expression of interest - firms · national highway (snh) standards fully in line with the...
TRANSCRIPT
Expression of Interest Document for
Procurement, Monitoring and Supervision Consultant (PMSC)
Department of Roads Ministry of Works and Human Settlement Thimphu: Bhutan
1 | P a g e
Poverty Alleviation through Road Development in Southern Bhutan- ORIO09/BH/21I
Contents A. Notice Inviting Expression of Interest .................................................................................................... 2
B. Instructions for Submission of Expression of Interest ............................................................................... 4
C. Draft Terms of Reference (TOR) ............................................................................................................. 5
D. Evaluation of Consultant‟s EOI Application ............................................................................................ 20
E. EOI Formats ........................................................................................................................................ 21
Expression of Interest (EOI) .................................................................................................................... 22 Applicant‟s Information ............................................................................................................................ 26 Applicants Annual Turnover from Consulting Services Assignments ..................................................... 27 Project Sheets ......................................................................................................................................... 28
2 | P a g e
Poverty Alleviation through Road Development in Southern Bhutan- ORIO09/BH/21I
A. Notice Inviting Expression of Interest
ROYAL GOVERNMENT OF BHUTAN
MINISTRY OF WORKS & HUMAN SETTLEMENT DEPARTMENT OF ROADS
ORIO-RGOB PROJECT THIMPHU: BHUTAN
Notice Inviting Expression of Interest (EOI) for Procurement,
Monitoring & Supervision Consultants (PMSC)
Deadline for submission of EOI: September 09, 2013
1. The Royal Government of Bhutan (RGoB) through the Gross National Happiness Commission
(GNHC) has received a grant from the Facility for Infrastructure Development (“ORIO”) of the
Netherlands for project ORIO09/BH/21I “Poverty Alleviation through Road Development in
Southern Bhutan”, for the development of road from Dalbari to Dagapela (0.00-80.58 km). The
project comprises of new construction (59.36 km, including 5 bridges), upgrading (21.22 km), use
and maintenance (4 years) of a road (80.58 km total length). The road will be developed to
secondary national highway standard (7.5 m formation width, 3.5m paved carriage way) in keeping
with Environment Friendly Road Construction (EFRC) principles and practices. The project will
establish a new north-south corridor by linking the existing Daga-Sunkosh road in the North to the
Lamoizingkha- Kerabari road in the South.
2. The Department of Road (DoR) under the Ministry of Works and Human Settlement (MoWHS) is the
Procuring Agency (PA) which has established a Project Coordination Office (PCO) for the Project
headed by Project Coordinator. The PCO will be supported by two Project Management Units
(PMUs) headed by respective Project Managers.
3. The Procurement, Monitoring and Supervision Consultant (PMSC) will be engaged to facilitate the
effective project implementation and its operation and maintenance. The PMSC will work under the
general supervision of PCO and PMU of the project, and will assist the project in (i) Procurement of
works, (ii) Supervising overall project implementation and operation and management, (iii) ensuring
proper monitoring of project activities, and (iv) organizing EFRC and control blasting training and
awareness programs.
4. The Procuring Agency (PA), intends to utilize part of the grant for hire of PMSC services and would
like to engage reputed consulting firms for the same.
3 | P a g e
Poverty Alleviation through Road Development in Southern Bhutan- ORIO09/BH/21I
5. The PA therefore invites Expression of Interest (EOI) from eligible consulting firms to provide the
consulting services for PMSC assignment of 48 months spread over a period of 7 years from 2013-
2020. It is estimated that the services will require inputs of about 299 person-months of
international/national consultants as detailed in the Terms of Reference (TOR)
6. This Notice Inviting Expression of Interest, EOI document and the Draft Terms of Reference (TOR)
including project details can be downloaded free of cost from Ministry of Works & Human Settlement website www.mowhs.gov.bt and DG Market‟s website www.dgmarket.com.
7. The completed EOI document should be submitted to the office of the Project Coordinator at the address below not later than 1100 hrs on 9
th September, 2013 and shall be opened on the same day
at 1400 hrs in the Chamber of Director, DoR, MoWHS. The envelope containing the EOI must be clearly marked as “EOI Application for short-listing for Procurement, Monitoring and Supervision Consultants (PMSC)”. EOIs submitted electronically will not be accepted.
Address:
Director, Department of Roads, MoWHS, Thimphu: BHUTAN Telephone No: +975-02- 321434; Fax: +975-02-330028 Email:
8. Interested consultants may form a joint venture (JV) or an association for expressing interest. When expressing interest, a JV or an association must nominate one firm as the lead firm who will interact directly with the PA as the appointed representative of the JV or association.
9. The firm, JV or association having extensive experience in project management support services in similar assignment will be primarily evaluated on its management (20%), technical competence (70%) and geographical experience (10%). The consultant will be selected and engaged under the Quality and Cost -Based Selection (QCBS) method in accordance with the Standard Request for Proposal (SRFP) of Royal Government of Bhutan and “Minimum Conditions for Effective International Competitive Bidding” in the OECD‟s „Good Procurement Practices‟.
