DPWH personnel involved in implementing and overseeing the Project.
  • Ad-hoc technical support including annual drone-based monitoring surveys along the selected roads to enable evidence-based reporting, preparation and implementation of a Communications Plan to support stakeholder engagement, and benefits monitoring.
  • Road Safety Audit - Conduct a pre and post construction Road Safety Audit for both the Main Corridor and Link Roads, and Road Safety Audits during the design, civil works, and post construction phase. The Road Safety Auditor (RSA) functions are distinct from, and not subordinated to, the PMC’s general assistance functions, and outputs shall be prepared and submitted as stand-alone reports directly to the IA through the PIU.
  • Advisory services - provide guidance to the PIU on the actions to be taken to address challenges and improve project implementation should there be any significant project implementation issues, constraints and risks.

The Terms of Reference (TOR) can be accessed through the link below:

https://tinyurl.com/MTCIP-PMC-TOR

The type of Contract will be Time-Based and the Contract Duration will be sixty-six (66) months This period is designed to cover the full implementation of the project components.

3. The Department of Public Works and Highways (DPWH) 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 shortlisting criteria are summarized below:

  • Must have completed minimum of two (2) similar consultancy services contracts (within the last twenty (20) years, from January 2006 to EOI submission deadline) involving Project Management Consultancy Services for projects involving major civil works procured under ODA financing. In case of Joint Venture, the JV shall collectively meet the above requirement of minimum 2 similar contracts. Experience of such services involving Roads and/or Bridges projects and within Southeast Asia is an advantage.
  • ONLY consulting services contracts of the Main Consultant/JV Member for which they were legally contracted as a Main Consultant/JV Member shall be considered.
  • The Firm should have been in business for at least the last ten (10) years. In case of Joint Venture, this requirement is applicable to each JV Member.
  • The Firm must have ISO 9001:2015 (Quality Management System) Certification, preferably with ISO 14001:2015 (Environmental Management System) Certification. In case of Joint Venture, either the ISO Certification of the LEAD partner or the JV Partner/s shall be considered.
  • The participating firms’ sub-consultants shall NOT be evaluated.
  • The Firm shall provide the Signed Contract Agreement and/or Taking-Over Certificate, Contract Completion Certificate or Performance Certificate, in sufficient detail to verify the contract name, cost and duration. If the document is written other than in English, an accurate certified translation of these documents in English shall be provided.
  • Key Experts will not be evaluated at the shortlisting stage.

4. Guidance on the contents of EOI (Please see Annex A).

5. Interested Consultants shall strictly adhere to Section III, paragraphs, 3.14, 3.16 and 3.17 of the World Bank’s Procurement Regulations for IPF Borrowers, dated September 2023 (“Procurement Regulations”), setting forth the World Bank’s policy on conflict of interest.

6. 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 members shall be jointly and severally liable for the entire contract, if selected.

7. A Consultant will be selected in accordance with Quality and Cost-Based Selection method (QCBS) set out in the above-named Procurement Regulations.

8. Further information can be obtained at the address below during office hours, 7:00 A.M. to 4:00 P.M. (Philippine Time).

Atty. RIO T. ESPIRITU

OIC–Undersecretary for Support Services and Concurrent Assistant Secretary for Support Services

Chairperson, BAC for Consulting Services (BACCS)

Bonifacio Drive, Port Area, Manila

Tel. No. (+632) 5304-3528

Email: espiritu.rio@dpwh.gov.ph

or

MA. VICTORIA S. GREGORIO

Director, Procurement Service

DPWH Central Office

Bonifacio Drive, Port Area, Manila

Tel. No. (+632) 5304-3259

Email: gregorio.ma_victoria@dpwh.gov.ph

9. Expression of Interest must be delivered in a written form and received to the address below (by personal delivery or courier) not later than March 26, 2026 at 09:00AM (Philippine Time).

