You are on page 1of 31

EMERGENCY ASSISTANCE FOR

REHABILITATION AND RECONSTRUCTION (EARR) –


CENTRAL SULAWESI

LOAN NUMBER: 3793-INO

REQUEST FOR EXPRESSION OF INTEREST

FOR

PROJECT MANAGEMENT AND SUPPERVISION


CONSULTANT (PMSC) TO SUPPORT RIVER BASIN
ORGANIZATION (BALAI WILAYAH SUNGAI) SULAWESI III

FEBRUARY 2020
TABLE OF CONTENTS

A. BACKGROUND ............................................................................................................. 1
B. ORGANIZATIONAL STRUCTURE................................................................................. 2
C. OBJECTIVE OF THE CONSULTING SERVICES .......................................................... 2
D. SCOPE OF SERVICES AND TASKS ............................................................................ 2

1. Overall Project Management .......................................................................... 3

2. Procurement of Civil Works Contracts............................................................ 3

3. Construction Supervision ............................................................................... 4

4. Environmental Safeguards Implementation and Monitoring ........................... 5

5. Social Safeguards Implementation and Monitoring ........................................ 6

6. Gender Action Plan Implementation and Monitoring ...................................... 6

7. Implementing the Grievance Redress Mechanism ......................................... 7

8. Operation and Maintenance Manuals............................................................. 7

9. Financial Management ................................................................................... 8

10. Restoring and Improving Agriculture Production ............................................ 8

11. Geographic Information System (GIS) ........................................................... 8


E. CONSULTANT’S STAFFING ......................................................................................... 8
F. QUALIFICATIONS OF KEY EXPERTS AND NON-KEY EXPERTS ............................. 10
G. DURATION OF SERVICES AND DELIVERABLES ...................................................... 19

1. Duration of services ..................................................................................... 19

2. Main Deliverables ........................................................................................ 19


H. CLIENT’S INPUT AND COUNTERPART PERSONNEL .............................................. 23
I. OTHERS ...................................................................................................................... 23
Appendix 1: Implementation Plan ........................................................................................ 24
Appendix 2: Expression of Interest (EOI’s) Template .......................................................... 25
TERMS OF REFERENCE
PROJECT MANAGEMENT & SUPERVISION CONSULTANT (PMSC) –
BALAI WILAYAH SUNGAI SULAWESI III -

EMERGENCY ASSISTANCE FOR


REHABILITATION AND RECONSTRUCTION (EARR) –
PUBLIC WORKS INFRASTRUCTURE
ADB LOAN 3793-INO
A. BACKGROUND

The Asian Development Bank (ADB) approved on 26 June 2019 two loans in the amount of
$297.75 million for the Emergency Assistance for Rehabilitation and Reconstruction (EARR)
supporting the government in rebuilding infrastructure damaged by the September 2018
disaster in Central Sulawesi. EARR has two separate components of which the following
component is relevant for the subject consulting services.

Public Works Infrastructure:

(i) Output 1: Human settlement infrastructure constructed, rehabilitated, and


upgraded. The output will construct, rehabilitate, and/or upgrade (a) education
facilities (this includes the construction of the National Islamic University), and
(b) water supply (treatment and distribution facilities) infrastructure.

(ii) Output 2: Water resources infrastructure constructed, rehabilitated and or


upgraded. The output will construct, rehabilitate, and/or upgrade (a) the
Gumbasa irrigation system; (b) the PASIGALA raw water supply system; and
(c) coastal protection to prevent coastal erosion and tidal flooding.

EARR applies a sector lending approach in selecting subprojects under each of the outputs.
The subprojects need to comply with the selection criteria agreed between the government
and ADB. The EARR is to be completed by March 2023.

EARR supported reconstruction activities are to be implemented in close coordination with


those supported by other major development partners, including the Japan International
Cooperation Agency (JICA), the German development cooperation through KfW, and the
World Bank — to finance the larger rehabilitation and reconstruction needs.1

The Ministry of Public Works and Housing (MPWH) is the Executing Agency for EARR’s
public works infrastructure component. To implement this component, the MPWH has

(i) established a Central Project Management Unit (PMU) in Jakarta under the
Directorate General of Water Resources (DGWR), and
(ii) assigned the Balai Wilayah Sungai Sulawesi III (BWS III) and the Central
Sulawesi Settlement Infrastructure Agency in Palu City as Project
Implementation Units (PIUs). The former PIU is responsible for output 2 and
the latter for the other output1 activities.

1
For more information: https://www.adb.org/sites/default/files/linked-documents/52316-001-sd-02.pdf

1
The Central PMU will be supported by the Project Management Consultant (PMC) and
individual consultants. The PIUs will be supported by Project Management and Supervision
Consultants (PMSCs).2

The subject PMSC will support the BWS III in the reconstruction, rehabilitation and/or
upgrading of the following subprojects: (i) the Gumbasa irrigation system; (ii) the PASIGALA
raw water supply system; and (iii) coastal protection to prevent coastal erosion and tidal
flooding.

The Gumbasa subproject includes the reconstruction, rehabilitation and/or upgrading of 75.0
km of canals including 26.5 km of the main canal and 48.5 km of secondary canals serving
8,000 ha. The PAGISALA subproject includes the rehabilitation of the 42 km long raw water
supply pipeline. The coastal protection subproject includes the construction of protection
embankment for a total length of 7.2 km.

Detailed engineering designs (DEDs) and bidding documents as well as environmental and
social safeguards documents for the above subprojects are being prepared while the
procurement of one civil works contract related to subproject (iii) is in progress. 3

The civil works under the subprojects will be executed in accordance with the FIDIC June
2010 MDB Harmonized Construction Contract.

B. ORGANIZATIONAL STRUCTURE

DGWR’s Central PMU through four directorates ((Directorate of Water Resources


Development, Directorate of River and Coastal, Directorate of irrigation and Low Land,
Centre for Ground and Bulk Water) will provide general guidance and support to the BWS III
for the implementation of the three subprojects while the BWS III will report physical and
financial progress as well as compliance with safeguards requirements to the Central CPMU.

The BWS III will designate dedicated “work units” for each of the three subprojects. With the
BWS III Head assuming the role of “the Employer” for the civil works contracts, the unit
heads will act as “the Employer’s Representative” for their respective contract(s).

C. OBJECTIVE OF THE CONSULTING SERVICES

The PMSC (the Consultant) will support the BWS III in the timely and efficient
implementation of the 3 subprojects mentioned above in accordance with Government laws
and regulations as well as provisions in the EARR loan agreement and ADB guidelines and
procedures.4

The Consultant will provide the services under the direction of the BWS III (the Client).

