CANCELLED Supervision Service for European School Construction at the Lisi Lake Site in Tbilisi, Georgia.
UNOPS
CANCELLED Supervision Service for European School Construction at the Lisi Lake Site in Tbilisi, Georgia.
Request for proposal
Reference:
RFP/2022/41514
Beneficiary countries or territories:
Georgia
Registration level:
Basic
Published on:
20-Apr-2022
Deadline on:
17-May-2022 12:00 0.00
Description
Tender description: This tender is for the provision of Consultant Services of Construction Works' Supervision of the European School, located at Lisi Lake Site in Tbilisi, Georgia.
-----
IMPORTANT NOTE: Interested vendors must respond to this tender using the UNOPS eSourcing system, via the UNGM portal. In order to access the full UNOPS tender details, request clarifications on the tender, and submit a vendor response to a tender using the system, vendors need to be registered as a UNOPS vendor at the UNGM portal and be logged into UNGM. For guidance on how to register on UNGM and submit responses to UNOPS tenders in the UNOPS eSourcing system, please refer to the user guide and other resources available at: https://esourcing.unops.org/#/Help/Guides
Interested in improving your knowledge of what UNOPS procures, how we procure and how to become a vendor to supply to our organization? Learn more about our free online course on “Doing business with UNOPS” here
-----
IMPORTANT NOTE: Interested vendors must respond to this tender using the UNOPS eSourcing system, via the UNGM portal. In order to access the full UNOPS tender details, request clarifications on the tender, and submit a vendor response to a tender using the system, vendors need to be registered as a UNOPS vendor at the UNGM portal and be logged into UNGM. For guidance on how to register on UNGM and submit responses to UNOPS tenders in the UNOPS eSourcing system, please refer to the user guide and other resources available at: https://esourcing.unops.org/#/Help/Guides
Interested in improving your knowledge of what UNOPS procures, how we procure and how to become a vendor to supply to our organization? Learn more about our free online course on “Doing business with UNOPS” here
This tender has been posted through the UNOPS eSourcing system. / Cet avis a été publié au moyen du système eSourcing de l'UNOPS. / Esta licitación ha sido publicada usando el sistema eSourcing de UNOPS. Vendor Guide / Guide pour Fournisseurs / Guíra para Proveedores: https://esourcing.unops.org/#/Help/Guides
First name:
N/A
Surname:
N/A
This procurement opportunity integrates considerations for at least one sustainability indicator. However, it does not meet the requirements to be considered sustainable.
Gender issues
Social
The tender contains sustainability considerations addressing gender equality and women's empowerment.
Examples:
Gender mainstreaming, targeted employment of women, promotion of women-owned businesses.
Link | Description | |
---|---|---|
https://esourcing.unops.org/#/Help/Guides | UNOPS eSourcing – Vendor guide and other system resources / Guide pour fournisseurs et autres ressources sur le système / Guía para proveedores y otros recursos sobre el sistema |
81101513
-
Building construction management
Tender cancelled on 2022-07-26 10:00 UTC. Dear All,Thanks a lot for your interest and resources you invested in this competition.We regret to inform you that our organization has to cancel this bidding.The construction supervision company has already be selected by the Client for this site and therefor having a second team on site was not considered to be reasonable.Sincerely,UNOPS Georgia. For any inquiries, please contact Alexander STAZHADZE. Email: AlexanderST@unops.org, Phone: Georgia 595293999
Edited on:
26-Jul-2022 12:00
Edited by:
webservice@unops.org
New clarification added: You can show the contracts, those are not confidential. Additional clarifications will be requested if needed. Dear Sir/Madam,Most of our current contract disputes are covered by confidentiality and/or business secrecy (L.151-1 French commercial code). thus we will not be able to show the full list of current disputes. Could you please advise us on this matter?
