Detalle de oportunidad

DETALLE DE OPORTUNIDAD

RECTIFICATIVO - Consultor de Gestión Técnica-1 de Sulawesi Central (TMC-1 CSRRP)

This notice was posted on 18 November 2020 and has been updated on 24 November 2020. Please see the latest version below.

 

Indonesia - P169403 - Central Sulawesi Rehabilitation and Reconstruction Project - ID-CSRRPCK-194874-CS-QCBS

Country: Indonesia

Project Id: P169403

Project Name: Central Sulawesi Rehabilitation and Reconstruction Project

Loan/Credit/TF Info.: IBRD-89790

Notice Version No.: 2

General Information

Notice Type

Request for Expression of Interest

Borrower Bid Reference

ID-CSRRPCK-194874-CS-QCBS

Bid Description

Technical Management Consultation-1 (TMC-1) CSRRP

Language of Notice

English

Deadline for Application Submission Date

2020/12/09

Local Time

16:00

Selected category codes for product to be procured

72141100-Infrastructure building and surfacing and paving services

Contact Information on Advertisement

Organization/Department

Ministry of Public Works and Housing, Directorate General of Housing Settlements

Name

Tulus Dinastiyanto, S.T.

Title

Pokja 05 BP2JK Wilayah Sulawesi Tengah

Address

Jl. Pattimura No.20, Kebayoran Baru Jakarta Selatan

City

 

Province/State

 

Postal Code

 

Country

Indonesia

Phone

081998805990

Fax

 

Email

Pokja113jkt@gmail.com

Website

www.pu.go.id

Detailed Information for Advertisement

REQUEST FOR EXPRESSIONS OF INTEREST

(CONSULTING SERVICES – FIRMS SELECTION)

 

 

THE GOVERNMENT OF INDONESIA

CENTRAL SULAWESI REHABILITATION AND RECONSTRUCTION PROJECT (CSRRP)

 

Assignment Title: TECHNICAL MANAGEMENT CONSULTANT -1

CENTRAL SULAWESI REHABILITATION AND RECONSTRUCTION PROJECT

(TMC-1 CSRRP)

Loan No. 8979-ID

Project ID No. P169403

 

The Government of Indonesia has received financing in the amount of USD 150 million from the World Bank toward the cost of the Central Sulawesi Rehabilitation and Reconstruction Project (CSRRP). The Directorate General of Human Settlement under Ministry of Public Works and Housing intends to apply part of the proceeds for consultant services, namely Technical Management Consultant-1 Central Sulawesi Rehabilitation and Reconstruction Project (TMC-1 CSRRP).

 

The consulting services (“the Service”) include supports and assistance for CPMU and PIU in (a) preparation of site plans, architectural designs, and detail engineering design for settlement infrastructure in resettlement area to comply with resilient, inclusive and sustainable design, (b) preparation of detailed engineering design to comply with the applicable guidelines including seismic resilience standard, accessibility guidelines, sustainable design and report of design review for public facilities, such as: health facilities, and education facilities stipulated, (c) supporting the construction supervision in accordance with the applicable Contract Documents including the drawings, specifications and quality requirements, and preparing supervision report for Settlement Infrastructures, Health Facilities, and Education Facilities, and (d) preparing regular (at least monthly) monitoring reports on updates of construction activities. The targeted beneficiaries are the households who lost their houses due to the tsunami, earthquake and liquefaction, those affected by land use restriction for hazard prone areas according to the government’s disaster risk zoning map, and served community of affected Health and education facilities, including public building. The consultant will be assigned for approximately 26 months. The draft of Terms of Reference (TOR) for this assignment can be found in this link: https://bit.ly/330296d

 

The Directorate General of Human Settlement, Ministry of Public Works and Housing 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. Interested consultants must provide sufficient description of similar assignments (including location/country, name of the Employer/Client, type of services provided, period of contract, contract amount, starting and completion dates), and availability of appropriate skills among permanent staff, etc.) which covers such following information:

  1. Successfully completed contracts of similar nature, value, and complexity in the same field of experience in the last 10 years;
  2. Availability within the firm of permanent (i.e. in the firm’s regular payroll) experts/professional staff relevant to the assignment. Key Experts will not be evaluated at the shortlisting stage;
  3. Provide a statement indicating that consultants have not been involved in any fraud or corruption activities and that no remedial action has been taken against the consultant by any contracting authority or donor national nor international as result of fraud and corruption.;
  4. Proven financial capacity with total average annual consulting services turnover of minimum: US$ 600.000, calculated as total certified payments received for consulting services contracts in progress and/or completed within the last three (3) years, divided by three (3) years.

 

The attention of interested Consultants is drawn to Section III, paragraphs, 3.14, 3.16, and 3.17 of the World Bank’s “Procurement Regulations for IPF Borrowers” July 2016, revised November 2017 and August 2018 (“Procurement Regulations”), setting forth the World Bank’s policy on conflict of interest.    

 

Consultants may choose (but not mandatory) to associate with other firms (max. 3 excluding lead partner) in the form of a joint venture or a sub-consultancy to enhance their qualifications. The joint venture must be clearly identified. In case of an association, the EOI must explicitly specify whether the association is in the form of a Joint Venture (all partners in Joint venture shall be jointly and severally liable for the entire contract, if selected), or Sub-consultancy. In case of joint venture, the member firm appointed to represent the joint venture must be clearly identified. Only the qualifications and experience of members of joint venture, but not of sub-consultants, shall be considered in the EOI evaluation process.

 

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

 

Interested Consultant firms are required to access the electronic procurement system (SPSE) of Ministry of Public Works and Public Housing (MPWH) to register and to submit EOI [http://spseicb.pu.go.id/eproc-icb/]. Further information can be obtained at the address below during office hours 09.00 AM to 05.00 PM. 

 

Expressions of interest must be submitted electronically through SPSE ICB system of Ministry of Public Works & Housing latest by December 9th, 2020.

 

Attn: Kelompok Kerja Pemilihan 05  BP2JK Wilayah Sulawesi Tengah

Address   :  Jl. Gunung Bosa no. 9 lolu Utara Kec. Palu Selatan kota Palu

Phone       :  (0451) 8443153

Email       :  PokjaP2JKsulteng.WB@gmail.com

Website    :  www.pu.go.id or https://spseicb.pu.go.id/eproc-icb/

 

 

 

 

FORMER NOTICE 

 

 

REQUEST FOR EXPRESSIONS OF INTEREST

(CONSULTING SERVICES – FIRMS SELECTION)

 

 

THE GOVERNMENT OF INDONESIA

CENTRAL SULAWESI REHABILITATION AND RECONSTRUCTION PROJECT (CSRRP)

 

Assignment Title: TECHNICAL MANAGEMENT CONSULTANT -1

CENTRAL SULAWESI REHABILITATION AND RECONSTRUCTION PROJECT

(TMC-1 CSRRP)

Loan No. 8979-ID

Project ID No. P169403

 

The Government of Indonesia has received financing in the amount of USD 150 million from the World Bank toward the cost of the Central Sulawesi Rehabilitation and Reconstruction Project (CSRRP). The Directorate General of Human Settlement under Ministry of Public Works and Housing intends to apply part of the proceeds for consultant services, namely Technical Management Consultant-1 Central Sulawesi Rehabilitation and Reconstruction Project (TMC-1 CSRRP).