D. SCOPE OF SERVICES AND TASKS

Under the guidance and the direction of the BWS III Head, the Consultant will provide
project management and supervision services to support the reconstruction, rehabilitation
and/or upgrading of the following three subprojects: (i) the Gumbasa irrigation system; (ii)
the PASIGALA raw water supply system; and (iii) coastal protection to prevent coastal
erosion and tidal flooding. The services include, but are not limited to, the tasks elaborated

2
For more information: https://www.adb.org/projects/documents/ino-52316-001-pam
3
The DED for the coastal protection subproject is essentially complete; the procurement of consulting services
for the Gumbasa subproject and the PASIGALA subproject is ongoing under L3455 .
4
https://www.adb.org/projects/documents/ino-52316-001-pam

2
upon below. To perform the services, the Consultant will mobilize a team of specialist and
non-specialists as detailed in Section E.

1. Overall Project Management

The Consultant will assist the Client in planning, scheduling, and work programming with
time and cost controls for the implementation of the four subprojects.5 The Team Leader
(TL)/ Senior Project Management Specialist will lead the Consultant’s management team.

The tasks include, but are not limited, to the following.

(i) Prepare a detailed implementation plan for the 3 subprojects and their
respective contracts followed by monthly updates and revisions; identify
activities on the “critical” path for a timely completion of the subprojects;
(ii) Proactively identify critical issues hampering progress in subproject
implementation and recommend remedial actions;
(iii) Prepare consolidated bi-weekly, monthly and quarterly reports covering all
aspects of subproject implementation in a format as required by the
Client; highlight critical issues requiring urgent action;
(iv) Liaise with the Central PMU/ PMC and respond to their enquiries and
requests for information and reports in consultation with the Client;
(v) Assist the Client in coordinating with local authorities to obtain their respective
support in subproject implementation;
(vi) Assist in meeting the Client’s obligations for provide contractors unhindered
access to construction sites;
(vii) Support the Client in organizing project management related workshops and
training events;
(viii) Provide and update data and information about subproject implementation
required as inputs for the National Disaster Response Information System;
and
(ix) Assist the Client in engaging with and providing information to local
stakeholders about the subprojects and their implementation status.

2. Procurement of Civil Works Contracts

The Consultant will assist the Client in the procurement of civil works contract packages in
accordance with the ADB Procurement Policy (2017, as amended from time to time) and the
Procurement Regulations for ADB Borrowers (2017, as amended from time to time).
Accordingly, the civil works contracts are procured using ADB’s Standard Bidding
Documents and applying the Open Competitive Bidding method with national advertisement
as per EARR’s procurement plan. The bidding documents are being prepared by the Client.

The tasks for the procurement of the civil works contracts include, but are not limited, to the
following.

(i) Assist the Client in responding to requests for clarifications by prospective


bidders;
(ii) Participate in the opening of the bids and help preparing the record of the bid
opening;

5
The Consultant will adopt standard project management software (e.g. MS Project) and other software tools
as appropriate.

3
(iii) Assist the procurement committee in reviewing, evaluating the bids received
and preparing a detailed report on the evaluation and comparison of the bids
clarifying the reasons on which the recommendation for the award is made;
(iv) Assist the Client in the contract finalization and prepare the contract
document for signing;
(v) Assist the Client in responding to possible complaints following contract
award.
(vi) Proactively monitor the procurement progress and help resolving any
challenge timely to enable contract award within the planned timeline.
(vii) Assist the Client in managing the civil work contracts.

3. Construction Supervision

The Consultant will act as the “Engineer” for the civil works contracts in accordance with the
conditions of the FIDIC June 2010 MDB Harmonized Construction Contract with the
Consultant’s team leader designated as the “Engineer.” As the “Engineer,” the Consultant
will ensure that the works are constructed in accordance with the contract provisions. The
Consultant will have the powers as assigned to the “Engineer” but will seek and obtain the
Employer’s specific approval prior to undertake the following:

a. approving subcontracting of any parts of the works;


b. agreeing or determining an extension of time and/or additional cost;
c. instructing or approving a Variation;
d. fixing rates or prices; and
e. suspending the Contract.

The tasks include, but are not limited to, the following:

(i) Prepare supervision manual for the Consultant’s supervision staff;


(ii) Review and approve the contractors’ organizational arrangements, key
personnel and work plans, materials and their sources;
(iii) Review and approve contractors’ quality management plan, work program,
method statements, material sources, manpower and equipment deployment
etc.;
(iv) Provide necessary setting out data to the civil work contractors and ensure
correctness of the contractors’ setting out at the sites;
(v) Approve and/or issue working drawings and issuing instructions to the
contractors as required in accordance with the contract specifications and
contractors’ quality management plans;
(vi) Carry out and recommend necessary adjustments in the design/drawing
required during construction due to site requirements.
(vii) Inspect and supervise the works of the contractors to ensure that the works
are complying with the contractors’ quality management plan, work plan, and
contract specifications; issue non-compliance notifications, when required;
(viii) Inspect and supervise the contractors in matters concerning safety and care
of civil works including, but not limited to, provision of warning signs, fencing
and security; issue non-compliance notifications, when required;
(ix) Supervise in field and in laboratory tests, analyze and justify the results;
undertake independent field and laboratory testing as may be required to
verify the results;
(x) In the event variations to the works are required, prepare the necessary
documents, negotiate these with contractors, determinate rates of works,
advise the Employer on alternatives and make recommendations to the
Employer for approval;

4
(xi) Monitor progress of works against baseline work plans and advise on
measures to be taken by contractors to improve progress and quality;
convene regular site meetings with the contractors to discuss issues and
problems affecting the progress, keep minutes and brief the Employer
accordingly;
(xii) Measure completed works and keep detailed records of the measurements;
approve interim certificates for progress payments and verify the quantities for
such certificates and recommend for payment to the Employer;
(xiii) Assess and make recommendations to the Employer on the contractors’
claims for additional payment, extension of time and any other matters, based
on the Engineer’s interpretation of the contract as per contractors’ detailed
submissions;
(xiv) Certify completion of part or all of the works and issue Taking Over
Certificates;
(xv) Check and certify as- built drawings for the works prepared by the
contractors;
(xvi) Inspect the works at appropriate intervals during the Defect Liability Period;
(xvii) Carry out final inspections of the works for issuing Defect Liability Certificates;
and recommend for approval to the Employer the final accounts for contracts
and recommend for payments;
(xviii) Recommend and report to the Employer regarding any appeal by contractors
to the Dispute Resolution Board, adjudication, arbitration or litigation related
to the works;
(xix) Maintain records, correspondence, detailed diaries, photographs and other
documents concerning relevant events and activities.
(xx) Prepare bi-weekly, monthly and quarterly progress reports under the four
contracts in a form acceptable to Client. The reports will include details of the
physical and financial status of the contracts, details of delays and
consequences if any, comments and solutions on the quality of works in
accordance with the contract.