Edited on:
10-May-2022 14:14
Edited by:
webservice@unops.org
New clarification added: Dear Vladimer,Thanks for the message. We are aware of the Company categories and Georgia regulations about the audit (According to the regulations, companies under Categories 3 and 4 are not required to provide the annual Audited Financial Statements), and that is why we modified Qualification Requirements of the RFP. Further clarifications might be requested from the bidders, if needed, during the evaluation process.Dear UNOPS Procurement TeamWe would like to provide some overview concerning the requirements related to the financial statements.As we received the notification from the UNOPS, the requirement for the submission of the financial statements has been amended and now it is formulated as follows: "Financial Statements, accepted by the relevant authorities, for 2018, 2019 and 2020 would be acceptable in case the Financial Statements for 2021 are not yet finalized". This amendment, as we understand, was made based in response to one of the requested clarification uploaded on the page of Clarifications on 2022-05-06, by one of the bidders, where the question was following: "Is it possible to participate in the tender with the financial statements of the requested period approved by SERVICE FOR ACCOUNTING, REPORTING AND AUDITING SUPERVISION (saras.gov.ge), or they have to be audited by an audit company?"We would like to drop your attention to the:The Service for Accounting, Reporting and Auditing Supervision (SARAS) is the platform, where all the active legal entities are divided into 4 categories (according to financial turnovers and numbers of employees). Category #1 unites the companies, which meet 2 out of three following criterias: 1) the total value of the assets exceeds GEL 50 million; 2) Annual income exceeds GEL 100 million; 3) The average number of employees in the reporting period exceeds 250.Category #2 unites the companies, which meet 2 out of three following criterias: 1) the total value of the assets not exceeding GEL 50 million; 2) Annual income not exceeding GEL 100 million; 3) The average number of employees in the reporting period not exceeding 250.Category #3 unites the companies, which meet 2 out of three following criterias: 1) the total value of the assets not exceeding GEL 10 million; 2) Annual income not exceeding GEL 20 million; 3) The average number of employees in the reporting period not exceeding 50.Category #4 unites the companies, which meet 2 out of three following criterias: 1) the total value of the assets not exceeding GEL 1 million; 2) Annual income not exceeding GEL 2 million; 3) The average number of employees in the reporting period not exceeding 10.The companies under the Categories #1 and #2 are legally required to provide annual Audited Financial Statements provided by the licensed Audit companies.All local consulting companies (providing design, supervision and similar activities) in Georgia are part of the Categories #3 or #4. According the regulations, companies under these categories are not required to provide the annual Audited Financial Statements provided by the licensed Audit companies. Only part of these companies are providing the Financial Statements by licensed Audit Companies on their good will and according to their internal policies of being transparent. All legal entities under these categories are just required to to fill out the relevant information on the SARAS.gov.ge platform. The system algorithm only "checks" the ratio of a few key parameters and does not check the accuracy of the entered data. Consequently, it confirms the uploaded documentation even if the entered information are artificially "polished" or are false. In many cases, companies use financial statements "Approved" by this platform system in tenders, which do not reflect the reality at all, and problems often arise only during the performance of the service. This causes problems as for the conscious companies in the tendering process, as well as for the Clients during the projects implementation.
Edited on:
10-May-2022 10:33
Edited by:
webservice@unops.org
New clarification added: 8.- CONSULTANT PERSONNEL / 8.1.- TEAM COMPOSITION – “It is estimated that about 82 person months of key consultants’ services and about 123 person months of non-key consultants’ services would be required to accomplish the tasks.The requirements of various experts and the duration of their engagement are indicated below. However, the consultants may propose additional staff, within the budget, that may be required to accomplish the tasks.” Question 9: Please clarify if the reduction of the inputs given in the TOR will not be accepted by the Client. This has a special importance as the bidders might interpret in a way of their points of view, which at the and can cause significant miscalculation of the financial proposal.The bidders' proposals will be evaluated according to the point 2.2 Technical Evaluation Criteria included in the Section II - Evaluation Method and Criteria.Question: 8. On 2022-05-04 one of the bidders asked to clarify: “3. Please confirm non-key specialist construction inspector is requested for 48 months?”UNOPS clarified: “Three Construction Inspectors will be needed during 16 months, that’s why we requested 48 person months (3x16). Anyway - depending on the development of the works - different time configurations may be needed to cover those 48 person months”. Question 10: The UNOPS’s answer is clear, however could you please confirm that all bidders are required to provide their rates considering 48 months? This is important to avoid the misinterpretation by any of the bidder and submission of price showing the reduced input for this position by underestimation of expectations, as such an understanding/interpretation can affect the final price of the proposal.All the bidders will be evaluated equally according to the criteria stated in the Section II - Evaluation Method and Criteria.