10. The name and the address of short listed firms will be published in Ministry of Works & Human Settlement website www.mowhs.gov.bt and DG Market‟s website www.dgmarket.com. Only the short listed consultants will be invited to submit Technical and Financial proposals for the consulting service assignment.
11. The expected commencement date for the service is first week of December, 2013 and the completion date is December, 2020.
12. The Procuring Agency reserves the right to accept or reject any/all EOIs and cancel the notification without assigning any reasons.
Director,
Department of Roads,
Ministry of Works and Human Settlement,
Thimphu.
4 | P a g e
Poverty Alleviation through Road Development in Southern Bhutan- ORIO09/BH/21I
B. Instructions for Submission of Expression of Interest 1. Expression of Interest may be submitted by a firm, association, or a joint venture of consulting
firms. For short-listing purposes, the combined experience of an association or a joint venture will
be evaluated.
2. Expression of Interest should contain following information:
(i) A covering letter addressed to the Representative of the client given below on the official
letter head of company duly signed by authorized signatory.
(ii) Applicants shall provide the following information in the respective formats given in the
EOI document:
• Expression of interest as per format (Annex-1)
• Applicant‟s Information as per format (Annex-2)
• Applicant‟s Annual Turnover as per format (Annex-3)
• Project Sheets (Annex-4)
The evaluation of EOI applications will be based on the information provided.
Therefore applicants are requested to supply all information requested in the respective formats.
If EOI is submitted by the association or joint venture of two or more firms then the information in
Annex-2 and Annex-4 should be provided in respective formats in the name of each member of
the association or joint venture.
3. Applicants may submit additional information with their application but short listing will be based
primarily on the evaluation of information requested and included in the formats provided in the
EOI document.
4. Projects completed between January, 2000 to December, 2012 will be considered for evaluation
irrespective of the project start date.
5. The Expression of Interest (EOI) document must be duly completed and submitted on or before
the date mentioned in the “Invitation notice” to the underlying address below in sealed envelope
and should be clearly marked as “EOI Application for Short-listing for Procurement,
Monitoring and Supervision Consultants (PMSC)”. The Envelope should also clearly indicate
the name and address of the Applicant.
Address:
Director, Department of Roads, MoWHS, Thimphu: BHUTAN Telephone No: +975-02- 321434; Fax: +975-02-330028 Email:
6. In case the submission date falls on public holiday the submission can be made on the next
working day. Any EOI Document received after the closing time for submission of proposals shall
not be considered for evaluation.
5 | P a g e
Poverty Alleviation through Road Development in Southern Bhutan- ORIO09/BH/21I
C. Draft Terms of Reference (TOR)
1. Background
The Royal Government of Bhutan (RGoB) through the Gross National Happiness Commission (GNHC)
has received a grant from the Facility for Infrastructure Development (“ORIO”) of the Netherlands for the
Project ORIO09/BH/21I “Poverty Alleviation through Road Development in Southern Bhutan”. The
Department of Roads (DoR) under the Ministry of Works & Human Settlement (MoWHS) is the designated
authority within the Royal Government of Bhutan in charge of implementing the project. The project
entails the construction and maintenance of a new road connecting Dalbari to Geserling in Dagana
Dzongkhag (59.36 km) including construction of RCC bridges (5 nos) and improvement of Gesarling to
Dagapela (21.22 km) Dzongkhag road and other structures. The road will be developed to Secondary
National Highway (SNH) standards fully in line with the Environmental Friendly Road Construction (EFRC)
guidelines. Improved road access and connectivity resulting from this project will contribute to economic
growth and social development in the remote Southern Dzongkhags of Dagana in particular and is
expected to also have a positive effect on the livelihood development potentials in other upstream
Dzongkhags.
2. Objectives
The long-term objectives of the project are (i) poverty alleviation, (ii) increased social welfare and (iii)
accelerated economic development, primarily benefiting the population of Dagana Dzongkhag and
secondarily the people of upstream Dzongkhags. The short-term objective of the project is to connect
Dalbari to Dagapela by a secondary national highway, ready to use by 2016, in order to:
i. Shorten travel time and reduce transport costs
ii. Improve access to production inputs and markets
iii. Accelerate development of private enterprise
iv. Improve access to public services.
The project is intended to construct a new road (59.36km) & bridges (5 nos), upgrade an existing road
(21.22 km) to Secondary National Highway Standard and operate and maintain the road for 4 years after
completion. The main components of the Implementation Phase are defined below:-
A. Construction Phase
1. Section A: Construction of road from Dalbari – Odalthang (29km) including 2 bridges
2. Section B: Construction of road from Odalthang – Gesarling (20km) including 3 bridges
3. Section C: Construction and Up-gradation of road from Gesarling – Dagapela (10.36km new road
& upgrade existing Dzongkhag road to SNH standard (21.22km)
6 | P a g e
Poverty Alleviation through Road Development in Southern Bhutan- ORIO09/BH/21I
B. Operation and Maintenance Phase
Operation and maintenance of above roads for 4 years including the defect liability period.