4. Environmental Safeguards Implementation and Monitoring

The Consultant will ensure that the Government and ADB environmental safeguards
requirements specified in the AMDAL or UKL/UPL, Initial Environmental Examinations
(IEEs), and the Environmental Management Plans (EMPs) prepared for each subproject are
fully implemented.

The tasks include, but are not limited to, the following:

(i) Assist the Client in securing environmental licenses and/or permits for the
execution of the works to be obtained by the Employer;
(ii) Liaise and coordinate with district and/or provincial environmental agencies;
(iii) Familiarize contractors with the contractor-related environmental safeguards
requirements;
(iv) Ensure that the contractors obtain environmental licenses and/ or permits as
required in accordance with contract provisions;
(v) Review and approve the site-specific EMPs (SEMPs) to be submitted by
contractors;
(vi) Monitor the compliance with the safeguards by the contractors; issue non-
compliance notifications and recommend corrective actions, when required;
(vii) In case of unexpected adverse environmental impacts during contract
execution, recommend remedial action(s) to mitigate such impacts; and

5
(viii) Prepare monthly reports on the implementation of the EMP/SEMPs and
environmental safeguards compliance in a form acceptable to the Central
PMU/ PMC.6

5. Social Safeguards Implementation and Monitoring

The Consultant will ensure that the requirements set out in Government regulations and
ADB social safeguards documents, including the land acquisition and resettlement plans
(LARPs), are fully implemented. Furthermore, the Consultant will also ensure that the local
communities where works will be executed are fully informed about these works.

The tasks include, but are not limited to, the following:

(i) Facilitate and assist in the implementation of the RPs including, among
others;

a. coordinating with local authorities and institutions for the


implementation of the RPs;
b. conducting detailed measurement surveys, verification of the RPs and
affected persons (APs), preparing / finalizing the land and structures
acquisition plans, income restoration and resettlement activities, and
update RPs whenever necessary;
c. developing resettlement information and holding community
participation campaigns; holding regular meetings with the APs;
d. assisting APs in obtaining their compensation/ resettlement
entitlements in coordination with local authorities and other relevant
institutions;
e. updating the database of APs and their entitlements for
implementation and monitoring purposes;
f. monitoring the progress in RP implementing.

(ii) Familiarize the contractors with the contractor related social safeguards
requirements;
(iii) Monitor the compliance by contractors regarding social safeguards
requirements; issue non-compliance notifications and recommend corrective
actions, when required; and
(iv) Prepare monthly reports on the implementation of the RPs and social
safeguards compliance in a form acceptable to the Central PMU/PMC.

6. Gender Action Plan Implementation and Monitoring

The Consultant will ensure that the requirements set out in the Gender Action Plan
(GAP) related to water resources infrastructure are fully implemented.

The tasks include, but are not limited to, the following:

(i) Compile a gender-sensitive social, economic, technical and institutional


profile and baseline (PSETK) for the Gumbasa irrigation area;
(ii) Establish and implement a monitoring system acceptable to the Central
PMU/PMC to track sex-disaggregated data and collect quantitative and

6
The report as well as the reports on social safeguards, GAP implementation, GRM and financial
management are to be consolidated in one report.

6
qualitative information on GAP implementation under the four subprojects and
its contracts;
(iii) Familiarize the contractors with the relevant GAP actions and required
reporting;
(iv) Monitor the implementation of the relevant GAP actions by contractors; issue
non-compliance notifications and recommend corrective actions, when
required;
(v) Develop a skills training program for women in the O&M of water
infrastructure and assist the Client in the implementation of the program;
(vi) Prepare monthly reports on GAP implementation in a form acceptable to the
Central PMU/PMC.

7. Implementing the Grievance Redress Mechanism

The Consultant will assist the Client in implementing the Grievance Redress Mechanism
(GRM). In consultation with the Client, the Consultant will assign one or more of its
specialists as a member of the Grievance Redress Committees (GRC) for the respective
subprojects.

The tasks include, but are not limited to, the following:

(i) Develop information material and inform communities where works will be
executed about the GRM and where and how grievances can be submitted;
(ii) If necessary, assist aggrieved persons in submitting a grievance application;
(iii) Draft responses for consideration by the GRC; ensure that aggrieved persons
receive the response within the specified response time;
(iv) Maintain a complete record/ data base of received grievances and the
responses; and
(v) Prepare monthly reports on GRM implementation in a form acceptable to the
Central PMU/PMC.

8. Operation and Maintenance Manuals

The Consultant will assist the Client in familiarizing the personnel in charge of the
operation and maintenance (O&M) requirements of the Gumbasa irrigation system
following the completion of the reconstruction and rehabilitation works.

The tasks include, but are not limited to, the following:

(i) Review the O&M manuals prepared by the Detailed Engineering Design
consultants and contractors;
(ii) Familiarize the O&M personnel with the O&M requirements through, among
others, walk-through and on-site practice;
(iii) Based on the on-site practice and the feedback and inputs of the O&M
personnel, adjust the O&M manuals and/ or prepare supplementary manuals
to ensure a comprehensive understanding by the personnel of the O&M
requirements and procedures;
(iv) Asist in exploring opportunities for participation of women in the O&M of the
irrigation system.

7
9. Financial Management

The Consultant will assist the Client in financial management aspects associated with the
implementation of the subprojects in accordance with the project’s overall financial
management framework provided by the Central PMU/PMC.

The tasks include, but are not limited to, the following:

(i) Prepare and maintain an accounting database system to maintain details of


the financial transactions;
(ii) Prepare quarterly and annual budget projections;
(iii) Track and expedite payments to contractors, consultants and others;
(iv) Prepare quarterly and annual financial statements;
(v) Facilitate and cooperate with internal and external auditors, as required;

10. Restoring and Improving Agriculture Production

The Consultant will develop proposals for restoring and improving agriculture production in
the Gumbasa service area in consultation with concerned stakeholders, including among
others, the Client, the Central Sulawesi Agriculture Department, national and provincial
research institutions, and farmer representatives. The Consultant will also help
implementation of the proposals.

