Highways consultancy services (№25341953)

11 mar

Number: 25341953

Country: Lao People's Democratic Republic

Source: TED


Link to original

To view links to the source need to register

Publication date


11-03-2022

Description


  1. Section I
    1. Name and addresses
      Ministry of Public Works and Transport (MPWT)
      LaneXang Avenue, Saysettha District
      Vientiane
      P.O. Box 2158
      Laos
      Telephone: +856 2056112244
      E-mail: [email protected]
      Fax: +856 21414132
    2. Type of the contracting authority:
      Ministry or any other national or federal authority, including their regional or local subdivisions
    3. Main activity:
      Other activity: Production, transport and distribution of gas and heat
  2. Section II
    1. Scope of the procurement:
      1. Title:

        Feasibility Study and ESA Study for Improvement and Maintenance of National Road 2

        Reference number: EIB-GtP/MOB EIB-GtP/QCBS-01/2021
      2. Main CPV code:
        71311210
      3. Type of contract:
        Services
      4. Short description:

        The consulting services are required to carry out the Feasibility Study (FS) and the Environmental and Social Assessment (ESA) for Rehabilitation of National Road 2 on 230 km, and in addition to this about 70 km of possible feeder and link roads to areas of economic development interest or railway stations.

      5. Information about lots:
        This contract is divided into lots: no
      6. Total value of the procurement:
        Value excluding VAT: 1 500 000.00 USD
    2. Description
      1. Title:
      2. Additional CPV code(s):

      3. Place of performance:
        Main site or place of performance:

        NR2 originates at the Lao PDR -Thailand border crossing at Huai Kone and passes through Muong Ngeun, Pak Beng, Oudomxay and Muong Khoa, before terminating at the Lao PDR - Viet Nam border-crossing 113

      4. Description of the procurement:

        This procurement process is governed by the applicable legislation of Lao PDR, including the remedy mechanism available to tenderers and the procedures for settlement of disputes. The bidding procedure is carried out in line with EIB’s Guide to Procurement. The contract shall be placed under Quality and Cost Based Selection, two envelopes, open competition, without prequalification.

        The overriding objective of this assignment is to carry out the full feasibility study (FS) of the component 1 of the project, including the traffic studies, economic analysis, conceptual design, and preparation of OPBRC bidding document and an environment and social assessment (ESA) study as required by WB, EIB , and GoL for NR2 and prioritized feeder roads connecting the railway or other identified areas of economic development.

        The finding from the FS will determine the need for improvement, which may include pavement reconstruction or overlaying with asphalt concrete, bridge rehabilitation and reconstruction, and climate resilience improvement of vulnerable road sections, e.g., construction of additional and larger culverts with appropriate inlets and outlets, side ditches and channels to drain water, and slope protection, The design will ensure that water can flow to the natural reservoirs, minimizing the impact to the road and adjacent surroundings. The road alignment will be raised in flood-prone sections.

        The study shall recommend the required and appropriate measures for the project, covering in particular the current issues that need to be addressed, as identified by the pre-feasibility study, including climate change, vulnerability, traffic safety and access. Information from the existing road sector project (LRSP2) regarding vulnerability due to land use and landslides near the project areas is available for the consultant. This consideration will be presented and discussed in the ESA study.

        The GOL/MPWT, through the Department of Roads (DOR) and its provincial offices, will be the executing agency for the project. The Public Works and Transport Research Institute (PTRI) of MPWT will provide technical guidance on the ESA study. The DOR and PTRI, with support from the Consultants, will provide the information and assessments necessary for the World Bank and EIB appraisal of the proposed Project.

        The Government of Lao Peoples Democratic Republic (GoL) through the Ministry of Public Works and Transport (MPWT) is preparing the Lao National Road 2 (NR2) Project. The Project is expected to be jointly financed by the World Bank (WB) and European Investment Bank (EIB), and possibly additional donors. For the project preparation, MPWT has requested support from the EIB for the financing of the services subject to the present REOI.

        The consulting services are required to carry out the Feasibility Study (FS) and the Environmental and Social Assessment (ESA) for Rehabilitation of National Road 2 on 230 km, and in addition to this about 70 km of possible feeder and link roads to areas of economic development interest or the railway corridor. The overriding objective of this assignment is to carry out 1) the full feasibility study (FS) of the component 1 of the project, including the traffic studies, economic analysis, conceptual design, and preparation of OPBRC bidding document and 2) an environment and social assessment (ESA) study as required by WB, EIB, and GoL for NR2 and prioritized feeder roads connecting the railway or other identified areas of economic development.