3. Scope of the Consultancy Services
The services to be provided by the consultant shall include the following:
A. Procurement Assistance
(a) Prior to bid submission for the civil works contract packages, the consultants will:
(i) Assist Project Coordination Office (PCO) of DoR to prepare & finalize the bidding
documents, evaluation and qualifications criteria, and in obtaining approval from ORIO-
EVD Netherland.
(ii) Assist PCO, DoR to procure civil works under international competitive bidding (ICB)
procedures, using a single stage, two envelope system.
(iii) Assist PCO, DoR in conducting pre-bid meetings, answer contractor queries regarding
bidding documents, and issue bid addenda as necessary.
(iv) Conduct 1 (one) day workshop for interested bidders on preparation of bids in line with
the project requirement. The workshops shall cover the presentation on type of contract,
components of contract document including EFRC items, duration, liability, performance,
quality so on and so forth.
(b) Following submission of bids, the consultants will assist PCO, DoR to:
(i) Carry out qualification evaluation of the bidders without opening the financial bids, and
recommend qualified contractors.
(ii) Evaluate the financial proposal of the qualified contractors.
(iii) Undertake contract negotiations and in preparation and signing of final contract
documents with successful bidders.
(iv) Obtaining necessary approvals from ORIO-EVD Netherland and other agencies
B. Monitoring and Supervision Works (MSW)
1. The primary task of the MSW is monitoring, and supervision of contracts under the project.
2. The MSW will be specifically responsible for carrying out the following key functions:
i. Plan, coordinate and monitor project activities
ii. Supervision of construction works
- instruct and supervise contractors
- provide specialized expertise (controlled blasting, material testing, environmental
protection, social impact monitoring)
7 | P a g e
Poverty Alleviation through Road Development in Southern Bhutan- ORIO09/BH/21I
- provide controlled blasting training to DoR engineers and Contractor‟s engineers
- control quality of works
- inspect completed works
- commission completed works
iii. There are few rocky stretches which are un-designed due to inaccessibility. The
Consultant should carry out the field design of the un-designed portion along those
stretches during formation cutting. The length of un-designed stretch is close to about
6000 meters starting from chainage 20+480 to 49+620 in Road Section A and B. The
total un-designed stretch under Section A is approximately 1500 meters starting from
chainage 20+480 to 29+560 and Section B is approximately 4500 meters starting from
chainage 29+560 to 49+620.
iv. Supervise and monitor subcomponent construction progress and ensure quality and
timeliness of the deliverables/outputs;
v. Assist the implementing agencies in measuring, checking and certifying completed
works;
vi. Carryout joint measurements and review billing along with PMUs, PCO and Contractor‟s
representatives.
vii. Assist in material testing and certification of quality.
viii. Review and approval of shop/fabrication drawings (if any), construction methodology,
temporary works, staging etc of the bridge works.
ix. Ensure safe working procedures and enforce them.
x. Prepare a comprehensive commissioning plan for each sub-project;
xi. Supervise commissioning as well as defects liability period activities;
xii. Report progress to the implementing agencies, and PCO and provide feedback on
quality assurance and control issues
xiii. Coordinate with the private contractors in clearing road-blocks and obtaining required
clearances from various government agencies during the construction and
commissioning phase;
xiv. Assist the implementing agencies in maintaining fund flows, payments to the contractors,
books and work records;
xv. Ensure that the project works are carried out in accordance with ORIO-RGoB
environmental, social, and resettlement safeguards and policies;
xvi. Incorporate findings and supporting data in the project completion report, in accordance
with a schedule and terms of reference to be mutually agreed by the government and
ORIO-EVD Netherlands;
xvii. Check and approve as-built drawings
xviii. Compile a comprehensive Final Completion Report; and
8 | P a g e
Poverty Alleviation through Road Development in Southern Bhutan- ORIO09/BH/21I
xix. Other activities as requested by the PCO and PMUs.
4. Reporting Requirement
The Consultant shall submit the following reports both in hard and soft copies during the course of the
services:
1. Inception Report
This report will describe Consultant‟s overall understanding of the Project and implementation issues
within one month from the commencement of their services. Consultant to submit 3 copies to PCO and
one copy to ORIO-NL EVD
2. Monthly progress report
Consultant to submit monthly progress report within first week of next month describing the activities
taken place during that month and documenting other information like Consultant‟s personnel deployment,
support received from Client and other relevant information. Monthly reports are not required to be
submitted at the time of submission of Inception report, Quarterly progress report and the Annual Reports.
Consultant to submit 3 copies to PCO and one copy to ORIO-NL EVD.
