MUNICIPAL SERVICES PROJECT I – SELECTION OF SUPERVISION CONSULTANTS –REQUEST FOR EXPRESSIONS OF INTEREST (REOI)

İhale Yayını Başlangıç-Bitiş Tarihi: 30/07/2020 - 25/08/2020

STANDARD PROCUREMENT DOCUMENT

 

 

 

 

 

 

 

Selection of Consultants

Request for Expressions of Interest

 

 

 

 

Employer: ILBANK

 

Funds from: Agence Française de Développement (AFD) by delegation of the European Union Facility for Refugees in Turkey

 

 

 

 

 

 

 July 2020

 

 

TURKEY

İLBANK

MUNICIPAL SERVICES PROJECT I

Design Review, Preparation of Bidding Documents and Construction Supervision Services

for

Kilis Drinking Water Network Extension and City Center Wastewater Network, Elbeyli&Polateli Wastewater Network and Package WWTPs, Adıyaman Drinking Water Network Projects

CONSULTING SERVICES

Expressions of Interest

 

İLBANK has received a financing from Agence Française de Développement ("AFD"), and intends to use part of the funds thereof for payments under the following project Municipal Services Project I (the content of which is further described in the Annex 1 below).

 

·         Description of the Services :

The Services of the consultant shall consist of design review, preparation of bidding documents, technical assistance during the bidding stage, and work supervision during construction stage and defects liability period (DLP) services for the following water and sanitation infrastructure Sub-project investments.

I.       AFD-KLS W1- Construction of Kilis Drinking Water Network Extension and Kilis City Center Wastewater Network Project :

LOT 1 Construction of Kilis Drinking Water Network Extension Project

Kilis Drinking Water Network Extension Sub-project covers construction of 54.3 km water distribution network pipes for the newly developed areas including 1,500 house connections. Realization of this project will increase service connection ratio and number of people reaching safe water sources. With the existing network constructed in year 2012, these additions will ensure hydraulically effective operation of the whole water supply system.

LOT 2 Kilis City Center Wastewater Network Project

Kilis City Center Wastewater Network Sub-project covers construction of wastewater collection lines (214.7 km) (except big diameter collectors) including 16,877 sewer connections. This will contribute achievement of compliance with Turkey’s Urban Wastewater Regulation. Prevention of direct discharge of wastewater to creeks or channels will reduce risks to public health, environment and natural sources. This will improve living conditions of inhabitants.

II.      AFD-ELB W1 - Construction of Elbeyli (Kilis) Wastewater Network and Package WWTPs Project:

Elbeyli is a small district in Kilis. The Sub-project covers construction of a new sewage system of about 13,000m of pipes and approximately 720 parcel connections. Besides, the sub-project will include a package type wastewater treatment plant with a capacity of 500m3/day.

III.     AFD-PLT W1 - Construction of Polateli (Kilis) Wastewater Network and Package WWTPs Project :

Polateli is a small district in Kilis. The Sub-project covers construction of a new sewage system of about 9,787m of pipes and approximately 500 parcel connections. Besides, the sub-project will include a package type wastewater treatment plant with a capacity of 500m3/day.

IV.    AFD-ADY W1 - Construction of Adıyaman Drinking Water Network Project:

This sub-project aims at replacing the whole city center’s drinking network. The Sub-project covers construction of approximately 616 km pipelines and one reservoir with 10,000 m3 capacity, as well as SCADA system will be installed including associated regulation and control instruments. The objective of the SCADA system is to monitor and control the reservoirs and measurement points in the network for the management of water distribution within the Drinking Water Project.

At this stage, it is expected that the Services will require at least 23 Key Experts:

For Phase 1 Services :

1.     Design Project Manager (Civil Engineer)

2.     Design Engineer (2) (Civil/ Environmental engineer)

3.     Hydraulic Expert (Civil engineer)

4.     Mechanical Engineer

5.     Electrical Engineer

6.     Survey Engineer

7.     Procurement Specialist (preferably engineer)

8.     Environmental Expert (Environmental Engineer)

9.     Social Expert

For Phase 2 Services :

1.     Project Manager (Civil Engineer)

2.     Mechanical Engineer

3.     Electrical Engineer

4.     Social Expert

5.     Environmental Engineer

6.     Site Manager (2) (Civil / Environmental Engineer)

7.     Payment Certification Control, Quality and Cost Engineer (2) (preferably Civil Engineer)

8.     Site Civil Engineer (2)

9.     Survey Engineer (2)

All detailed designs and technical specifications will be available in Turkish. Tender documents are expected to be in Turkish as well. Fluency in English and Turkish will be essential (for at least some members of the team) to the completion of the Consultancy.