        The Consultant is expected to start the assignment immediately after the contract signing and complete it with the final package of outputs listed in ToR delivered within 12 calendar months. The detailed Terms of Reference (TOR) for the assignment can be obtained at the address given above.

      5. Award criteria:
        Quality criterion - Name: Number of contracts of similar nature performed in the past 10 years for preparation of ESA for national road construction, rehabilitation and maintenance. Feasibility studies and conceptual designs for a major country’s highway performed under OPBRC, OPRC, DBMOT arrangement is an asset / Weighting: 15
        Quality criterion - Name: Technical approach and methodology / Weighting: 15
        Quality criterion - Name: Work plan / Weighting: 5
        Quality criterion - Name: Organization and staffing / Weighting: 5
        Quality criterion - Name: Team Leader/Highway Engineer / Weighting: 10
        Quality criterion - Name: Transport Economist / Weighting: 6
        Quality criterion - Name: Structural/Bridge Engineer / Weighting: 6
        Quality criterion - Name: Pavement/Materials Engineer / Weighting: 6
        Quality criterion - Name: Hydrological Modeler / Weighting: 5
        Quality criterion - Name: Senior Quantity Surveyor/Procurement Specialist / Weighting: 5
        Quality criterion - Name: Traffic Engineer/Transport Planner / Weighting: 5
        Quality criterion - Name: ESA Study Team Leader (International) / Weighting: 7
        Quality criterion - Name: Environmental Specialist (ES) / Weighting: 5
        Quality criterion - Name: Social Specialist (SS) / Weighting: 5
        Cost criterion - Weighting: 20
      6. Information about options:
        Options: no
      7. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      8. Additional information:

        The number of points to be assigned to each of the above positions shall be determined considering the following three sub-criteria groups and relevant percentage weights:

        1) Education and qualifications: 15%

        2) Adequacy for the Assignment: 75%

        3) Languages and regional experience: 10%

        Total weight: 100%

  3. Section IV
    1. Description:
      1. Type of procedure:
        Open procedure
      2. Information about a framework agreement or a dynamic purchasing system:
      3. Information about electronic auction:
      4. Information about the Government Procurement Agreement (GPA):
        The procurement is covered by the Government Procurement Agreement: no
    2. Administrative information:
      1. Previous publication concerning this procedure:
        Notice number in the OJ S: 2021/S 050-122203
      2. Information about termination of dynamic purchasing system:
      3. Information about termination of call for competition in the form of a prior information notice:
  4. Section V
    1. Contract No: EIB-GtP/QCBS-01/2021
      Title:

      Consultancy Services for Feasibility Study and ESA Study for Improvement and Maintenance of National Road 2

    2. Award of contract
      1. Date of conclusion of the contract: 2022-01-31
      2. Information about tenders:
        Number of tenders received: 6
        Number of tenders received from SMEs: 0
        Number of tenders received from tenderers from other EU Member States: 2
        Number of tenders received from tenderers from non-EU Member States: 4
        Number of tenders received by electronic means: 3
        The contract has been awarded to a group of economic operators: yes
      3. Name and address of the contractor:
        JV DONG IL Engineering Consultants
        7, Songi-ro 30-gil, Songpa-gu
        Seoul
        05800
        Korea
        Telephone: +82 234005805
        E-mail: [email protected]
        Fax: +82 234005890
        The contractor is an SME: no
      4. Information on value of the contract/lot (excluding VAT):
        Initial estimated total value of the contract/lot: 1 500 000.00 USD
        Total value of the contract/lot: 1 260 140.68 USD
      5. Information about subcontracting:

        Short description of the part of the contract to be subcontracted:

        Lao Transport Engineering Consultant (LTEC) is a multi-disciplinary consultancy firm. It was established in 1982 in Lao PDR. LTEC was sub-contracted by the of Joint Venture of DONG IL Engineering Consultants (Korea). In case of a pandemic situation, LTEC will be partially responsible for implementing the assignment under close cooperation with Team Leader along with other international Key Experts

  5. Section VI
    1. Additional information

      The number of points to be assigned to each of the above positions shall be determined considering the following three sub-criteria groups and relevant percentage weights:

      1) Education and qualifications: 15%

      2) Adequacy for the Assignment: 75%

      3) Languages and regional experience: 10%

      Total weight: 100%

    2. Procedures for review
      1. Review body
        Ministry of Finance-Procurement Monitoring Office and may file a complaint with the court pursuant to IRR 063 if the contract is financed by the Government
        Vientiane
        Laos
      2. Body responsible for mediation procedures

      3. Service from which information about the review procedure may be obtained

    3. Date of dispatch of this notice
      2022-03-08