3. Quarterly Progress Report
Quarterly Progress Report within fifteen days after end of quarterly period briefly describing the project
activities undertaken during the reporting period, financial situation, contracts progress, adherence or
changes to project implementation schedule, problems and constraints, suggested remedial actions,
planned activities and expenditure forecast for the next four (4) months period. Consultant to submit 3
copies to PCO and one copy to ORIO-NL EVD
4. Annual Report
Annual Report to be submitted within two weeks after the end of each fiscal year. This report to briefly
describe the major project activities undertaken during the fiscal year, financial planning made and
achieved, contracts progress, any major variations/changes made to the project, planned activities and
expenditure forecast for the next fiscal year. Consultant to submit 3 copies to PCO and one copy to
ORIO-NL EVD
5. Project Completion Report
This report to be submitted at the end of the project describing status of all the project components,
financial situation, and any other major events need to be documented. Consultant to submit 3 copies to
PCO and one copy to ORIO-NL EVD.
5. Training in the implementation phase
The training in the implementation phase concerns;
i. Control blasting techniques
ii. Environment Friendly Road Construction techniques
9 | P a g e
Poverty Alleviation through Road Development in Southern Bhutan- ORIO09/BH/21I
The training will be conducted by the Supervisory TA team and will target engineers and technical staff of
DoR and project contractors. The Supervision Consultant shall provide the participants with training
manuals but not necessarily stationeries, plant saplings and blasting materials required for EFRC and
Control blasting training. The Project Coordination Office shall assist the Consultant in arranging these
training materials including identification of training venue.
i. Controlled Blasting training
The project includes quarter, half and full tunneling which is new to Bhutan, so the knowhow of
advanced blasting techniques and practices has to be introduced. The control blasting training
will be conducted by the internationally recruited Controlled Blasting Expert. The training subject
shall include blasting design, quarter, half and full tunneling techniques, safety procedures etc for
a duration of 5 (five) days. The expected numbers of trainees are 15 from DoR and 15 from
project contractors. The trainees will be divided in two groups, one to be trained at the southern
(Dalbari-Odalthang) road section and other to be trained at the northern (Odalthang-Dagapela)
road section.
ii. EFRC training
The EFRC training will be conducted by the Chief Technical Advisor and Senior Civil Engineer.
The trainees will be divided in two groups, one to be trained at the southern (Dalbari-Odalthang)
road section and other to be trained at the northern (Odalthang-Dagapela) road section. The
training duration is 5 days and training subject shall cover; use of appropriate machineries, post
formation cutting works, methodology of excavation, water management, bio-engineering, quality
assurance etc.
The additional costs for training like fooding, refreshment and transports shall be met from the project‟s
training budget.
6. Requirement of Consulting Firm
The services required to be provided is 48 months (3 months for procurement phase, 33 during
implementation and 12 months for O&M phase) after the commencement of the project. However, not all
key experts shall be required for all 48 months (Refer project key expert inputs given in the subsequent
table)
A. Project Key Personnel
The input of key experts in person-months is provided in Table below:
SN Position/Expertise Qty Person-months Total person-months
10 | P a g e
Poverty Alleviation through Road Development in Southern Bhutan- ORIO09/BH/21I
I Implementation Phase
A. Procurement of works
1 Chief Technical Advisor (Team Leader)
National/International 1 3 3
B. Construction
1 Chief Technical Advisor (Team Leader)
National/International 1 12 12
2 Senior Civil Engineer 1 33 33
3 Materials Engineer 1 33 33
4 Controlled Blasting Expert
(International) 1 6 6
5 Environmental Engineer 1 6 6
6 Social Impact Advisor 1 2 2
7 Supervisory Engineer 3 33 99
8 Junior Engineer 3 33 99
II Operation & Maintenance Phase
1 Chief Technical Advisor 1 1 1
2 Senior Civil Engineer 1 2 2
3 Environmental Engineer 1 1 1
4 Social Impact Advisor 1 2 2
The tentative yearly man-months input of key experts required during the procurement, implementation
and operation and maintenance phase are shown below.
Key Experts Procure
ment
Phase
Implementation Phase Operation & Maintenance Phase
2013 2014 2015 2016 2017 2018 2019 2020
Chief Technical
Advisor (Team
Leader)
National/Internati
onal
3 4 4 4 1
Senior Civil
Engineer
12 12 9 2
Materials
Engineer
12 12 9
11 | P a g e
Poverty Alleviation through Road Development in Southern Bhutan- ORIO09/BH/21I
Controlled
Blasting Expert
(International)
2 4
Environmental
Engineer
2 2 1
Social Impact
Advisor
1 1 1 1
Supervisory
Engineer
12 12 9
Junior Engineer 12 12 9
B. Qualification & Experience of Key Experts
Qualification & Experience requirements for key experts of the consultant are as suggested below:
1. Chief Technical Advisor (CTA) National/International
a) Qualification
Minimum: Bachelors degree in civil engineering
Preferable: Post graduate degree in civil engineering or its
related discipline.
b) Total Professional
Experience
10 years minimum
c) Project-related Experience
Minimum 10 years experience as CTA/Team Leader/Project
Manager in supervision or contract administration of large
highway or road and bridge construction contracts,
preferably having managed multiple contracts.