Edited on:
10-May-2022 10:14
Edited by:
webservice@unops.org
New clarification added: Question 5: Could you please clarify whether the works contracts will be based on FIDIC Yellow or Pink book, and which addition(s), if possible? The Contract between MoES and Contractor(s) will follow the internal MoES template.5. TOR // 7.4.- CONSTRUCTION SUPERVISION // “If necessary, issue clarifications and supplementary drawings to the Contractor(s) and/or approve alternate drawings, provide the Contractor(s) with all necessary surveys and reference data to facilitate the work and to avoid any potential delays in implementation of the works;” Question 6: Could you please clarify, why it is expected the scenario, when the working drawings are to be developed by the consultant. Usually this is a responsibility of the contractor.The scope of the Consultant includes the approval of “shop drawings” and “as-built drawings”. Also if it is necessary, the Consultant will issue clarifications and supplementary drawings to the Contractor(s) and/or approve alternate drawings.Question: 6. TOR // 7.4.- CONSTRUCTION SUPERVISION // “Assess and check the laboratory and field tests carried out by the Contractor(s), and carry out independent tests;” Question 7: Which tests are meant under the provision of the independent tests. Is there any chance to have an estimated number and types of tests to be carried out or is it fully to be determined/estimated by the consultant based on experience?The contrasting tests will be carried out when there is a Non-conformity of the Contractor’s Quality Assurance. It is impossible to foresee in this stage which contrasting tests will be needed.In order to avoid any misunderstanding, the performing of the tests is the Contractor’s responsibility. The Consultant will need to carry out contrasting tests just in case there is a Non-conformity of the Contractor’s Quality Assurance; in any case, the aforementioned contrasting tests will be borne by the contractor. Question 8: Please clarify can under the field tests be included the Geo-technical tests. We consider this clarification as a matter of high importance since in case of positive answer, it means to us that we will have to provide the new samples for the testing, which can lead us to the additional significant amount. Therefore, we kindly ask you to clarify, so that all bidders are aware of the assumptions.It is not expected to carry out geo-technical contrasting tests; in relation to the cost of the tests, please see reply to Question 7.
Edited on:
10-May-2022 10:12
Edited by:
webservice@unops.org
New clarification added: 3. TOR // 4.- OBJECTIVE OF THE ASSIGNMENT // “f. Advise Ministry of Education and Science on all matters concerning implementation of the Contracts including quality control, work progress, implementation issues, dispute resolution, adjudication or litigation, amendments to the contract, contract termination, certification of payments”. Question 4: Please advise if the MoES will have state supervision on their party. This has a high importance, because if such state supervision is not provided by MoES, then the bidders for this assignment will have to consider the additional fees to their services for provision of third-party expertise opinions from accredited inspection bodies, as required by the low.The MoEs will provide a formal supervision of the works, either by themselves or by the hiring a third party company. UNOPS - and the Consultant hired by UNOPS -will work under that formal MoES supervision. Iit needs to be highlighted that the involvement of that MoES supervision in the daily supervision work probably will not be very “proactive”, so UNOPS will carry out the full supervision works. We notice that the question issued by one of the bidders on 2022-05-02 “6. Completion of the construction stages requires a report prepared by an accredited person. This project is a Class IV construction, therefore similar conclusions will be required. Is this the contractor side?” was not answered by the Client. Unfortunately, we do not clearly understand this question, but we believe it is about the same issue, what we are asking in the question above through the Comment 4.4. TOR // 4.- OBJECTIVE OF THE ASSIGNMENT // “Fulfil the function of the ‘Engineer’ team in administering the civil works contracts (the Contracts) in accordance with the General and Particular Conditions based on International Federation of Consulting Engineers (FIDIC) Conditions of Contract for ‘Construction for Building and Engineering Works Designed by the Employer’”. Question 5: Could you please clarify whether the works contracts will be based on FIDIC Yellow or Pink book, and which addition(s), if possible? The Contract between MoES and Contractor(s) will follow the internal MoES template.