11. Geographic Information System (GIS)

The Consultant will establish a GIS for the monitoring of the reconstruction progress under
the three subprojects and a database of the reconstructed irrigation system and raw water
supply pipeline to support asset management.

The tasks include, but are not limited to, the following:

(i) Collect available and relevant spatial and other data as well as other
information relevant to support subproject implementation and post-
reconstruction asset management of the reconstructed infrastructure; upload
the collected data and information in a suitable GIS platform;
(ii) Upload on a monthly basis the reconstruction progress under the three
subprojects;
(iii) Collate the progress and other data about subproject implementation for
uploading in the National Disaster Response Information System;
(iv) In consultation with the Client, identify the data and information to be
uploaded in the GIS for post-reconstruction asset management; upload this in
a GIS based asset management database; and
(v) Train BWS III O&M staff in the maintenance and updating of the asset
management data base.

E. CONSULTANT’S STAFFING

The Consultant is expected to provide a team of specialists, non-specialists and support staff
as shown in Table 1. The list of specialists and non-specialist staff provided hereunder is
indicative and the Consultant may include additional specialists and non-specialist staff that
may be required to successfully complete the assignment.

8
Table 1: Consultant Inputs

Person-
No. Specialist Positions – all are national positions Person
months
A Key Specialists
Team Leader/ Senior Project and Construction 1 24
1
Management Specialist
2 Co-Team Leader - Coastal Protection 1 14*)

3 Co-Team Leader - Irrigation 1 16*)


4 Co-Team Leader - Raw Water Supply 1 11*)
5 Procurement/Contract Specialist 1 8
6 Construction Engineer 1 20
7 Finance Specialist 1 20
8 Hydraulic Engineer – Irrigation 1 16
9 Hydraulic Engineer – Raw Water Supply 1 11
10 Geotechnical Engineer 1 8
11 Environmental Safeguards Specialist 1 12
12 Mechanical/Electrical Engineer 1 6
13 Quantity Control Engineer – Coastal Protection 1 14
14 Quantity Control Engineer – Irrigation 1 16
15 Quantity Control Engineer – Raw Water Supply 1 11
16 Geodetic Engineer 1 20
17 Architect / Landscape Engineer 1 6
18 GIS and Information System Specialist 1 18
19 Agriculture Specialist 1 6
20 Irrigation Operational and Maintenance Specialist 1 6
21 Social Safeguards Specialist 1 18
22 Legal Expert 1 6
Subtotal [A] 22 287
B Non-Key Specialists
1 Assistant Professional Staff – Coastal Protection 1 14
Assistant Professional Staff – Irrigation 1 16
Assistant Professional Staff – Raw Water Supply 1 11
2 Chief Inspectors – Coastal Protection 1 14
Chief Inspectors – Irrigation 1 16
Chief Inspectors – Raw Water Supply 1 11
3 Inspectors – Coastal Protection 6 84
Inspectors – Irrigation 9 144
Inspectors – Raw Water Supply 3 33
4 Quantity Surveyors – Coastal Protection 3 42
Quantity Surveyors – Irrigation 3 48
Quantity Surveyors – Raw Water Supply 3 33
5 Drafters – Coastal Protection 1 14
Drafters – Irrigation 1 16
Drafters – Raw Water Supply 1 11
6 Geodetic Surveyors – Coastal Protection 3 42
Geodetic Surveyors – Irrigation 3 48
Geodetic Surveyors – Raw Water Supply 3 33
Subtotal [B] 45 630
C Support Staff

9
Person-
No. Specialist Positions – all are national positions Person
months
1 Office Manager (main office) 1 24
2 Admin & Financial staff (main office) 1 14
3 Bilingual secretary 1 24
4 Multimedia Operator 1 18
5 Computer operator (main office) 1 24
6 Computer operator (site office) – Coastal Protection 1 14
7 Computer operator (site office) - Irrigation 1 16
8 Computer operator (site office) – Raw Water Supply 1 11
9 Office boy (main office) 1 24
10 Office boy (site office) – Coastal Protection 1 14
11 Office boy (site office) - Irrigation 1 16
12 Office boy (site office) – Raw Water Supply 1 11
13 Security (main office) 1 24
14 Security (site office) – Coastal Protection 1 14
15 Security (site office) - Irrigation 1 16
16 Security (site office) – Raw Water Supply 1 11
17 Helper measurement (site office) – Coastal 2 28
Protection
18 Helper measurement (site office) - Irrigation 3 48
19 Helper measurement (site office) – Raw Water 2 22
Supply
20 Driver (main office) 1 24
21 Driver (main office) 1 24
22 Driver (Community Service) 1 24
23 Driver (site office) – Coastal Protection 1 14
24 Driver (site office) - Irrigation 1 16
25 Driver (site office) – Raw Water Supply 1 11
Subtotal [C] 29 486
Total [A] + [B] + [C] 96 1,403
*) Includes 3 pm as a provisional input which may be required during the defect liability period of
the civil works contracts

Only the CVs of key specialists will be scored as part of the evaluation of technical proposals.
The CVs of non-key specialists and non-specialist staff will not be scored; however, the
selection committee will review and individually approve/reject each CV for each position in
the proposal.

All positions under the contract, key as much as non-key experts, must be included and
budgeted in the financial proposal.

F. QUALIFICATIONS OF KEY EXPERTS AND NON-KEY EXPERTS

The qualifications of the key and non-key specialist are presented below. The description of
the individual tasks of the specialists to undertake the tasks listed in Section D must be
presented in the technical proposal.

10
No Position Educational and Experience Requirements
Key Specialists:
1 Team Leader/ Educational background – Graduate Master degree in Civil or
Senior Project and Water resources Engineering.
Construction
Management Work experience – At least ten (10) years in project and
Specialist construction management and supervision, including five (5)
years as consultant team leader or equivalent position, under
major water resources infrastructure development projects
funded by international financing institutions (development
partners).

Familiar with FIDIC Conditions of Contract would be an


advantage.

Having high-level certification (Ahli Utama) in the field of


water resources.

2 Co-Team Leader - Educational background – Graduate Bachelor degree in civil


Coastal Protection or water resources engineering.

Work experience – At least seven (7) years in construction


management and supervision of water resources projects,
including five (5) years as consultant co-team leader or
equivalent position, under large coastal protection
infrastructure development projects.

Familiar with FIDIC Conditions of Contract would be an


advantage.