Should have a sound knowledge of International Competitive
Bidding and RGoB procedures.
Good Knowledge of EFRC practices
d) Overseas/Country
Experience
Preferably with substantial experience in Himalayan
mountainous conditions/Bhutan
e) Others
Must be fluent in English
Have good knowledge of computer and other project
management skills.
2. Senior Civil Engineer
a) Qualification Minimum: Bachelors degree in civil engineering
Preferable: Post graduate degree in civil engineering or its
12 | P a g e
Poverty Alleviation through Road Development in Southern Bhutan- ORIO09/BH/21I
related discipline.
b) Total Professional
Experience
10 years minimum
c) Project-related Experience
Minimum 5 years experience as Team Leader/Project
Manager in supervision or contract administration of large
highway or road and bridge construction contracts,
preferably have managed multiple contracts.
Good knowledge on EFRC applications, bio-engineering
skills and Project Management expertise
d) Experience in regions
similar to the project areas.
Minimum 5 years
e) Others
Must be fluent in English (exclusion criterion)
Have good knowledge of computer and software (e.g
AUTOCAD)
3. Controlled Blasting Expert (International)
a) Qualification Minimum: Bachelors degree in engineering with specific
training on blasting/tunnelling
b) Total Professional
Experience
10 years minimum
c) Project-related Experience Minimum 5 years
d) Overseas Experience in
similar circumstances
Minimum 2 years
e) Others Must be fluent in English and have worked in road tunnelling
projects
4. Materials Engineer
a) Qualification Minimum: Bachelors degree in civil engineering
b) Total Professional
Experience
5 years minimum
c) Project-related Experience
Minimum 2 years experience as Material Engineer and with
wide experience of various testing procedures, design of
various mixes like GSB, WMM, Bituminous mixes, concrete
mixes etc.
d) Others Must be fluent in English and have good knowledge of
13 | P a g e
Poverty Alleviation through Road Development in Southern Bhutan- ORIO09/BH/21I
computer
5. Environmental Engineer
a) Qualification Minimum: Bachelors degree in environmental
engineering/science
b) Total Professional
Experience
5 years minimum
c) Project-related Experience Minimum 2 years experience as environmental experts
d) Others
Must be fluent in English and have good knowledge of
computer and be able to interpret policy and guidelines of
NEC, Bhutan
6. Social Impact Advisor
a) Qualification
Minimum: Bachelors or Honours degree in economics or
sociology or other relevant fields.
Preferable: Post graduate degree in sociology or economics.
b) Total Professional
Experience
5 years minimum in designing or implementing social
components of development projects.
c) Project-related Experience Minimum 2 years
d) Others Must be fluent in English and have good knowledge of
computer
7. Supervisory Engineer
a) Qualification Bachelor Degree in Civil Engineering or Diploma in Civil
Engineering
b) Total Professional
Experience
5 years minimum for Bachelor Degree and 10 years
minimum for Diploma
c) Project-related Experience Minimum 5 years experience in construction supervision
works (roads and bridges).
d) Others Must be fluent in English
Have good knowledge of computer and EFRC skills,
14 | P a g e
Poverty Alleviation through Road Development in Southern Bhutan- ORIO09/BH/21I
8. Junior Engineer
a) Qualification Diploma in Civil Engineering
b) Total Professional
Experience
7 years minimum
c) Project-related Experience Minimum 2 years experience in construction supervision of
road and bridge works.
d) Others
Must be fluent in English
Have good knowledge of computer and other project
management and EFRC skills
C. Support Services & Facilities to be provided by the Procuring Agency:
The following services and facilities will be provided by the Procuring Agency:
i. Assist the consultants in monitoring the construction works, verification of contract bills, conduct
monthly meetings etc. The Project team from the Client shall comprise Project Coordinator,
Assistant Project Coordinator, Financial Controller and two Project Managers. The Project
Coordinator, Assistant Project Coordinator and Financial Controller shall be available both in the
implementation and operation and maintenance phase, where as two project managers will be
available only in the implementation phase.
ii. All the available studies, reports and data, design drawings, etc. relevant to the project will be
provided by the Procuring Agency.
iii. Assist the Consulting firm to process for Visa, Work Permits & Special Route Permits for foreign
nationals.
iv. The establishment of field laboratory including supply of equipment, operation and maintenance
(shall be built-in the civil contract works)
D. Support Services & Facilities to be arranged by the Consulting Firm:
The consulting firm shall arrange the following at the site as a part of the supervision consultancy
contract:
i. Site office (semi-permanent) with adequate facilities for the Consultant‟s engineer and other
staff(s).
ii. Transport facility for the Consulting Engineers: To facilitate easy and unrestricted movement of
the Consulting Engineer for effective site supervision, four-wheeled drive vehicle (2 nos) 2011 and
later Make and Model with drivers and three( 3) new motor bikes must be provided.
iii. Adequate internet and e-mail facilities at the site office.
