• B/H/S
  • ENG
Objave

REQUEST FOR EXPRESSIONS OF INTEREST – BEEPAF-P165405-CQ-05-CS-21-FBIH

02.08.2021.

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

BOSNIA AND HERZEGOVINA
ADDITIONAL FINANCING FOR THE ENERGY EFFICIENCY PROJECT
Loan No./Credit No.: 8906

Assignment Title: Performing design and work supervision
Reference No. BEEPAF-P165405-CQ-05-CS-21-FBIH

The Bosnia and Herzegovina has received financing from the World Bank toward the cost of the Additional Financing for the Energy Efficiency Project, and intends to apply part of the proceeds for consulting services.

The consulting services (“the Services”) include: preparation of technical design documentation for energy efficient retrofits fully in line with local legislation including energy efficiency in FBiH, technical codes and good engineering practice for recommended and accepted energy saving measures (investments) as well as calculations on meeting the energy efficiency standards. Services also include supporting preparation of technical parts of bidding documents (including bills of quantities) for various procurement categories, i.e. works for reconstruction and/or building retrofit, supply and installation of equipment (including list of goods to be supplied and installed, and a cost estimate of goods and other related contractor services for installation) as well as conducting supervision and commissioning of civil works and the supply and installation of goods in accordance with local law, energy efficiency regulations in FBiH and technical design and environmental requirements.
The services will be performed for ten (10) selected public buildings in Zenica-doboj canton. Predicted duration is three (3) months for design and five (5) months for works supervision.

The detailed Terms of Reference for the assignment (TOR) can be found at the Ministry of Spatial Planning of the Federation of Bosnia and Herzegovina website www.fmpu.gov.ba and Project website www.beep.ba.

The Ministry of Spatial Planning of the Federation of Bosnia and Herzegovina Project Implementation Unit 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.

Consultant must submit following documents as a proof of fulfillment of the stated requirements (in local language):

• Company information: name, registration, address, telephone number, facsimile number, year of establishment, contact person for the project, fields of expertise;
• Confirmation on no obligations relating to the payment of direct and indirect taxes in accordance with the relevant laws of Bosnia and Herzegovina (may not be older than three (3) months) or with the relevant law of the country from the EOI submitter
• Hold a license from Ministry of Spatial Planning of the Federation of Bosnia and Herzegovina for Design and license for performing energy audit and certification of buildings for complex building systems in FB&H or if not available will be obtained within 30 days as condition to sign the contract. Such consultant shall provide a confirmation along with the EOI that he will secure the license in case he is selected to submit technical/ financial proposals
• If the case may be, form of association (sub-contractor or joint venture up to three members) for the execution of the contract and identification of the leading company. In the case of joint venture all members shall be jointly and severally liable for the entire assignment. Same information shall be submitted for the leading company and the associate companies except holding licenses from Ministry of Spatial Planning of the Federation of Bosnia and Herzegovina which is obligatory for leading company.
The shortlisting criteria are: The required minimum experience should be demonstrated by:

• Details of experience for minimum three (3) similar assignments undertaken in last five (5) years for Task 1 and minimum three (3) similar assignments undertaken in last five (5) years for Task 2, including value of consulting services and value of works, location, name of the Client, type of services provided, contract period of execution;
• Curricula Vitae (short version, specifying experience in similar assignments, sixteen (16) CVs of key personnel from various professions requested under such services) of key staff who will be working on the assignment(s) with minimum:
• Team Leader, responsible for managing/overseeing the entire consultancy contract implementation; University degree (Master’s equivalent) in architecture, mechanical, electric or civil construction engineering or related field; minimum ten (10) years of experience in relevant field, including project management of similar assignments;
• Deputy of team leader, responsible for assisting to team leader for managing/overseeing the entire consultancy contract implementation; University degree (Master’s equivalent) in architecture, mechanical, electric or civil construction engineering or related field; minimum seven (7) years of experience in relevant field, including project management of similar assignments;
• Responsible key staff for managing/coordinating supervision of civil works; university degree (Master’s equivalent) in architecture or civil engineering
• At least four (4) graduate architect and/or civil engineers with competency exam passed and at least seven (7) years of work experience in relevant field;
• At least three (3) additional graduate architect and/or civil engineers with competency exam passed and at least five (5) years of work experience in relevant field;
• At least three (3) graduate mechanical engineers with competency exam passed and at least seven (7) years of work experience in relevant field;
• At least one (1) additional graduate mechanical engineer with competency exam passed and at least five (5) years of work experience in relevant field;

• At least two (2) graduate electrical engineers with competency exam passed and at least seven (7) years of work experience in relevant field;
• At least one (1) additional graduate electrical engineer with competency exam passed and at least five (5) years of work experience in relevant field;
One (1) administrative assistant (support personnel, not needed CV).

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 (“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.

The realization of the required tasks is the subject to availability of credit Funds to be obtained by the relevant Canton from the Federal Ministry of finance.

A Consultant will be selected in accordance with the Consultant Qualification Selection method set out in the Procurement Regulations.

Further information can be obtained at the address below during office hours from 12,00 to 16,00 hours.

Expressions of interest must be delivered in a written form to the address below (in person, or by mail, or by e-mail) by 16.08.2021.

Ministry of Spatial Planning of the Federation of Bosnia and Herzegovina
Project Implementation Unit
Attn: Mrs. Jasmina Mangafić, Team leader
Hamdije Čemerlića 2, 10 floor, room 1019
71000 Sarajevo, Bosnia and Herzegovina
Tel: +387 33 726 548, Fax: +387 33 726 511
E-mail: jasmina.mangafic@beep.ba, vesna.gavran@beep.ba

 

 

ToR