Having medium-level certification (Ahli Madya) in the field of


water resources.

Co-Team Leader - Educational background - Graduate Bachelor degree in civil


Irrigation or water resources engineering.

Work experience – At least seven (7) years in construction


management and supervision of water resources projects,
including five (5) years as consultant co-team leader or
equivalent position, under large irrigation infrastructure
development projects.

Familiar with FIDIC Conditions of Contract would be an


advantage.

Having medium-level certification (Ahli Madya) in the field of


water resources.

Co-Team Leader - Educational background – Graduate Bachelor degree in civil


Raw Water Supply or water resources engineering.

Work experience – At least seven (7) years in construction


management and supervision of water resources projects,
including five (5) years as consultant co-team leader or

11
No Position Educational and Experience Requirements
equivalent position, under large raw water infrastructure
development projects.

Familiar with FIDIC Conditions of would be an advantage.

Having medium-level certification (Ahli Madya) in the field of


water resources.

Educational background - Graduate bachelor degree in civil


3 Procurement/ engineering, or economics/management/accounting or law
Contract Specialist or relevant field.

Work experience – At least seven (7) years experiences in


public procurement practices/procedures and contract
administration under major/large infrastructure development
projects financed by development partner.

Familiar with ADB or other international development


partner institutions procurement procedures.

Familiar with FIDIC Conditions of Contract.

Educational background - Graduate bachelor degree in civil


4 Construction engineering.
Engineer

Work experience – at least seven (7) years of working


experience in occupational health and safety in major
construction sector.

Familiar with FIDIC Conditions of Contract would be an


advantage.

Having medium-level certification (Ahli Madya) in the field of


occupational health and safety (K3 Kesehatan dan
Keselamatan Kerja)

Educational background – Graduate bachelor’s degree in


5 Finance Specialist finance or related field.

Work experience – At least seven (7) years in financial


management of loan financed infrastructure development
projects.

Familiar with Indonesia’s accounting standards, public


financial management for the government sector

12
No Position Educational and Experience Requirements

Familiar with financial management and accounting


procedures under ADB or other international development
partners funded infrastructure projects.

Educational background - Graduate bachelor’s degree in


6 Hydraulic Engineer civil or water resources engineering
- Irrigation
Work experience – at least seven (7) years in construction
management and supervision including three (3) years in
construction of irrigation or raw water supply projects, as
expert or equivalent positions

Familiar with FIDIC Conditions of Contract would be an


advantage.

Having medium-level certification (Ahli Madya) in the field of


water resources.

Educational background – Graduate bachelor’s degree in


Hydraulic Engineer civil or water resources engineering
– Raw Water
Supply Work experience – at least seven (7) years in construction
management and supervision including three (3) years in
construction of irrigation or raw water supply projects, as
expert or equivalent positions

Familiar with FIDIC Conditions of Contract would be an


advantage.

Having medium-level certification (Ahli Madya) in the field of


water resources.

Educational background - Graduate bachelor’s degree in


7 Geotechnical geotechnical engineering.
Engineer

Work experience – at least seven (7) years in geotechnical


investigations and design associated with major infrastructure
development projects.

Having medium-level certification (Ahli Madya) in the field of


geotechnical.

Educational background – Graduate bachelor’s degree in


8 Environmental environmental management or related fields.
Safeguards
Specialist
Work experience – at least seven (7) years in environmental
management and monitoring associated with infrastructure
development projects.

13
No Position Educational and Experience Requirements

Familiar with ADB environmental safeguards requirements and


Indonesia’s provincial and national environmental management
procedures.

Experience in monitoring of environmental safeguards


requirements under ADB and other international financing
institutions funded infrastructure projects.

Having medium-level certification (Ahli Madya) in the field of


environmental engineering.

Educational background – Graduate bachelor’s degree in


9 Mechanical mechanical or electrical engineering.
Electrical Engineer

Work experience – at least seven (7) years in design,


installation and supervision of mechanical/ electrical works
related to irrigation/ water supply infrastructure development
projects.

Having medium-level certification in the field of mechanical/


electrical engineering

Educational background – Graduate bachelor’s degree in


10 Quantity Control civil or water resources engineering
Engineer - Coastal
Protection Work experience – at least seven (7) years in construction
management and supervision of water resources projects,
including three (3) years in construction of coastal protection
projects, as expert or equivalent positions.

Familiar with FIDIC Conditions of Contract would be an


advantage.

Having medium-level certification (Ahli Madya) in the field of


water resources.

Educational background – Graduate bachelor’s degree in


Quantity Control civil or water resources engineering
Engineer -
Irrigation Work experience – at least seven (7) years in construction
management and supervision of water resources projects,
including three (3) years in construction of irrigation projects,
as expert or equivalent positions.

Familiar with FIDIC Conditions of Contract would be an


advantage.

14
No Position Educational and Experience Requirements
Having medium-level certification (Ahli Madya) in the field of
water resources.

Educational background - Graduate bachelor’s degree in


Quantity Control civil or water resources engineering
Engineer – Raw
Water Supply Work experience – at least seven (7) years in construction
management and supervision including three (3) years in
construction of raw water supply projects, as expert or in
equivalent positions.

Familiar with FIDIC Conditions of Contract would be an


advantage.

Having medium-level certification (Ahli Madya) in the field of


water resources.

Educational background – Graduate bachelor’s degree in


11 Geodetic Engineer geodetic or geomatic engineering or oceanography.

Work experience – at least seven (7) years in geodetic surveys


associated with major infrastructure development projects.

Having medium-level certification in the field of geodetic


engineering.

Educational background – Graduate bachelor’s degree in


12 Architect/Landscap architecture, landscape architecture or related discipline.
e Engineer

Work experience – at least seven (7) years of professional


work experience in the fields of land use planning and
management.

Having medium-level certification in the field of architecture

Educational background – Graduate bachelor’s degree in


13 GIS and geography or geodetic or geomatic or related discipline.
Information
System Specialist
Work experience – at least seven (7) years in the application of
GIS associated with progress monitoring under infrastructure
development projects and the establishment of a GIS database
for infrastructure asset management.

Having medium-level certification in the field of geodetic


engineering

15
No Position Educational and Experience Requirements
Educational background - Graduate bachelor’s degree in
14 Agriculture agriculture.
Specialist

Work experience – at least seven (7) years experiences in


irrigated agriculture

Familiar with experience in approaches for increasing the


productivity of irrigation systems by improving, among other
things, water management at farm-level and the interface
between the system stakeholders.

