Tenders

Service Procurement Notice

Request for Expression of Interest

(Reference Code GTC/CS/ICS-02)

CONSULTANCY SERVICES FOR

EXTERNAL MONITORING CONSULTANT

Source of Financing:

Georgia Transport Connectivity (GTC) Project

FI N °86.379

Serapis N° 2016-0404

Contracting Authority: Roads Department of the Ministry of Regional Development and Infrastructure of Georgia (RD)

Background on the Roads Department

The Roads Department is the subordinated agency of the Ministry of Regional Development and Infrastructure of Georgia (MRDI) and is responsible for the management and administration of the International and Secondary Road infrastructure under the responsibility of MRDI.

Background on the Project 

The EIB has provided funding to the Georgian Government for the new construction and rehabilitation of international and national roads on the Georgian road network. The RD has an overall responsibility for implementation of these Projects. 

The RD intends to hire an individual as an External Monitoring Consultant (the EMC)in order to be in line with the EIB policy, which requires that external monitoring be carried out in parallel with the implementation of a Resettlement Action Plan (RAP) and will be concluded after the RAP is implemented by the preparation of a compliance report. An acceptable Compliance Report will be condition to start the implementation of physical civil works for the project.

The EMC will (i) do the investigations and define the indicators needed for phase two activities and ii) closely monitor the implementation of the RAPs. RAP implementation monitoring will entail the following tasks: (a) review of RAP/Information pamphlet disclosure; (b) review of action taken by the RD to compensate the Affected Persons (APs) with particular attention to the way this action fits RAPs stipulations; (c) review all compensation tallies; (d) verify whether the compensation is provided thoroughly to all APs and in the amounts defined in the RAP and in the AP contracts; (e) asses the satisfaction of the APs with the information campaign and with the compensation/rehabilitation package offered to them;  (f) review the legalization process and assess its effectiveness; (g) review complaints & grievances case; (h) carry out an AP satisfaction survey with a 20% sample of the APs. The EMC will prepare the Compliance Reports As per the schedule given in this terms of reference (ToR).

The ToR can be downloaded from the link below:

https://www.dropbox.com/s/ur8nv1fx1r96u6d/ToR-External%20Minitoring%20Consultant.docx?dl=0

The estimated duration of the assignment will be 12 months with a possibility of further 12 months extension subject to the progress of RAPs implementation by the RD.

The duties and responsibilities of the Consultant shall include, inter alia, the following:

(i)                 Assessment  of the way the compensation has been carried out in relation to Resettlement Procedures (RP) stipulations;

(ii)              Verification that all APs were compensated in the amounts stipulated in the RP;

(iii)            Review of  complaint and grievance cases and of their solution;

(iv)             Assessment of the rehabilitation program for vulnerable Aps;

(v)               Assessment of the satisfaction of the Aps;

(vi)             Lesson learned to be applied to the next projects, and;

(vii)          General assessment of RP implementation and recommendations to EIB regarding the provision of No Objection Letter to start the civil works.

NET Estimated Budget, including remuneration and reimbursable: GEL 70,000.00 (Seventy Thousand Georgian Lari)

Applicable guidelines are GUIDE TO PROCUREMENT for projects financed by the EIB Updated version of June 2011:

http://www.eib.org/attachments/strategies/procurement_en.pdf

Eligibility as per the EIB’s Guide to Procurement and relevant local legislation shall be applicable.

Interested individuals shall provide information demonstrating that they have the necessary experience to perform the aforesaid services. CVs of the candidates should cover experience relevant to the project activities.

The Assignment is expected to be commenced in October 2018.

Selection Process:

Individual Consultant will be selected taking into account the experience, qualifications and capability to handle the assignments (technical proposal) as well as the cost of the services (financial proposal). The technical and financial proposals shall be submitted at the same time. To safeguard the integrity of the process, the technical and financial proposals shall be submitted in separate sealed envelopes. A committee of officials drawn by the Contracting Authority shall open all technical proposals received by the deadline for submission of proposals. The committee shall read aloud the names of the experts that submitted proposals. The financial proposals shall remain sealed and signed at the specially designated safe place until the technical evaluation is completed and relevant technical scores are assigned to the participants.