The Consultant’s Services will be implemented over following two main phases:

Phase-1 (Lump-Sum):      Design Review, Preparation of Bidding Documents and Technical Assistance during the bidding and evaluation period

Phase-2 (Time Based):    Supervision of construction works and defects liability period (DLP)

The estimated duration of the Services is seven (7) months for Phase-1 (Design Review&BD preparation period is 3 months + Bidding&Evaluation period is 4 months) and thirty-six (36) months for Phase-2 including twelve (12) months of Defects Liability Period(DLP). The total required time input for the Key Experts is estimated at this stage to be 287  person-months. This does not include the required time input from personnel other than the Key Experts, as described above.

 

Location of Services

Phase 1: For the design and procurement stage, services may be handled from anywhere, provided regular communication is made possible with ILBANK’s representatives (in Ankara) and representatives of the municipalities in coordination with ILBANK’s representatives. However, site visits (in Kilis and Adıyaman Provinces) may be required in the course of design review.

Phase 2: Substantial presence will be required on site. The location of phase 2 services will be mainly within the region of Kilis and Adıyaman Cities and around.

İLBANK hereby invites Applicants to show their interest in delivering the Services described above.

This Request for Expressions of Interest is open to:

 

Consulting firms

Individual consultants

NGOs

Joint Venture between NGO(s) and consulting firm(s)

Eligibility criteria to AFD financing are specified in sub-clause 1.3 of the "Procurement Guidelines for AFD‑Financed Contracts in Foreign Countries", available online on AFD’s website: http://www.afd.fr.

The Applicant shall submit only one application, either in its own name or as a member of a Joint Venture (JV). If an Applicant (including any JV member) submits or participates in more than one application, those applications shall be all rejected. However, the same Subconsultant may participate in several applications.

If the Applicant is a JV, the expression of interest shall include:

-                a copy of the JV Agreement entered into by all members,

or

-                a letter of intent to execute a JV Agreement, signed by all members together with a copy of the Agreement proposal,

In the absence of this document, the other members will be considered as Subconsultants. Experiences and qualifications of Subconsultants are not taken into account in the evaluation of the applications.

 

·         Specific Content of the Application and Evaluation Criteria

Interested Applicants must submit an Expression of Interest (EoI) written in English Language and shall provide the following information:

(i)         Covering Letter, comprising the firm's name, address, contact person, telephone, fax and email if applicable mention the association for this project with a letter of authorization to sign the EoI.

(ii)        Presentation of firms showing the firm’s main activities, year of establishment, number of permanent staff and part-timers, fields of expertise, yearly turnover for the previous 5 years (2015-2019) and client references (name, address, telephone number, email address of client, (presentation max. 5 pages per firm, with brochures)), as well as the list of its ongoing projects (including the name of experts mobilized). In case of an association, it must include clear statements regarding the nature and type of the association as well as the competence and responsibilities of each association member.

(iii)       Statements and Declarations :

-         Declaration of Association – presenting the intended contractual arrangement between the joint venture members and/or sub- consultants, nominating the lead consultant and including letters of intent of participating firms (in case of sub-contractors a fax copy of such letter of intent is sufficient) as described above, with regards to JV arrangements. In case of a Joint Venture (JV), all members of the JV will be evaluated jointly for the purpose of short listing and shall be jointly and severally liable for the assignment and shall sign the contract in case award is made to that JV group.

-         Statement of Integrity signed following the template in Appendix 2.

-         Statement of Undertaking on Security following the template in Appendix 3.

(iv)       List of Project References; a minimum of five (5) relevant references on assignments in the water and sanitation sector of a similar size and nature not older than 10 years must be provided in order to satisfy the criteria defined in the table A below. This list shall include the value of consulting services and value of works, location, number of staff involved in the contract, name of the Client, name of partners for contract execution and share of services, source of financing, type of services provided, contract commencement and completion dates, brief description of the contract. The consultants are free to present two different tables, one showing their project specific experience, one showing their regional/local experience.

(v)        Brief CV of Applicant’s personnel (maximum 10 CV of experts from various professions requested under these services) who could provide the envisaged services (max. 5 pages per CV), in order to satisfy the criteria defined in the table below. This list shall allow a profound judgement on the consultants' general ability to provide the required personnel having the specific experience for the project in case of an offer.

Interested Applicants are requested to submit concise, clear, but substantial documents and to adhere to the above structure compliance with this invitation. Any surplus of information not specific to the material requested will not be considered.