Educational background – Graduate bachelor’s degree in Civil


15 Irrigation or Water Resources Engineering.
Operational and
Maintenance
Specialist Work experience – at least seven (7) years of working
experience in operational and maintenance of small to large
projects of water resources engineering including irrigation.

Having medium-level certification in the field of water resources


engineering

Educational background - Graduate bachelor’s degree in


16 Social Safeguards social science or other relevant fields.
Specialist
Work experience – at least seven (7) years in
resettlement/land acquisition associated with infrastructure
development projects. Experience in monitoring of social
safeguards requirements and implementation of gender action
plans under ADB or other international financing institutions
funded infrastructure projects.

Preferably familiar with ADB social safeguards requirements.

Educational background – Graduate bachelor’s degree in law.


17 Legal Expert

Work experience – at least seven (7) years of experience in


preparation of contract documents and management.

Should have demonstrated ability to work in a multidisciplinary


team and excellent communication skills.
Non-Key Specialists
Educational background – Graduate bachelor’s degree in civil
18 Assistant or water resources engineering.
Professional Staff

16
No Position Educational and Experience Requirements
– Coastal
Protection
Work experience – at least two (2) years of experience in
assisting the project implementation and management,
preferably in coastal protection project.

Educational background – Graduate bachelor’s degree in civil


Assistant or water resources engineering.
Professional Staff
– Irrigation
Work experience – at least two (2) years of experience in
assisting the project implementation and management,
preferably in irrigation project.
Educational background – Graduate bachelor’s degree in civil
Assistant or water resources engineering.
Professional Staff
– Raw Water
Supply Work experience – at least two (2) years of experience in
assisting the project implementation and management,
preferably in water supply project.

Educational background – Graduate bachelor’s degree in civil


18 Chief Inspectors – engineering.
Coastal Protection

Work experience – at least three (3) years of experience in


inspecting the project, preferably in coastal protection project.

Educational background – Graduate bachelor’s degree in civil


Chief Inspectors – engineering.
Irrigation

Work experience – at least three (3) years of experience in


inspecting the project, preferably in irrigation project.

Educational background – Graduate bachelor’s degree in civil


Chief Inspectors – engineering.
Raw Water Supply

Work experience – at least three (3) years of experience in


inspecting the project, preferably in raw water supply project.

Educational background – Diploma degree in civil engineering


19 Inspectors –
Coastal Protection
Work experience – at least one (1) year of experience in
inspecting the project, preferably in coastal protection project.

Educational background – Diploma degree in civil engineering


Inspectors –
Irrigation
Work experience – at least one (1) year of experience in
inspecting the project, preferably in irrigation project.

17
No Position Educational and Experience Requirements
Educational background – Diploma degree in civil engineering
Inspectors – Raw
Water Supply
Work experience – at least one (1) year of experience in
inspecting the project, preferably in water supply project.

Educational background – Diploma degree in Civil or Geodetic


20 Quantity Surveyors Engineering.
– Coastal
Protection
Work experience – at least three (3) years of experience in
conducting quantity survey, preferably in coastal protection
project.

Having skill certificate on measurement (SKT Juru Ukur)

Educational background – Diploma degree in Civil or Geodetic


Quantity Surveyors Engineering.
– Irrigation

Work experience – at least three (3) years of experience in


conducting quantity survey, preferably in irrigation project.

Having skill certificate on measurement (SKT Juru Ukur)

Educational background – Diploma degree in Civil or Geodetic


Quantity Surveyors Engineering.
– Raw Water
Supply Work experience – at least three (3) years of experience in
conducting quantity survey, preferably in raw water supply
project.

Having skill certificate on measurement (SKT Juru Ukur)

Educational background – Senior or Vocational High School.


21 Drafters – Coastal
Protection
Work experience – at least three (3) years of experience in
drafting project documents, preferably in coastal protection
project.

Having skill certificate on drafter (SKT Juru Gambar)

Educational background – Senior or Vocational High School.


Drafters –
Irrigation
Work experience – at least three (3) years of experience in
drafting project documents, preferably in irrigation project.

Having skill certificate on drafter (SKT Juru Gambar)

Educational background – Senior or Vocational High School.


Drafters – Raw
Water Supply

18
No Position Educational and Experience Requirements
Work experience – at least three (3) years of experience in
drafting project documents, preferably in raw water supply
project.

Having skill certificate on drafter (SKT Juru Gambar)

Educational background – Bachelor’s degree in Geodetic


22 Geodetic Engineering.
Surveyors –
Coastal Protection
Work experience – at least three (3) years of experience in
conducting geodetic survey, preferably in coastal protection
project.

Having skill certificate on measurement (SKT Juru Ukur)

Educational background – Bachelor’s degree in Geodetic


Geodetic Engineering.
Surveyors –
Irrigation
Work experience – at least three (3) years of experience in
conducting geodetic survey, preferably in irrigation project.

Having skill certificate on measurement (SKT Juru Ukur)

Educational background – Bachelor’s degree in Geodetic


Geodetic Engineering.
Surveyors – Raw
Water Supply
Work experience – at least three (3) years of experience in
conducting geodetic survey, preferably in raw water supply
project.

Having skill certificate on measurement (SKT Juru Ukur)

G. DURATION OF SERVICES AND DELIVERABLES

1. Duration of services

The Consultant will provide the services during a period of 36 months which includes a 12-
month civil works defect liability period, see Appendix 1. Commencement of services is
expected in beginning July 2020
2. Main Deliverables
The main deliverables are summarized in the table below. The reports will cover information
from three sites/subprojects of coastal protection, irrigation, and raw water.

19
No Deliverables Main Contents/ Submission date
Monthly progress report shall be submitted to the PIU and
1 Brief monthly progress
reports it shall be brief and concise and provide means of closely
monitoring project progress and shall cover the following:
- Main activities undertaken and events for the period
under review and progress. Report on the activities
of the contractor and supervision staff.
- Monitoring and evaluation of project progress.
- Project accounts, payments of approved bills, claims,
certificates and payment and variation orders.
- Photographs showing progress of the works.
- Other issues as may be necessary to provide
additional information to the PIU/PMU Manager and
proposed corrective measure

Brief monthly progress report in 3 copies shall be


submitted within 5 working days after the end of the
reporting period.