Edited on:
10-May-2022 10:08
Edited by:
webservice@unops.org
New clarification added: 2. TOR // 4.- OBJECTIVE OF THE ASSIGNMENT // “d. Approve the construction drawings for EaP EU School construction by the work contractors (the Contractors)” andTOR // 7.1.- INCEPTION REPORT // “b. Review the detailed design and construction drawings in accordance with the design standards/technical specifications and the actual site requirements. The review of the detailed design shall be completed within 30 days of the commencement of services and by the results of the review provide periodic status reports to the UNOPS on the design review, identify any problems and difficulties encountered and the proposed solutions. Review of construction drawings will be completed no later than seven days from the date of submission to facilitate the commencement of works.”Question 2: According to our information, the detailed design review has been separately tendered, and the Client has already on board the relevant company which does the design review. Is the review of the already reviewed design package required or this will just be the alternative review of the package delivered by the design company?The Design Review is currently being carried out by UNOPS, as part of our internal quality regulations. The result of that DR review process will be the acquiring of the Design Compliance Certificate. The Consultant will carry out a review of the detailed design made available to identify any problems and difficulties encountered and will prepare the Inception Report, according to the point 7.1 of the ToR.Question 3: The other question in this regard is that several components of the detailed design need to be expertized according to local regulations. Is provision of this procedures the scope of the Client/Design company or is this the responsibility to be included in the scope of new Consultant under the "design review" activity?The local expertise of the Detailed Design - if needed - will be under the scope of the Designer, not the Consultant.
Edited on:
10-May-2022 10:06
Edited by:
webservice@unops.org
New clarification added: Dear Sir/Madam,Could you please confirm for Returnable Proposal Schedule 14 only "current contract dispute and/or arbitral or legal proceeding involving the bidder" in Georgia should be shown? Details of any current disputes, not just in Georgia, shall be provided by bidder(s) , "details of any current contract dispute and/or arbitral or legal proceeding involving the bidder"
Edited on:
10-May-2022 09:58
Edited by:
webservice@unops.org
New clarification added: Question: Please Confirm:1. Is it necessary to submit contracts as the confirmation of experience? Yes. We also need confirmation that contracts submitted were “executed successfully”, it can be accomplishment or hand over certificate.2. If the contracts will be provided in the original language (Georgian), will it affect the points?I mean the part where is written that "Bidders must obtain a minimum of [42] points." from 60. Please see Instructions to Bidders: "20. LANGUAGE OF PROPOSALS All proposals, information, documents and correspondence exchanged between UNOPS and the bidders in relation to this proposal process shall be in the language set out in the RFP Particulars in Section I. Supporting documents may be submitted in their original language. If such language is different from that set out in the RFP Particulars in Section I, the supporting documents shall be submitted together with a translation of the supporting documents’ relevant excerpts. In any such case, for interpretation of the proposal, the translation shall prevail. The sole responsibility for translation and the accuracy thereof shall rest with the Bidder.” And particulars: “Language of proposalsOfficial UNOPS language - EnglishOther languages (could include other UNOPS official languages) - N/A” Requested by: Eliso Kiknadze (e.kiknadze@cmc.ge)Requested on: 2022-05-06
Edited on:
08-May-2022 06:02
Edited by:
webservice@unops.org
New clarification added: 70 (seventy) calendar days shall be the validity period for the bid, thanks for notice this.Dear Sir/Madam,Could you please clarify inconcistancy with the proposal validity period? It is stated in Tender Particulars, that the validity period is 70 days, but in the Returnable Proposal Schedule 2 it is stated "must be at least ninety (90) days", but "Make sure to insert same validity period as set out in the RFP Particulars of Section I of the RFP".