15 | P a g e
Poverty Alleviation through Road Development in Southern Bhutan- ORIO09/BH/21I
iv. Monthly operating expenses for telephone fax & email.
v. Safety equipment for the consulting engineer.
vi. The consultant is required to detail what additional facilities are required.
The vehicle, motor bikes, office equipments etc. would be retained with by the consultant on completion of
the project. Therefore, due consideration should be made while making the financial proposals for the
above items.
7. Laboratory test to be carried out by the Consulting Firm
Almost all the basic field equipment shall be built in the works contract and other major lab test shall be
shared with RNP-II. Although equipment and Lab Technician including lab boy shall be provided from the
Contractor, the Consulting firm need to carry out the following test;
i. Sieve Analysis (Fine and Course)
ii. Liquid Limit/Plastic Limit
iii. Proctor Test
iv. CBR
v. Specific test and bulk density
vi. Field density
vii. Slump Test
viii. Compression test
ix. Flakiness test
x. Penetration test
xi. Softening test
xii. Specific gravity and water absorption
xiii. Marshall test
xiv. Tensile strength test
8. Leave for the Consulting Engineers
The Consulting Engineers shall be entitled to take annual leave and sick leave during the Term of
Engagement on the following basis:
(i) Annual Leave:
a. Entitlement to annual leave shall accrue at the rate of five working days for every full period of
three months during which the Consulting Engineer is performing the Services.
16 | P a g e
Poverty Alleviation through Road Development in Southern Bhutan- ORIO09/BH/21I
b. The annual leave shall be taken during the Term of Engagement with the prior knowledge and
approval of the Procuring Agency and at a time or times acceptable to the Procuring Agency.
(ii) Medical Leave:
a. Entitlement to medical leave shall be conditional upon the liability of the Consulting Engineers
to perform the Services, and the Consulting Engineers shall furnish the Procuring Agency with
all such medical and other evidence of his said inability as the Procuring Agency may
reasonably require. In case of longer absences, the Consultant will assure continuity of the
work by replacing the person on medical leave by someone with equal or better qualifications
and experience.
(iii) Bereavement Leave:
a. The Consulting Engineers shall be entitled for bereavement leave up to a maximum of 21
days over the period of the contract.
b. The authority to grant leave to the Supervision Consultant rests solely with the Client. The
Consultant shall obtain prior written approval from the Client before departure for any type of
leave.
9. Consultant’s Liability:
a) The consulting firm shall be liable proportionately and as appropriate for the damages caused to
both Client and the Contractor resulting from his/ her (Consultant‟s) negligence or failure to
discharge the stipulated duties and responsibilities during the execution of the contract.
b) If the Project is not completed in time, the Consultant will be liable proportionately or fully as
appropriate if the delay is attributable to the Consultant not performing the duties in time as per
the terms of Contract and/ or if it becomes apparent that the Consultant has deliberately delayed
the construction process.
c) In case of delay in construction works, which is not attributable to the consultant, and results in
time extension of the supervision consultancy, the Client will pay for the possible expenses for the
extension of the services of the consultant.
d) The Consultant shall have no liability whatsoever for any loss or damage to the Client resulting
from any acts or omission of the Contractor; sub-contractors; suppliers; any employees or agents
of the Contractor, sub-contractors or suppliers; any officials or any other persons performing part
of the Project, which are not in accordance with the Contract or the Consultant‟s instructions.
10. Tasks and Responsibilities of Key Experts
The position-based job responsibilities are only indicative, and the consultant needs to propose its
own working arrangements, based on the overall requirements in these ToR.
17 | P a g e
Poverty Alleviation through Road Development in Southern Bhutan- ORIO09/BH/21I
1. Chief Technical Advisor (Team Leader) National/International
- Assist the Project Coordinator in preparation of bid documents, bid evaluation and
contracting of Construction & Maintenance Works
- Undertake the overall supervision of the construction contractors
- Advice on overall project planning and logistics
- Coordinate the input of consultants
- Review and edit draft reports produced by consultants
- Ensure full compliance with EFRC practices
- Provide instruction and training, in particular with regard to EFRC
- Report to the Project Coordinator
2. Senior Civil Engineer
- Provide technical management and supervision of all Construction Works
- Manage and coordinate all works of the supervising consultants, environment experts and
blasting experts
- Respond to all issues of technical consultants and all contracts and works
- Carry out field design for un-designed portion of rocky cliff
- Undertake quality control and verification
- Provide backstopping to the Supervisory Engineers
- Provide interpretation of the Technical Specification where necessary
- Advice on work deviations (modifications and additional works)
- Advice on claim management, disputes and contract interpretation
- Plan and prepare work schedules and procurement plans in consultation with Project
Managers
- Monitor progress of work through field visits
- Ensure smooth implementation of all project activities and provide support required to
supervising engineers
- Prepare and review progress monthly/quarterly reports
- Work in close coordination with the CTA and Project Managers
- Report to and take instruction from Project Coordinators and Project Managers.