A detailed quarterly report in 3 copies shall be submitted


2 Quarterly Progress
within 10 working days of the end of each quarter. The
Reports
PIU will then submit the reports to the PMU, CPMU,
Bappenas and ADB. Quarterly reports should include
information on progress (physical and financial) against
set targets, illustrated by progress/completion
photographs, status of any delays/issue and contractual
claims, details of all latest financial projections and
compliance with safeguards and GAP requirements. The
progress reports (monthly and quarterly) shall contain
details of all meetings, decisions taken therein,
mobilization of resources (Consultants' and the
Contractors'), physical and financial progress and the
projected progress for the forthcoming periods. The report
shall clearly bring out the delays/major issues, if any,
reasons for such delay (s) and the recommendations for
remedial actions. The report shall also contain the
performance data for Contractor's plan and equipment.

The report contains of the summary of quarterly progress


3 Semiannual Reports
report, at least include information on progress (physical
and financial) against set targets, status of any
delay/issue, and the projected progress for the
forthcoming periods. The reports in 3 copies shall be
submitted within 5 working days after the end of the
reporting period.
4 Annual reports Annual report of PIU activities, including financial report in
3 copies shall be submitted within one month after the end
of the reporting period

5 Final Report A final completion report incorporating Client’s comments


on the draft final report shall be submitted in 3 copies

20
No Deliverables Main Contents/ Submission date
before Consultant’s contract completion date. The final
report shall also include a copy of all “As Built Drawings”.
shall be submitted at the completion of services, including
any comments received on the draft final report. All
reports and data collected or produced during the project,
and all programs and other materials developed, prepared
or obtained during the project, will be the property of the
PIU, and are to be provided as requested, and handed
over at the end of the Project, to the PIU.

6 Operation and Complete set of O&M manuals for all components


Maintenance Manuals (Gumbasa irrigation system, PASIGALA raw water
system, and Palu Coastal)

Each manual shall be submitted in 3 copies, one month


prior to Consultant’s contract completion date

7 Environmental Environmental evaluation and monitoring report shall be


Evaluation and submitted in 3 copies every 6 months for each project
Monitoring Report

8 Hydraulic Modelling The report shall be submitted in 3 copies, one month prior
System Report to Consultant’s contract completion date.

9 Geotechnical Report This report will include geotechnical condition of projects


dan review design of geotechnical aspect (if any). Each
subproject report shall be submitted in 3 copies, one
month prior to Consultant’s contract completion date.

10 Mechanical Report This report will include mechanical aspect of Gumbasa


irrigation project. The report shall be submitted in 3
copies, one month prior to Consultant’s contract
completion date.

11 Quantity and Quality Quantity report of each sub project shall be submitted in 3
Control Report copies, one month prior to Consultant’s contract
completion date.

12 Landscaping Report Landscaping report of Gumbasa irrigation project shall be


submitted in 3 copies, one month prior to Consultant’s
contract completion date.

13 GIS Database Database of the reconstructed infrastructure to facilitate


asset management shall be submitted one month prior to
Consultant’s contract completion date

14 Community Services The report shall be submitted in 3 copies, one month prior
Report to Consultant’s contract completion date.

21
No Deliverables Main Contents/ Submission date

15 Discussion and The report shall be submitted in 3 copies, one month prior
Presentation Report to Consultant’s contract completion date.

16 Coordination Meeting The report shall be submitted in 3 copies, one month prior
Report to Consultant’s contract completion date.

17 Executive Summary Executive summary contains the summary of design if


Report there is any design change in project implementation. The
reports shall be submitted in 3 copies, one month prior to
Consultant’s contract completion date.

18 Proposal for Restoring Proposal for restoring and improving agriculture


and Improving production in 3 copies shall be submitted within 3 months
Agriculture Production after commencement of services.
in Gumbasa and Its
Implementation Report
(Agronomy report) Report on the implementation of restoration and
improvement of agriculture production in 3 copies shall be
submitted within twelve months after start of Gumbasa
reconstruction.

Supporting Reports

19 Design Review Report If there is any design change in project, consultant should
and Design Note report it in design review report and design note, as much
as 3 copies for each subproject, one month prior to
Consultant’s contract completion date.

20 Picture Album of As As built drawing of each subproject shall be submitted in 3


built drawing copies, one month prior to Consultant’s contract
completion date.

21 Documentation Set of documentations during project implementation. It


shall be submitted in 3 copies, one month prior to
Consultant’s contract completion date.

22 Geodetic Report, Map The report of geodetic condition along with map album
Album, and Measuring and measuring data shall be submitted in 3 copies, one
Data month prior to Consultant’s contract completion date.

23 Risk Management Risk Management Report shall be submitted monthly in 3


Report copies, within 5 working days after the end of the
reporting period.

24 Financial Report Financial Report of the project shall be submitted monthly


in 3 copies, within 5 working days after the end of the
reporting period.

25 Implementation of This report will include the Occupational Health and


Occupational Health Safety during project implementation. It shall be submitted
and Safety Report in 3 copies, one month prior to Consultant’s contract
completion date.

22
No Deliverables Main Contents/ Submission date

26 Social-Economic Report This report includes social and economic condition of the
society in project location and shall be submitted in 3
copies, one month prior to Consultant’s contract
completion date.

27 Cinematography and This report includes database of Cinematography and


Multimedia Reports Multimedia made during project. It shall be submitted in 3
copies, one month prior to Consultant’s contract
completion date.

28 Tsunami Hazard The books shall be submitted in 1000 copies, one month
Education Book prior to Consultant’s contract completion date.

H. CLIENT’S INPUT AND COUNTERPART PERSONNEL

The Client shall provide the following:


(i) All available documents, reports, data and all other information related to
the proposed assignment;
(ii) Counterpart staff in the BWS III to work with the Consultant (this will be
identified at the time of contract negotiations or contract implementation);
(iii) Provide any letters or assistance required by the consultants in obtaining
all necessary permits and authorizations for carrying out the services.

The Consultant will establish a main office in rented office space close to the Client’s office.
The Consultant will also establish site offices close to each subproject location. The
Consultant will propose the offices rental cost as part of Out of Pocket Expenses
(reimbursable expenses) section of financial proposal. All required furniture, hardware,
software, internet/phone connections, office stationary, etc shall be provided by the
Consultant. The cost associated to this provision should be included in the financial
proposal. In addition, the Consultant will have to carry out workshops or training activities
to support project implementation. The direct costs of these activities (e.g. logistical costs
and workshop/training materials) will be financed by provisional sum budget allocation on
an 'at-cost' reimbursable basis. The Consultant’s costs in arranging those activities (e.g.
administrative costs in organizing and managing workshops, and participation of firm's
experts in workshops) must be included in the firm's competitive financial proposal.
I. OTHERS

The consulting firms are requested to ensure that EOIs are submitted online through the
LKPP’s LPSE for MPWH (Government’s e-procurement platform) and through the ADB’s
CMS CSRN by the prescribed deadline. The LKPP’s SPSE for MPWH can be accesed at
http://spseicb.pu.go.id/eproc-icb/. In case differences between the EOIs submitted through
SPSE ICB and CMS, the former prevails. Interested and eligible firms are requested to
submit the EOIs only in the prescribed template of ADB’s EOI (see Appendix 2). The short –
listing will be carried out using the three (3) major criteria corresponding to the EOI’s
template.