Only Applicants having submitted the necessary documents listed above will be evaluated. Specific evaluation criteria and their individual weight are presented in the following table A:

 

 

Criteria

Points

1.

Evidence of relevant experience gained by consultants during the past ten years (experience of the firm)

75

1.1

Experience in handling similar projects (reference projects) with key-focus on the following activities (technical):

1.     Preparation and/or review of detailed designs

 

2.     Preparation of bidding documents and assistance during the bidding process

 

3.     Work supervision

 

20

10

30

1.2

Experience with working conditions in the region (with a preference for Turkey)

International experience (outside of the home region) preferably in similar activities (reference projects)

Experience on projects financed by international donors such as AFD, the World Bank, the EU, etc.

5

5

5

 

 

 

2.

Assessment of available technical expertise in the company specific to this project and availability of Turkish-speaking expertise, based on the CVs/resumes provided.

Please note that the precise definition of needed expertise will be inserted in the Request for Poposals.

20

 

 

 

3.

Assessment of financial capacity based on the average annual turnover

5

 

 

 

 

Total

100

Among the submitted applications, ILBANK will shortlist a maximum of six (6) Applicants, either all the Applicants passing the minimum threshold which is 70 points or the six higest-ranked Applicants if more than six (6) Applicants are above the minimum threshold define above. The Request for Proposals to carry out the Services shall be sent to these shortlisted Applicants.

The Employer is not bound to select any Applicant.

The Expressions of Interest must be submitted to the address below no later than 24th of August, 2020 16:00 (local time). ILBANK reserves the right to reject the applications received after the above-referenced date.

 

Attn: Mr. Özkan ÇÜÇEN, Manager of Contract Management Unit

ILBANK International Relations Department

Contract Management Unit

 

Kızılırmak Mahallesi Ufuk Üniversitesi Caddesi No:12

06510 Çukurambar-Çankaya/ANKARA, TURKEY

 

Telephone: +90 (312) 509 79 05

Email: pybsatinalma@ilbank.gov.tr

Web site: http://www.ilbank.gov.tr

Interested Applicants may obtain further information at the address during office hours:
10:00 – 17:00.

 

 

 

 

APPENDIX 1 : PROJECT DESCRIPTION

 

CONTEXT OF THE PROJECT

As a result of increased migration flows, mainly due to the Syrian conflict, Turkey hosts the largest refugee population in the world, almost 4 million people, of whom about 3.6 million are registered Syrians under Temporary Protection (SuTPs). The EU's Facility for Refugees in Turkey (FRiT) aims to help Turkey meet the immediate humanitarian and development needs of refugees and their host communities. On 28 June 2018, the European Council approved the launch of the second tranche of the Facility, with a budget of EUR 3 billion ("FRIT 2"). Of this amount, EUR 380 million has been earmarked for municipal infrastructure, notably in the water and sanitation sector. AFD was selected on the basis of a proposal submitted in the framework of a call for expressions of interest.

OBJECTIVES AND CONTENT OF THE PROJECT

The overall objective of the Project is to contribute to the improvement of the living conditions of host communities and Syrian refugees in Turkey in terms of access to water and sanitation services.

The specific objectives are as follows:

(i)      Provide access for host communities and SuTPs to safely managed drinking water and wastewater services.

(ii)     Participate in the protection of the region’s environment and, in particular, of its resources in fresh water, under stress due to climate change.

(iii)    Support the municipalities and SKI’s in achieving operational and financial sustainability in water and sanitation services.

The Project has three components:

1)    A water and sanitation infrastructure investment component, comprising ten projects located in six provinces (Kilis, Şanlıurfa, Gaziantep, Mardin, Mersin and Adıyaman);

2)    A technical assistance component, including in particular accompanying measures to improve the performance of water and sanitation operators (municipalities and metropolitan municipality water and wastewater administrations called "SKIs"), and to support ILBANK in on-granting management of the Project;

3)    Communication and visibility actions.

 

STAKEHOLDERS AND MODUS OPERANDI  

The final beneficiaries of the Project are, in fact, 8:

- 4 SKI in Şanlıurfa (SUSKI), Gaziantep (GASKI), Mardin (MARSU) and Mersin (MESKI).

- 4 non-metropolitan municipalities (the centre of Kilis, the municipalities of Elbeyli and Polateli located in the province of Kilis and Adıyaman), which manage their water and sanitation services directly under their own management.