3. Material Engineer
- Undertake overall management of quality control related to Construction Work packages
- Provide protocols for material testing; assist with test formats, procedures of quality control
tests required by the project
- Verify and approve the quality control test reports
18 | P a g e
Poverty Alleviation through Road Development in Southern Bhutan- ORIO09/BH/21I
- Verify and approve material test certificates
- Provide technical backstopping on designs, technical standards and specifications
- Undertake test check of construction material samples
- Specify and monitor quality assurance plans and quality control tests being conducted in all
packages
- Work in close coordination with CTA and Project Managers
- Report to and take instruction from the Project Coordinator
4. Controlled Blasting Expert (International)
- Provide protocols for controlled blasting
- Advice on best blasting practices to be used
- Train DoR and Contractor‟s engineers and blasters in advance blasting techniques including
quarter, half and full tunneling
- Work in close coordination with CTA and Project Managers
- Report to and take instructions from Project Coordinator and Sr. Civil Engineer
- Prepare blasting training manual for DoR engineers
5. Environmental Engineer
- Undertake overall environmental management of all works packages
- Monitor implementation of the Environment Management Plan
- Oversee planning and implementation of environmental mitigation measures
- Monitor, report and advise on environmental issues
- Work in close coordination with CTA and Project Managers
- Report to an take instructions from Project Coordinator and Assistant Project Coordinator
6. Social Impact Advisor
- Verify compensation of all persons negatively affected by the project
- Monitor, report and advise on social issues due to project implementation
- Report to and take instructions from Project Coordinator and Assistant Project Coordinator
7. Supervisory Engineer
- Undertake overall management of one Construction package
- Supervise and guide the contractor
- Assist the Project Manager
- Ensure environment compliance
- Oversee implementation of quality assurance plans and quality control tests
19 | P a g e
Poverty Alleviation through Road Development in Southern Bhutan- ORIO09/BH/21I
- Provide technical backstopping to contractors
- Maintain all books of accounts and prepare cash flow requirements
- Conduct weekly meetings
- Conduct joint measurement
- Assist the Project Manager in bill verification
- Report to and take instructions from Senior Civil Engineer and Project Manager
8. Junior Engineer
- Assist the Supervisory Engineer
- Undertake site measurement and preparation of detail cost estimates
- Provide daily supervision of Construction works
- Check work quality
- Ensure progress of Construction works
- Report to and take instruction from the Supervisory Engineer and Project Manager
20 | P a g e
Poverty Alleviation through Road Development in Southern Bhutan- ORIO09/BH/21I
D. Evaluation of Consultant’s EOI Application Applicant Consultant‟s EOI application, which meets the eligibility criteria requirement given below and those mentioned in Expression of Interest Form (Appendix-1) will be ranked on the basis of the Ranking Criteria. A maximum of six (6) consultants shall be short listed.
i) Eligibility Criteria
Compliance
Corporate Registration (International firms)
Trade Licence and CDB registration certificate (Applicable for national firms only)
Tax Clearance certificate (Applicable for National firms only)
Minimum 10 years of firm‟s establishment.
Self declaration regarding not being declared ineligible by the Procuring Agency or ORIO
Firms annual turnover > (Euro 0.50 m)
Executed projects of similar size and content : at least 5 over the past 10 years and at least 2 over the past 5 years..
ii) Ranking Criteria Score
Management Competence 20
Technical Competence 70
Geographical experience 10
Total 100
21 | P a g e
Poverty Alleviation through Road Development in Southern Bhutan- ORIO09/BH/21I
E. EOI Formats
(i) Expression of Interest (EOI) (Annex-1) (ii) Applicant‟s information (Annex-2)
(iii) Annual Turnover from consultancy services (Annex-3)
(iv) Project Sheets (Annex-4)
22 | P a g e
Poverty Alleviation through Road Development in Southern Bhutan- ORIO09/BH/21I
Annex-1
Expression of Interest (EOI)
Project Number ORIO09/BH/21I
Project Name Poverty Alleviation through Road Development in Southern Bhutan
Project Country Bhutan, South Asia
I. Eligibility Declaration
We hereby declare that:
(i) we acknowledge that we have read the advertisement, including the terms of reference (TOR), for this assignment;
(ii) we have not been engaged to prepare such TOR as a firm, association, or joint venture; and
(iii) no full-time or part-time or contracted expert employed by our firm, association, or joint venture has been engaged to prepare such TOR.
(iv) we are not declared ineligible by Employer and or ORIO
We further confirm that, if any of one or more of our experts is engaged to prepare TOR for any ensuing
assignment as part of our work product under the assignment to which this advertisement relates, our firm
and any such expert(s) will be disqualified from short-listing and/or participation in such follow-on
assignment.