Department of Public Works and Highways

Bids and Awards Committee for Consulting Services

Attention:

Atty. RIO T. ESPIRITU

OIC–Undersecretary for Support Services and

Concurrent Assistant Secretary for Support Services

Chairperson, Bids and Awards Committee for Consulting Services (BACCS)

5th floor, Room 502, Bonifacio Drive, Port Area, Manila 1018

Tel No. +632-5304-3023 / +632-5304-3266

Email: espiritu.rio@dpwh.gov.ph

Atty. RIO T. ESPIRITU

OIC–Undersecretary for Support Services and

Concurrent Assistant Secretary for Support Services

Chairperson, Bids and Awards Committee for Consulting Services (BACCS)

S.O. No. 51, s. 2026

Date Signed:­­___________________

ANNEX A – Guidance on the Contents of EOI

4.1 EOIs to be submitted in one (1) original hard copy, ‘and’ one (1) PDF electronic copy in flash drive (note: original hard copy shall prevail in the evaluation) within the stated deadline and address as specified in the main text of REOI. An EOI for this consultancy assignment must be submitted in a separate sealed envelope marked (outside of the envelope):

“EOI for Consulting Services for the Project Management Consultant of Mindanao Transport Connectivity Improvement Project under IBRD Loan No. 9775-PH;

Submission Date: ____________ (DD/MM/YYYY);

Submitted By: ______________ (Name of Firm)

4.2 EOIs should have a maximum of 50 pages only (excluding supporting documents). EOI format:

  • Font Style: Verdana
  • Minimum Font Size: 10
  • Single Line Spacing
  • Paper Size: A4
  • Put pagination in the lower right corner of the paper
  • All pages must be signed by Authorized Representative

4.3 Each EOI needs to include the following:

4.3.1 A cover letter expressing interest in the services and briefly stating the contract name and contract ID number. (should be maximum 3 pages)

4.3.2 Firm’s overall profile (should be maximum 20 pages). Should include the following but not limited to Organizational Structure, Overall Organizational Structure, Information on Manpower with technical and professional competence necessary for successful implementation of the Assignment, and the information below:

Consultant

Name

Acronym

Country of

Incorporation

Role

[Sole Firm / Lead

JV Partner/JV Partner/

Sub-Consultant]

Contact Details

of the Firm

[Tel. No., Email,

Fax No.]

Year of Business

Establishment,

Key business

fields

4.3.3 Firm’s Director or Manager or Equivalent Position: authorization letter/letter of appointment

4.3.4 Experience of the Firm in tabular form below, applied to Similar Experience, and Geographical Competence Experience. List the most relevant projects with largest contract cost first. Minimum Details should include the following but not limited to (should be maximum 30 pages):

Project Reference No. XX

Experience of:

(Insert Name of Consulting Firm)

Contract/Project/Assignment Title and Number:

(Insert complete contract name/title/number)

Country of Assignment/Name of project site

Contract Cost

(Insert Currency and Amount)

Contract Cost % Share / Amount Paid to your Firm

(Insert % of share in the Consulting Services Contract or Amount Paid to your Firm. ONLY amount paid to the Firm shall be considered)

Contract Signing Date

(DD/MM/YYYY)

Contract Duration

(Insert Months)

Start Date

(DD/MM/YYYY)

Completion Date

(DD/MM/YYYY)

Client / Employer

(Insert Name, Contact Information, Full Address)

Funding Source

Role in the Project/Assignment

(Specify whether Sole Firm / Lead JV Partner/ JV Partner/ Sub Consultant)

Brief Description

(Insert brief description of consultant’s role/involvement/tasks in the assignment, number of man-months, project description, output/deliverable, etc.)

4.3.5 Appendix/Attachments (will not be part of the page limit):

  • Certificate of Incorporation of the JV member (for each member)
  • Certificate of Incorporation of the Firm
  • Letter of Association
  • Documentary evidence showing year of business establishment, business fields
  • ISO Certifications
  • Signed Contract Agreement and/or Taking-Over Certificate, Contract Completion Certificate or Performance Certificate of the Single Largest Consulting Services Contract

---------------------------------------------------(Nothing Follows)---------------------------------------------------


Источник закупки

Перейти

Импорт - Экспорт по стране Филиппины

Кроме мониторинга зарубежных тендеров для ведения успешного бизнеса изучите информацию о стране: какая продукция экспортируется и импортируется и на какие суммы. Определите коды ТН ВЭД интересующей вас продукции.

Экспорт Импорт




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