ILBANK, a public bank dedicated to the financing of municipal infrastructures, assumes the role of technical and financial intermediary and the functions of project management assistance to the municipalities / SKI. ILBANK has signed a grant agreement with AFD to that end

AFD is the main public institution for the implementation of the French Government International Development Cooperation policies. It is both a technical agency and a financial institution, providing loans, grants and technical assistance. AFD has started its operation in Turkey in 2004. It has a main office in Istanbul and a liaison office in Ankara. Several components of Component 2 (technical assistance) and a small part of Component 3 (communication) are under the direct management of AFD.

 

COST AND FINANCING

The Project is financed exclusively by a grant, delegated to AFD from the European Union's FRIT 2 budget. The total cost is estimated at EUR 150 million.

 

MAIN EXPECTED EFFECTS

- More than 2 million people are expected to benefit from a safely managed drinking water and/or sanitation service.

- About 20 million m3 of drinking water will be saved per year thanks to improved operator performance.

- The discharge of about 4.5 million m3/year of untreated wastewater into the environment will be avoided.

- The financial and technical management of water and sanitation operators will be improved.

 

Appendix 2 (To be sumitted with the application, signed and unaltered) :

Statement of Integrity, Eligibility and Environmental and Social Responsibility

 

Reference of the bid or proposal __________________________________________ (the "Contract")

To: _______________________________________________________ (the "Contracting Authority")

 

1.         We recognise and accept that Agence Française de Développement ("AFD") only finances projects of the Contracting Authority subject to its own conditions which are set out in the Financing Agreement which benefits directly or indirectly to the Contracting Authority. As a matter of consequence, no legal relationship exists between AFD and our company, our joint venture or our suppliers, contractors, subcontractors, consultants or subconsultants. The Contracting Authority retains exclusive responsibility for the preparation and implementation of the procurement process and performance of the contract. The Contracting Authority means the Purchaser, the Employer, the Client, as the case may be, for the procurement of goods, works, plants, consulting services or non-consulting services.

2.         We hereby certify that neither we nor any other member of our joint venture or any of our suppliers, contractors, subcontractors, consultants or subconsultants are in any of the following situations:

2.1     Being bankrupt, wound up or ceasing our activities, having our activities administered by the courts, having entered into receivership, reorganisation or being in any analogous situation arising from any similar procedure;

2.2     Having been:

a)         convicted, within the past five years by a court decision, which has the force of res judicata in the country where the Contract is implemented, of fraud, corruption or of any other offense committed during a procurement process or performance of a contract (in the event of such conviction, you may attach to this Statement of Integrity supporting information showing that this conviction is not relevant in the context of this Contract);

b)         subject to an administrative sanction within the past five years by the European Union or by the competent authorities of the country where we are constituted, for fraud, corruption or for any other offense committed during a procurement process or performance of a contract (in the event of such sanction, you may attach to this Statement of Integrity supporting information showing that this sanction is not relevant in the context of this Contract);

c)         convicted, within the past five years by a court decision, which has the force of res judicata, of fraud, corruption or of any other offense committed during the procurement process or performance of an AFD-financed contract;

2.3     Being listed for financial sanctions by the United Nations, the European Union and/or France for the purposes of fight-against-terrorist financing or threat to international peace and security;

2.4     Having been subject within the past five years to a contract termination fully settled against us for significant or persistent failure to comply with our contractual obligations during contract performance, unless this termination was challenged and dispute resolution is still pending or has not confirmed a full settlement against us;

2.5     Not having fulfilled our fiscal obligations regarding payments of taxes in accordance with the legal provisions of either the country where we are constituted or the Contracting Authority's country;

2.6     Being subject to an exclusion decision of the World Bank and being listed on the website http://www.worldbank.org/debarr (in the event of such exclusion, you may attach to this Statement of Integrity supporting information showing that this exclusion is not relevant in the context of this Contract);

2.7     Having created false documents or committed misrepresentation in documentation requested by the Contracting Authority as part of the procurement process of this Contract.

3.         We hereby certify that neither we, nor any of the members of our joint venture or any of our suppliers, contractors, subcontractors, consultants or subconsultants are in any of the following situations of conflict of interest:

3.1     Being an affiliate controlled by the Contracting Authority or a shareholder controlling the Contracting Authority, unless the stemming conflict of interest has been brought to the attention of AFD and resolved to its satisfaction;

3.2     Having a business or family relationship with a Contracting Authority's staff involved in the procurement process or the supervision of the resulting Contract, unless the stemming conflict of interest has been brought to the attention of AFD and resolved to its satisfaction;