 

The consulting services (“the Service”) include supports and assistance for CPMU and PIU in (a) preparation of site plans, architectural designs, and detail engineering design for settlement infrastructure in resettlement area to comply with resilient, inclusive and sustainable design, (b) preparation of detailed engineering design to comply with the applicable guidelines including seismic resilience standard, accessibility guidelines, sustainable design and report of design review for public facilities, such as: health facilities, and education facilities stipulated, (c) supporting the construction supervision in accordance with the applicable Contract Documents including the drawings, specifications and quality requirements, and preparing supervision report for Settlement Infrastructures, Health Facilities, and Education Facilities, and (d) preparing regular (at least monthly) monitoring reports on updates of construction activities. The targeted beneficiaries are the households who lost their houses due to the tsunami, earthquake and liquefaction, those affected by land use restriction for hazard prone areas according to the government’s disaster risk zoning map, and served community of affected Health and education facilities, including public building. The consultant will be assigned for approximately 26 months. The draft of Terms of Reference (TOR) for the assignment are attached to this request for expressions of interest.

 

The Directorate General of Human Settlement, Ministry of Public Works and Housing 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. Interested consultants must provide sufficient description of similar assignments (including location/country, name of the Employer/Client, type of services provided, period of contract, contract amount, starting and completion dates), and availability of appropriate skills among permanent staff, etc.) which covers such following information:

  1. Successfully completed contracts of similar nature, value, and complexity in the same field of experience in the last 10 years;
  2. Availability within the firm of permanent (i.e. in the firm’s regular payroll) experts/professional staff relevant to the assignment. Key Experts will not be evaluated at the shortlisting stage;
  3. Provide a statement indicating that consultants have not been involved in any fraud or corruption activities and that no remedial action has been taken against the consultant by any contracting authority or donor national nor international as result of fraud and corruption.;
  4. Proven financial capacity with total average annual consulting services turnover of minimum: US$ 600.000, calculated as total certified payments received for consulting services contracts in progress and/or completed within the last three (3) years, divided by three (3) years.

 

The attention of interested Consultants is drawn to Section III, paragraphs, 3.14, 3.16, and 3.17 of the World Bank’s “Procurement Regulations for IPF Borrowers” July 2016, revised November 2017 and August 2018 (“Procurement Regulations”), setting forth the World Bank’s policy on conflict of interest.    

 

Consultants may choose (but not mandatory) to associate with other firms (max. 3 excluding lead partner) in the form of a joint venture or a sub-consultancy to enhance their qualifications. The joint venture must be clearly identified. In case of an association, the EOI must explicitly specify whether the association is in the form of a Joint Venture (all partners in Joint venture shall be jointly and severally liable for the entire contract, if selected), or Sub-consultancy. In case of joint venture, the member firm appointed to represent the joint venture must be clearly identified. Only the qualifications and experience of members of joint venture, but not of sub-consultants, shall be considered in the EOI evaluation process.

 

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

 

Interested Consultant firms are required to access the electronic procurement system (SPSE) of Ministry of Public Works and Public Housing (MPWH) to register and to submit EOI [http://spseicb.pu.go.id/eproc-icb/]. Further information can be obtained at the address below during office hours 09.00 AM to 05.00 PM. 

 

Expressions of interest must be submitted electronically through SPSE ICB system of Ministry of Public Works & Housing latest by December 9th, 2020.

 

Attn: Kelompok Kerja Pemilihan 05  BP2JK Wilayah Sulawesi Tengah

Address   :  Jl. Gunung Bosa no. 9 lolu Utara Kec. Palu Selatan kota Palu

Phone       :  (0451) 8443153

Email       :  PokjaP2JKsulteng.WB@gmail.com

Website    :  www.pu.go.id or https://spseicb.pu.go.id/eproc-icb/

icon

Servicios personalizados

 

Los servicios personalizados de ICEX son soluciones a tu medida desarrollados por las Oficinas Económicas y Comerciales de las Misiones Diplomáticas de España en el exterior...

 

icon

eMarket Services

 

eMarket Services es un programa de ICEX para facilitar a las empresas españolas, especialmente pymes, la venta a través de canales online y especialmente la utilización de los mercados electrónicos...

 

icon

Presentación simulador de costes

 

Se trata de un servicio online que te permite conocer el coste aproximado de la instalación de tu empresa en cualquier mercado y compararlo con otros países.