The Garden Island
Notice #: 0001302793-01
Notices to Bidders

REQUEST FOR EXPRESSIONS OF INTEREST
(CONSULTING SERVICES – FIRMS SELECTION)

COUNTRY: Federated States of Micronesia
NAME OF PROJECT: FSM Prioritized Road Investment and Management
Enhancements Project (P172225)
Assignment Title: Design & Supervision of Urgent Climate Resilience Improvement Works for Identified Road Network Assets
Reference No.: FM-DOTCI-168145-CS-QCBS

The Federated States of Micronesia has applied for financing from the World Bank toward the cost of the FSM Prioritized Road Investment and Management Enhancements Project, and intends to apply part of the proceeds for consulting services.

The consulting services (“the Services”) will involve undertaking field investigations and surveys, options analysis, preparing designs and procurement documentation, and providing procurement assistance and construction supervision of improvements to identified road network assets in each of the four states – Pohnpei, Chuuk, Yap and Kosrae.

The improvement works will comprise the replacement of 3 existing bridges (1 in Pohnpei and 2 in Yap), the upgrading of the Lelu Causeway in Kosrae and reconstruction of about 2.5 km of the Weno Road in Chuuk.

The services to be provided by the Consultant will be undertaken in a 2-stage approach as follows:

Stage 1 – Field investigations, surveys, preliminary and detailed design, procurement documentation & procurement assistance
field assessments, surveys and site investigations, consultation, concept designs and costs of feasible improvement options;
preliminary engineering design
detailed design and procurement documentation
provision of assistance to state authorities during the procurement process

Stage 2 – Construction supervision and works contract(s) administration
supervision of construction and administration of contract(s)
defects liability / notification period and finalization of works contract(s)

Two separate consulting services contracts will be signed between the parties to cover this assignment; a lump-sum contract to cover the full Stage 1 services, and a separate time-based contract to cover the full Stage 2 services.

Stage 1 of the assignment is expected to commence in April 2021 and will take about 17 months. Stage 2 will start in September 2022 and will take about 24 months (including the defects liability period).

To obtain the detailed Terms of Reference (TOR) for the assignment you are encouraged to write to the Program Manager at rscgoodwin@hotmail.com.

The Department of Transportation, Communications and Infrastructure (DoTC&I) 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:

i. General experience in the core areas of design and construction supervision (a minimum of 10 years’ experience will be required)
ii. Experience on similar assignments as per the Terms of Reference (at least 3 similar assignments over the past 10 years of which at least 1 assignment should be in a small island developing state)
iii. Proof of technical, managerial and financial capacity of the firm
iv. Experience in the pacific region is desired

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 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 the partners in the joint venture shall be jointly and severally liable for the entire contract, if selected.

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

Further information can be obtained at the address below during office hours 0900 to 1700 Pohnpei Time (Local Time).

Expressions of interest must be delivered in a written form to the address below (in person, or by mail, or by e-mail) by Friday, December 4th, 2020

Robert Goodwin,
Program Manager
Department of Transportation, Communication and Infrastructure (DoTC&I)
Palikir, Federated States of Micronesia (FSM)
Tel: (+691) 320 2080
Email: rscgoodwin@hotmail.com
Web:
www.tci.gov.fm

And cc to:
Ciu.tci@gov.fm (Central Implementation Unit)
(SA1302793 11/18/20)