Edited on:
06-May-2022 16:24
Edited by:
webservice@unops.org
New amendment added #2: To modify qualification criteria about financial statements, new version is provided below:“Audited financial statements, or financial statements (balance sheets) certified by the relevant authorities if financial audit is not required by the laws of the consultant’s country, for the last three (3) years. It should include cover page indicating liquidity /current ratio. Current assets / Current liabilities should be 1 (one) or greater at least for 2 years. Financial Statements, accepted by the relevant authorities, for 2018, 2019 and 2020 would be acceptable in case the Financial Statements for 2021 are not yet finalized”.Sincerely,Sandro
Edited on:
06-May-2022 07:47
Edited by:
webservice@unops.org
New clarification added: Minimum 42 points shall be obtained by the bidder to be technically compliant in “Technical Proposal” and be further considered for a financial evaluation. Scoring method can be found in par. 2.2. Technical Evaluation Criteria (question 1 below). 1. SECTION II / EVALUATION METHOD AND CRITERIA // 1. EVALUATION METHOD: The total score obtained in both Technical and Financial proposals will be the final score for proposal, with 60% allocated to the technical proposal and 40% to the financial proposal. The proposal obtaining the overall highest score will be considered as the winning proposal. This proposal will be the most responsive to the needs of UNOPS in terms of value for money.Qusetion 1: As based on our experience the weights of technical and financial proposals given above grants a very high importance to the lowest cost, could you please clarify if any bidder will submit the candidates with the lower qualification for key-positions given in the TOR (counting on the fact that unusually high weight is granted to the financial proposal) what actions can be taken by the Client? Whether such bidder will be invited for the negotiations anyway?
Edited on:
06-May-2022 06:05
Edited by:
webservice@unops.org
New clarification added: We will issue the RFQ amendment about your question below soon. 8. We have financial statements for 2018-2020, wondering if we need audit findings for the required periods. Audited Financial Statements for the past three (3) years inclusive of a cover page indicating Liquidity/ Quick Ratio of one (1) or higher. Audited Financial Statements for 2018, 2019 and 2020 (in lieu of 2018, 2019 and 2020) would be acceptable in case the Financial Statements for 2021 are not yet finalized. In case of Joint Venture, at least one of the JV member should fulfill this requirementIs it possible to participate in the tender with the financial statements of the requested period approved by SERVICE FOR ACCOUNTING, REPORTING AND AUDITING SUPERVISION (saras.gov.ge), or they have to be audited by an audit company?
Edited on:
06-May-2022 05:48
Edited by:
webservice@unops.org
New clarification added: Regarding non-key personnel.We kindly ask you to submit their CVs as well to prove consultants’ relative experience. The CVs of non-key personnel will not be evaluated; however, we need it for information purposes.P.S disregard the clarification below:2022-05-04 07:21 UTCNo CVs for non-key personnel is required, you have to fill in the “RETURNABLE PROPOSAL SCHEDULE” table for non-key personnel. Non-key personnel will not be evaluated.
Edited on:
04-May-2022 10:31
Edited by:
webservice@unops.org
New clarification added: 3. Please confirm Non-key specialist construction inspector is requested for 48 months?Three Construction Inspectors will be needed during 16 months, that’s why we requested 48 person months (3x16). Anyway - depending on the development of the works - different time configurations may be needed to cover those 48 person months.4. Please define the duration and staff input of the project, as the provided info in the TOR is not enough for clear understanding:The estimated construction duration for the Lot 1 is four (4) months – from June 2022 to September 2022 – and fifteen (15) months for the Lot 2 - from June 2022 to August 2023It is estimated that about 82 person-months of key consultants’ services and about 123 person-months of non-key consultants’ services would be required to accomplish the tasks.The services of the Consultant are provided for 16 (sixteen) calendar months and 6 calendar months (with a reduced number of personnel) during the defects’ notification period (DNP) under construction contracts.The duration of the Consultant assignment is determined based on the following:CONSTRUCTION PERIOD 15 MONTHSCOMPLETION OF REPORTS 1 MONTHDEFECT NOTIFICATION PERIOD 6 MONTHSThe estimated time assigned to each specialist - key personnel and non-key personnel - is stated in the ToR (page 23). Anyway this time it is just estimated and can be modified based on the construction needs.
