Tenders

Georgia

Batumi-Akhaltsikhe Road Project (Khulo-Goderdzi Section) - BARP

Credit/Loan No: TBD 

Project No. TBD

Assignment Title:  SUPERVISION OF REHABILITATION-RECONSTRUCTION WORKS FOR BATUMI (ANGISA) – AKHALTSIKHE (S-1) SECONDARY ROAD KHULO – ZARZMA SECTION (Lot-1 - km0+000 – km29+372)

Contract/RFP No: BARP/CS/QCBS-01

Georgia has requested the Kuwait Fund for Arab Economic Development (KFAED) to assist in the financing of Batumi-Akhaltsikhe Secondary road project (Khulo-Goderdzi Section) and subject to the terms and conditions of its loan agreement, KFAED intends to allocate part of the loan proceeds to payments for goods, works, and related services and consulting services to be procured under this project, which will be jointly financed by the Government of Georgia.

The Roads Department of the Ministry of Regional Development and Infrastructure of Georgia (RDMRDI) now invites eligible consultants to express their interest in providing the following services: SUPERVISION OF REHABILITATION-RECONSTRUCTION WORKS FOR BATUMI (ANGISA) – AKHALTSIKHE (S-1) SECONDARY ROAD KHULO – ZARZMA SECTION (Lot-1 - km0+000 – km29+372).

Description of the project:

The Roads Department of the Ministry of the Regional Development and Infrastructure (RD) (the Client) seeks consulting services to supervise the works for the Rehabilitation-Reconstruction of Batumi (Angisa) – Akhaltsikhe (S-1) road, Khulo – Zarzma section (Lot 1 – Khulo-Goderdzi Pass approx. 29 km). The road is located in highlands, in complicated terrain 1240-2050 m above sea level. 6 kilometers of the existing road are located in Alpine zone, whilst the rest of the road is located on the sections surrounded by thick coniferous and leaf wood. The existing roadbed width ranges between 6-8 m. The pavement is almost of gravel with asphalt concrete pavement (average thickness 6-7 cm) remains on some sections.

The Consultant will be tasked to supervise the Rehabilitation-Reconstruction of road, 29 km in length, of Khulo Goderdzi Pass, financed by Kuwait Fund for Arab Economic Development (KFAED). The estimated duration of the assignment is 24 months Plus 12 months for defect notification period, 36 months in total. The Consultants are expected to have satisfactory experience in supervision works.

The Consultant (“Engineer”) will act and conduct supervision services in compliance with the rules and principles of “International Federation of Consulting Engineers” (FIDIC) Conditions of Contract for Construction for Building and Engineering Works Designed by the Employer - MDB Harmonized Edition (June 2010), which defines rights and obligations of the Engineer.

Rehabilitation-Reconstruction works will be undertaken:

Lot 1: Khulo to Goderdzi Pass (km 80 – km 110) road section, Project chainage 0+000 – 29+372 will be financed by the KFAED. The estimated duration of works contract for Lot-1 is 24 months Plus 12 months for defect liability period. The assignment will be time based.

Scope of Services:

Required consulting services are fully described in the attached Terms of Reference document which can be downloaded free of charge from the following link: https://www.dropbox.com/s/39vs3xv8w14r8wq/ToR%20for%20Supervision%20and%20Consultancy%20Services%20Final%20with%20NO%20received%2020.07.2016.docx?dl=0

Interested companies shall provide information demonstrating that they have the necessary experience to perform the aforesaid services. Applications for Pre-Qualification should cover, but not limited to:

  • Details of organization;
  • Key Personnel;
  • Past Experience;
  • A list of past and present assignments of similar nature; No more than 10 past similar assignments shall be presented;
  • Any other information that may show the Consultant’s ability to carry out the assignment satisfactorily.

The Shortlisting Criteria are: 

  1. The consultant's reputation as a professional body and its reputation for maintaining a satisfactory client-consultant relation-ship;
  2. Consultant’s past experience and performance in the particular field of service;
  3. Financial ability of the Consultant;
  4. Freedom from conflict of interests;
  5. Staff, organization chart and key technical personnel of the Consultant.

Conflict of Interests:

As a basic principle, it is essential that consultants should not have any interest, directly or indirectly, in the construction or manufacturing or supply of materials and equipment for the project under consideration and should thus be free from any possible conflict of interest arising therefrom. It is, however, fully recognized that consulting firms which form part of or which are otherwise affiliated to or owned by contractors, manufacturers and suppliers, do exist. Such firms can only be considered eligible to compete for selection as consulting firms for projects financed by the Funds if their role in the project does not involve any conflict of interest, and if they disqualify themselves and their affiliates and associates from any involvement in the same project in a capacity other than that of a consulting firm.

With the essential objective of encouraging the transfer of technology to developing countries, the Fund’s policy is to encourage the participation of indigenous consultants in projects for which they are qualified and are assessed as capable of performing the particular services, either alone or in association with foreign consultants, provided that such participation does not result in compromising the quality of the services.

When it appears necessary for domestic and foreign consultants to form "Joint Ventures" or to associate in order to supplement needed capabilities for providing services for a particular project, the Funds require that the roles and responsibilities of each party shall be clearly defined. The leadership of the joint venture or the association and the ultimate responsibility for the services shall be stipulated in the formal documents setting out such venture or association between the parties concerned.

As a general guideline, the consultant who performs the key functions and who is considered as capable on his own to meet the prequalification criteria should be entrusted with the role of leadership; the contribution of the domestic consultant should be limited to the extent to which it is assessed capable of providing.

 The experience of sub-consultants will not be taken into account while evaluating the corporate experience of the company. Experience in the projects relevant to the assignment should be submitted in the Form N1 uploaded at Roads Department website on www.georoad.ge on the following link:

http://www.georoad.ge/?lang=geo&act=tenders&func=menu&uid=1391090819

The consultants are strongly advised to limit their Expression of Interest to 30 pages. Company brochures may be included as an Annex, and will not be affected by the limit of 30 pages. 

The Consultant will be selected under Quality and Cost-based Selection method for a Time Based contract set out in the Development Institutions Members of the Coordination Group – Guidelines for the Use of Consultants – First Edition 1995.

Expressions of Interest electronically must be delivered to the address below not later than August 25th, 2016, 17:00 hours local Tbilisi time.

Name: Ms. Maia Kaliashvili 

Position: Vice-Chairman of Roads Department of the Ministry of Regional Development and Infrastructure of Georgia

Address: 12 Al. Kazbegi Avenue, Tbilisi, 0160, Georgia

Email: info@georoad.ge

Web-Site: www.georoad.ge

 

Interactive Map
Georgia 0160, Tbilisi, Kazbegi ave N12,
info@georoad.ge
Hot Line:
(995 32) 2 31 30 76
Join Us: