Request for Expression of Interest – Design and Supervision of Works at CLB and StML
Country: Sint Maarten
Executing Agency: National Recovery Program Bureau
Name of Project: Fostering Resilient Learning Project (FRLP)
Name of Assignment: Package for Design and Supervision of Works of Charles Leopold Bell (CLB) School and the Sint Maarten Library (StML)
Loan No./Credit No./ Grant No.: TF-B4914
Reference No.: SX-NRPB-303762-CS-QCBS
Summary of assignment
The Government of Sint Maarten has received financing from a Trust Fund from the Government of the Netherlands, administrated by the World Bank, toward the cost of the Sint Maarten FOSTERING RESILIENT LEARNING PROJECT, and intends to apply part of the proceeds for consulting services.
A Consulting firm (“the Consultant”) will be hired to provide services to prepare designs, project management and construction supervision for the construction of Charles Leopold Bell School and the Sint Maarten Library (“the Facilities”). The consultant shall provide design services to ensure that the works as designed and executed, satisfy the quality, Environmental, Social, Health and Safety (ESHS) requirements, timeline and budgeted cost targets/requirements as set out for the project.
The services required would include but are not limited to: architectural; structural; civil; electrical and mechanical engineering; environmental, social, health and safety (ESHS) matters; quantity surveying and interior design services and any specialist consultancy required in support of these.
The consultant will administer the Works contract and supervise the day-to-day civil works on site following construction supervision procedures based on sound international practices to:
- Ensure that the works are constructed in accordance with the project’s contracts;
- Monitor the completion of the civil works within the agreed program and budget and to the quality standards and ESHS specifications stipulated in the Contracts;
- Monitor compliance with the ESHS risk management requirements, as set forth in the ESMF, LMP, Contractor’s Environmental and Social Management Plan (C-ESMP) and SEP and ensure that adequate mitigation measures have been taken during the implementation of the Works;
- Maintain communication with local communities and help identify and resolve emerging issues and complaints;
- Ensure that the Contractor’s Grievance Redress Mechanism (GRM) and Contractor’s GRM for workers, as set for in the ESMF, SEP and LMP, are active and adequately monitored; and (v) report to the NRPB and advise on matters concerning implementation of the Works.
The assignment is expected to commence around October 2023 and will require approximately thirty-eight months as detailed below:
- Design Phase: thirty-three (33) man-months input over a duration of thirty-eight (38) weeks
- Construction Management & Site Supervision: thirty-three (33) man-months input over a duration of eighteen (18) months.
- Defects notification period: six (6) months.
The detailed Terms of Reference (TOR) for the assignment can be obtained at the address given below or by sending an e-mail to procurement@nrpbsxm.org.
The National Recovery Program Bureau (NRPB) 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:
- At least 10 years of experience in design, preparatory works, project management and construction supervision of building works contracts.
- At least three successfully completed contracts during the last seven years for detailed design, architectural works, and the supervision of construction of concrete buildings for public use projects such as schools, hospitals, community centers, hotels, and similar facilities, with a construction value of at least US $5.0 million each.
The Qualifications and Experience of Key Experts shall not be included in the shortlisting criteria. Key Experts will not be evaluated at the shortlisting stage.
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” November 2020 (“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 Cost Based Selection (QCBS) method set out in the Procurement Regulations.
Consultants must clearly demonstrate their qualifications by providing details on the following with respect to each assignment submitted as part of the qualifications:
- Date of services provided.
- Description of services provided and cost of services
- Description of project and the construction costs
- Client’s name and reference contact details
- Company incorporation documents
Costs must be provided in United States Dollars. The Consultant’s incorporation status must also be provided.
Further information can be obtained at the address below during office hours 8:30 to 16:00 hours 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 25 April, 2023 @ 12:00 AST.
Attn:
FRLP Project Manager: R. Laville
Fostering Resilient Learning Project – SX-NRPB-303762-CS-QCBS
National Recovery Bureau (NRPB)
Sint Maarten
E-mail: procurement@nrpbsxm.org
The National Recovery Program Bureau is not bound to give any reason for not shortlisting any or all bidders and shall not be responsible for the cost of preparation of expressions of interest.