3.3     Being controlled by or controlling another bidder or consultant, or being under common control with another bidder or consultant, or receiving from or granting subsidies directly or indirectly to another bidder or consultant, having the same legal representative as another bidder or consultant, maintaining direct or indirect contacts with another bidder or consultant which allows us to have or give access to information contained in the respective applications, bids or proposals, influencing them or influencing decisions of the Contracting Authority;

3.4     Being engaged in a consulting services activity, which, by its nature, may be in conflict with the assignments that we would carry out for the Contracting Authority;

3.5     In the case of procurement of goods, works or plants:

a)         Having prepared or having been associated with a consultant who prepared specifications, drawings, calculations and other documentation to be used in the procurement process of this Contract;

b)         Having been recruited (or being proposed to be recruited) ourselves or any of our affiliates, to carry out works supervision or inspection for this Contract.

4.         If we are a state-owned entity, and to compete in a procurement process, we certify that we have legal and financial autonomy and that we operate under commercial laws and regulations.

5.         We undertake to bring to the attention of the Contracting Authority, which will inform AFD, any change in situation with regard to points 2 to 4 here above.

6.         In the context of the procurement process and performance of the corresponding contract:

6.1     We have not and we will not engage in any dishonest conduct (act or omission) deliberately indented to deceive others, to intentionally conceal items, to violate or vitiate someone's consent, to make them circumvent legal or regulatory requirements and/or to violate their internal rules in order to obtain illegitimate profit;

6.2     We have not and we will not engage in any dishonest conduct (act or omission) contrary to our legal or regulatory obligations or our internal rules in order to obtain illegitimate profit;

6.3     We have not promised, offered or given and we will not promise, offer or give, directly or indirectly to (i) any Person who holds a legislative, executive, administrative or judicial mandate within the State of the Contracting Authority regardless of whether that Person was nominated or elected, regardless of the permanent or temporary, paid or unpaid nature of the position and regardless of the hierarchical level the Person occupies, (ii) any other Person who performs a public function, including for a State institution or a State‑owned company, or who provides a public service, or (iii) any other person defined as a Public Officer by the national laws of the Contracting Authority’s country, an undue advantage of any kind, for himself or for another Person or entity, for such Public Officer to act or refrain from acting in his official capacity;

6.4     We have not promised, offered or given and we will not promise, offer or give, directly or indirectly to any Person who occupies an executive position in a private sector entity or works for such an entity, regardless of the nature of his/her capacity, any undue advantage of any kind, for himself or another Person or entity for such Person to perform or refrain from performing any act in breach of its legal, contractual or professional obligations;

6.5     We have not and we will not engage in any practice likely to influence the contract award process to the detriment of the Contracting Authority and, in particular, in any anti‑competitive practice having for object or for effect to prevent, restrict or distort competition, namely by limiting access to the market or the free exercise of competition by other undertakings;

6.6     Neither we nor any of the members of our joint venture or any of our suppliers, contractors, subcontractors, consultants or subconsultants shall acquire or supply any equipment nor operate in any sectors under an embargo of the United Nations, the European Union or France;

6.7     We commit ourselves to comply with and ensure that all of our suppliers, contractors, subcontractors, consultants or subconsultants comply with international environmental and labour standards, consistent with laws and regulations applicable in the country of implementation of the Contract, including the fundamental conventions of the International Labour Organisation (ILO) and international environmental treaties. Moreover, we shall implement environmental and social risks mitigation measures when specified in the environmental and social commitment plan (ESCP) provided by the Contracting Authority.

7.         We, as well as members of our joint venture and our suppliers, contractors, subcontractors, consultants or subconsultants authorise AFD to inspect accounts, records and other documents relating to the procurement process and performance of the contract and to have them audited by auditors appointed by AFD.

 

Name: __________________________  In the capacity of: _____________________________________

Duly empowered to sign in the name and on behalf of[1]:________________________________________

Signature:_____________________________________________________________________________

Dated: ________________________________________________________________________________

 

 

 

Appendix 3:

Statement of Undertaking - Security

 

We acknowledge that we remain responsible for the security of the staff and equipment we would mobilize to implement the Services envisaged in relation with the MUNICIPAL SERVICES PROJECT I and that we have examined the security conditions and assessed the associated risks pertaining to the execution of such Services.

We undertake to implement security measures that are deemed necessary and sufficient to us to ensure the security of these staff and equipment.

 

 

[Signature]

[insert name], Company Director [insert company name]

 

 

 

[1]     In case of joint venture, insert the name of the joint venture. The person who will sign the application, bid or proposal on behalf of the applicant, bidder or consultant shall attach a power of attorney from the applicant, bidder or consultant.