The technical evaluation shall take into account the criteria indicated below:

Candidates shall submit a Cover Letter together with the CV for the assessment of the Contracting Authority on the basis of mandatory requirements (yes/no criteria), general experience  (20%) and relevant specific experience (80%) as stated below.

After the technical evaluation is completed, the Contracting Authority shall notify those Consultants whose Proposals did not meet the minimum qualifying technical score of 70% and shall provide information relating to the Consultant’s overall technical score, that their Financial Proposals will be returned unopened after completing the selection process and Contract signing. The Client shall simultaneously notify in writing those Consultants that have achieved the minimum overall technical score of 70% and inform them of the date, time and location for the opening of the Financial Proposals. The opening date should allow the Consultants sufficient time to make arrangements for attending the opening. The Consultant’s attendance at the opening of the Financial Proposals is optional and is at the Consultant’s choice.

The Financial Proposals shall be opened by the Contracting Authority in the presence of those Consultants whose technical proposals have passed the minimum technical score of 70% and who chose to attend the opening of Financial Proposals. At the opening, the names of the Consultants and the overall technical scores shall be read aloud. The Financial Proposals will then be inspected to confirm that they have remained sealed and unopened. These Financial Proposals shall be then opened and the total prices read aloud and recorded. Copies of the record shall be sent to all Consultants who submitted Proposals. Consultants are deemed to have included all prices in the Financial Proposal, so neither arithmetical corrections nor price adjustments shall be made. The total price, net of taxes shall be considered as the offered price.

The total score shall be calculated by weighting the technical (80%) and financial (20%) scores and adding them as per the formula given below:

The lowest evaluated Financial Proposal (Fm) is given the maximum financial score (Sf) of 100.

The formula for determining the financial scores (Sf) of all other Proposals is calculated as following:

Sf = 100 x Fm/ F, in which “Sf” is the financial score, “Fm” is the lowest price, and “F” the price of the proposal under consideration.

The weights given to the Technical (T) and Financial (P) Proposals are:

T = 0.8, and

P = 0.2

Proposals are ranked according to their combined technical (St) and financial (Sf) scores using the weights (T = the weight given to the Technical Proposal; P = the weight given to the Financial Proposal; T + P = 1) as following: S = St x T% + Sf x P%.

The Consultant achieving the highest combined technical and financial score will be invited for contract negotiations.

Qualification Criteria of the Consultant – to be complied with under the information provided in CV as a part of technical proposal:

Mandatory requirements:

  • An advanced degree in Sociology, Political Science, Law, Geography, Urban Planning, Engineering, Land Management or similar;
  • Working knowledge of the EIB’s Environmental and Social Safeguard Policies and the World Bank Involuntary Resettlement Policy (OP 4.12);
  • Working knowledge of the Georgian land administration/management laws, regulations, and standards.
  • Strong command of English and Georgian languages;

General Experience:

  • Minimum 8 years of overall general experience;

Specific Experience:

  • A minimum of 5 years of experience in developing and implementing RAPs/LARPs on infrastructure projects, including road projects classified as Category A for Involuntary Resettlement as defined by WB and/or WB/EIB;
  • Prior experience in conducting external resettlement monitoring for development projects;
  • Knowledge of participatory methods and consultation practices, with direct experience in working with the general public.

Interested consultants may obtain further information by email: info@georoad.ge

Cover Letter, CVs (technical proposal) and financial proposal (in a separate sealed envelope) of candidates must be submitted in English exclusively to the Contracting Authority not later than October 05, 2018, 15:00 hours local time:

hand delivered (including courier services) to:

Roads Department of the Ministry of Regional Development and Infrastructure of Georgia

Attn: Mr. Levan Kupatashvili, Deputy Chairman

Address: 12 Kazbegi ave., 0160, Tbilisi, Georgia

 

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