Lead Firm
Signed by:
Position:
Associate/Partner 1
Signed by:
Position
Associate/Partner 2
Signed by:
Position
_____________________________________
EOIs may be submitted by a firm, association, or a joint venture. For short listing purposes, the combined experience of an association or a joint venture will be evaluated although the qualification of a lead firm will be given greater weight. Whereas the firm, association, or joint venture is free to submit additional information, in hard or soft copy, short-listing will be based primarily on an evaluation of information included in the EOI template. Unless otherwise specified, an international firm, as a lead firm, associate or partner can only be nominated in one EOI. A national firm as a lead firm can only be nominated in one EOI. A national firm as an associate or partner can be nominated in more than one EOI. To avoid confusion and possible elimination after short-listing, lead firms of associations or joint ventures are strongly advised to confirm relationships (exclusive or non-exclusive) with selected associates or partners prior to expressing interest.
23 | P a g e
Poverty Alleviation through Road Development in Southern Bhutan- ORIO09/BH/21I
II. Management Competence
a. Provide the name, qualifications and relevant experience of the lead firm‟s director or manager who will assume overall responsibility for the firm‟s, association‟s or joint venture‟s team coordination, management and output.
b. If you are proposing an association, or a joint venture, outline proposed management coordination of the arrangement, including the role of each firm.
c. Provide complete information on the firm‟s business establishment, including name of firm/company, type of constitution, date of start of business, number of similar works carried out in the past and works in hand at present etc
d. Provide detailed organizational set up and human resource management plan of your firm to
ensure quality and performance over the life of this assignment in relation to the TOR provided.
24 | P a g e
Poverty Alleviation through Road Development in Southern Bhutan- ORIO09/BH/21I
III. Technical Competence With reference to the attached project sheets, and in the context of the assignment‟s TORs, summarize the relevant technical qualifications of your firm/association/joint venture (The short-listing will be done based on the experience of working with activities similar to the consultancy, experience of working with the project authority and experience of working in externally aided projects with due consideration to duration and number of works executed in the last five to ten years)
25 | P a g e
Poverty Alleviation through Road Development in Southern Bhutan- ORIO09/BH/21I
IV. Geographical Competence Outline the country /regional experience of the firm/association/joint venture (Elaborate your experiences in the field of Environmental Friendly Road Construction practices and applications in the road projects and your experience in road and bridge construction supervision in the project country and in the Himalayan or similar mountain regions)
26 | P a g e
Poverty Alleviation through Road Development in Southern Bhutan- ORIO09/BH/21I
Annex-2 Applicant’s Information
( In case of the association or joint venture of two or more firms to be filled separately for each
constituent member )
1. Name of Firm/Company:
2. Type of Constitution (Partnership/ Pvt Ltd/Public Ltd/ Public Sector/Joint Venture):
3. Date of Incorporation / Commencement of Business (Please specify):
4. Place of Incorporation:
5. Details of Services Provided:
6. Registered Office/Place of Business:
7. Telephone No; Fax No; E-Mail Address
8. Name of Authorized Contact Person / Designation/ Address/Telephone:
9. Consultant‟s Organization:
27 | P a g e
Poverty Alleviation through Road Development in Southern Bhutan- ORIO09/BH/21I
Annex-3
Applicants Annual Turnover from Consulting Services Assignments
(Information of individual applicant or Partners of association or JV to be provided separately)
Fiscal Year Annual Turnover in Nu.
2008-2009
2009-2010
2010-2011
2011-2012
2012-2013
Total
Note: Audited balance sheets to be submitted as supporting documents. If needed, the balance sheet and other submitted credential will be verified.
28 | P a g e
Poverty Alleviation through Road Development in Southern Bhutan- ORIO09/BH/21I
Annex-4
Project Sheets Please indicate reference projects that the firm/joint venture feels are most relevant to demonstrate the firm‟s technical qualifications and geographical experience (Indicate at least 2 reference projects from the past 5 years and at least 5 from the last 10 years that the firm/association/joint venture feels are relevant). All reference projects must be supported by certification from the Client as a legal proof of participation.
Project 1 of __
Project Name
Name of Client
Contact Address and Telephone No.
Country Project location within country
Participation □ □
As lead firm As associate firm
Value of Services
Source of Financing
Consultancy Services
(i) No of staff
(ii) No of person months
Length of Consultancy Assignment
Start Date (dd/mm/yyyy)
Completion Date (dd/mm/yyyy)
Name of Associate Firms (if any)
No. of person months of Professional staff provided by Associated Firm(s)
Name of Sr. Staff (Project Director/Coordinator, Team Leader) involved and functions performed
Detailed narrative description of the project
Detailed description of the actual services provided by your firm
29 | P a g e
Poverty Alleviation through Road Development in Southern Bhutan- ORIO09/BH/21I
Note: Provide highlight on similar services provided by the consultant as required by the TOR for the proposed assignment.
Firm‟s Name:__________________________________________________________