Edited on:
04-May-2022 09:21
Edited by:
webservice@unops.org
New clarification added: 1. RETURNABLE PROPOSAL SCHEDULE 8 - KEY PERSONNELWhether a submission is required for key/non-key personalContracts Diplomas ID No CVs for non-key personnel is required, you have to fill in the “RETURNABLE PROPOSAL SCHEDULE” table for non-key personnel. Non key personnel will not be evaluated. 2. How shall the non-key personnel propose without a resume, just a list, or in the similar format provided for key personnel? Same as above, just a list.3. and 4 questions will be answered soon. 5. Returnable Proposal Schedule 13 – Conflict of Interest:Please confirm if there is no conflict of interest, we will not fill it? The form shall be submitted even you have nothing to declare, in case of “no conflict of interest”6. Completion of the construction stages requires a report prepared by an accredited person. This project is a Class IV construction, therefore similar conclusions will be required. Is this the contractor side?7. What form and content of the contract will be signed, will it be Fidik or not? Please see “documents” tab for a sample contract, annex 6_Consultant_Services_Contract_for_Works_(2).docx8. We have financial statements for 2018-2020, wondering if we need audit findings for the required periods. Audited Financial Statements for the past three (3) years inclusive of a cover page indicating Liquidity/ Quick Ratio of one (1) or higher. Audited Financial Statements for 2018, 2019 and 2020 (in lieu of 2018, 2019 and 2020) would be acceptable in case the Financial Statements for 2021 are not yet finalized. In case of Joint Venture, at least one of the JV member should fulfill this requirement
Edited on:
02-May-2022 18:30
Edited by:
webservice@unops.org
New clarification added: The contract included both - design and construction supervision stages of the construction/renovation/rehabilitation of partner universities program. We note that the scope of the supervision was very similar: the client was a state organisation and our party was the Consultant on the Engineer's party. Also, our scope consisted of provision of full range of construction supervision, including the preparation of QA/QC manuals, Occupational Health and Safety, as well as the Social and Environmental Management manuals. It will be considered as relative experience; however, we need evidence (acceptance certificate for instance) that the assignment was successfully accomplished. The scope of our services under one of our consultancy agreements was to provide services of construction/renovation/rehabilitation (similar to this assignment) for different teaching facilities/buildings of different universities (Tbilisi State University, Ilia State University, San Diego State University _Georgia). As activities for those universities was part of the whole program, please clarify if this agreement can be considered as two projects, since as mentioned above, they were completely different entities in different locations in Tbilisi. We can provide from the Client official reference letter confirming that we performed our services on different facilities of above mentioned universities.If these were separate contracts, then yes. We do need evidence that amount of the works supervised by bidder(s) was USD 8 million for 2 contracts, among them one contract shall be no less than USD 3 million.
Edited on:
27-Apr-2022 07:21
Edited by:
webservice@unops.org
New amendment added #1: To modify technical criteria, payment terms and extend deatline to May 17, 2022.
Edited on:
26-Apr-2022 09:38
Edited by:
webservice@unops.org
New clarification added: Dear Sir/Madam,We will be appreciated you you would clarify below mentioned queries;1. According to Sec. 2 Evaluation Method and Criteria item 2.2, "Construction Supervision services for civil - building(s)'s construction contacts executed succesfully during the last 3 years" will be accepted as similar experience. Taking into account "Civil Construction Contacts" staten in above criteria, kindy clarify whether supervision services in other fields (such as, infrastructure, energy, water structures) will be accepted as similar experience? Supervision of schools and/or similar buildings will be considered as a similar experience. 2. Kindly clarify whether ongoing projects will also be accepted as similar experience (on condition that certification from the customers)?Only successfully accomplished projects shall be considered as a "similar experience", not ongoing ones.Lastly, in order to prepare a proper proposal, we kindly request at least 1 week of time extension.The submission deadline will be extended to May 17, 2022.
Edited on:
26-Apr-2022 09:13
Edited by:
webservice@unops.org