23
Appendix 1: Implementation Plan

INDICATIVE DETAILED PROJECT IMPLEMENTATION PLAN AS OF 3 JANUARY 2020

Cost
Estimate 2019 2020 2021 2022 2023
Outputs and Activities of Works
$ million M J J A S O N D J F M A M J J A S O N D J F M A M J J A S O N D J F M A M J J A S O N D J F M A M J J A S O N D
Output 2: Water resources infrastructure rehabilitated and reconstructed (DGWR)
A Construction of Coastal Protection: Sea Dyke 23,43
1 The DED is prepared by engineering consultant of ongoing Flood Management in Selected River Basin
Project (L3440-INO) starting from November 2018.
Technical works: Appraise subproject, prepare SSR, prepare engineering DED and bidding document
2
3 Undertake safeguard activities
4 Procure Works (1S1E postqualification)
5 Construction (including mobilization and commissioning) continued with DNP of one year
B Reconstruction of Gumbasa Irrigation networks
B.1 Reconstruction Gumbasa (primary, secondary, tertiary and weir) including liquefaction counter 26,28
measures (deep well, parallel drain and others) upstream - 2,500 ha
Recruit consultants under the Accelerating Infrastructure Delivery through Better Engineering Services
1
(including finalization of the TOR and Cost Estimate)
2 Technical works: Appraise subproject, prepare SSR, prepare engineering DED and bidding document
3 Undertake safeguard activities
4 Procure Works (1S1E postqualification)
5 Construction (including mobilization and commissioning) continued with DNP of one year
B.2 Reconstruction Gumbasa (primary, secondary, tertiary) including liquefaction counter measures 26,28
(deep well, parallel drain and others) middle stream - 2,500 ha
Recruit consultants under the Accelerating Infrastructure Delivery through Better Engineering Services
1
(including finalization of the TOR and Cost Estimate)
2 Technical works: Appraise subproject, prepare SSR, prepare engineering DED and bidding document
3 Undertake safeguard activities
4 Procure Works (1S1E postqualification)
5 Construction (including mobilization and commissioning) continued with DNP of one year
B.3 Reconstruction Gumbasa (primary, secondary, tertiary) including liquefaction counter measures 21,02
(deep well, parallel drain and others) downstream - 2,000 ha
1 Recruit consultants under the Accelerating Infrastructure Delivery through Better Engineering Services
(including finalization of the TOR and Cost Estimate)
2 Technical works: Appraise subproject, prepare SSR, prepare engineering DED and bidding document

3 Undertake safeguard activities


4 Procure Works (1S1E postqualification)
5 Construction (including mobilization and commissioning) continued with DNP of one year
C Upgrading/Construction of Raw Water Supply System of WUNO, PASIGALA, and PANEKI 32,28
Recruit consultants under the Accelerating Infrastructure Delivery through Better Engineering Services
1
(including finalization of the TOR and Cost Estimate)
2 Technical works: Appraise subproject, prepare SSR, prepare engineering DED and bidding document
3 Undertake safeguard activities
4 Procure Works (1S1E postqualification)
5 Construction (including mobilization and commissioning) continued with DNP of one year
E Project Management and Supervision Consultant BWSS III (DGWR) 5,36
1 Consultant recruitment (including preparation of TOR and Cost Estimate) QCBS
2 Consulting service delivery
3 Consulting service delivery during DLP

PMSC EARR 24
Appendix 2: Expression of Interest (EOI’s) Template

Expression of Interest (EOI) Consulting Firms

Project Number
Project Name
Project Country

I. Consulting Firm Information

CMS Number: Country of Incorporation:

Consultant Name: Acronym:

Associations (Joint Venture or Subconsultancy)

CMS Joint EOI Submission


Consultant Acronym Country Position
Number Venture Authorized By

Present the rationale for and benefits of working in association with others rather than undertaking the
assignment independently (as appropriate). Describe the proposed management and coordination
approach of the association and the role of each firm.

I confirm that:

Documentation regarding our corporate structure including beneficial ownership has been
attached into ADB’s CMS.

Documentation regarding our Board of Directors has been attached into ADB’s CMS.

A written agreement to associate for the purpose of this Expression of Interest has been signed
between the consortium partners.

ADB reserves the right to reject the proposal of an association if member(s) of the association is
changed/dropped without valid reason after the association has been shortlisted. However, should
valid reasons exist (e.g. associate partner was sanctioned by ADB or other MDBs, associate partner
went out of business, etc.), satisfactory evidence in support of such reasons should be sent to ADB
for consideration.

PMSC EARR 25
II. Assignment Specific Qualifications and Experience

Your EOI shall demonstrate technical competence and geographical experience based on project
references entered in Full registration under your CMS profile. We encourage you to update Project
Information under your CMS registration prior to filling EOI.

A. Technical Competence

Cross-referencing the selected from your CMS profile projects, highlight the technical qualifications of
your entity/consortium in undertaking similar assignments.

Provide details of past experience working with similar project authorities.

B. Geographical Experience

Cross-referencing the selected from your CMS profile projects, present experience in similar
geographic areas.

C. Management Competence (Please answer each question in one paragraph of 3-5


sentences)

1. Describe standard policies, procedures and practices that your entity has to assure quality
interaction with clients and outputs. Please state if your company is ISO certified.

2. How will your firm/ consortium handle complaints concerning the performance of experts or
quality of the reports submitted for this assignment? What internal controls are in place to
address and resolve complaints?

3. How will you ensure the quality of your firm’s/ consortium’s performance over the life of this
assignment?

4. Describe standard policies, procedures and practices that your firm has put in place to avoid
changes/ replacements of personnel and to ensure the continuity of professional services
once contracted.

PMSC EARR 26
5. Describe what social protection practices you have in place to safeguard the well-being of
your proposed experts? Specifically describe arrangements you have in place for medical,
accident and life insurance coverage during the assignment.

D. Other Information (maximum of 500 words)

E. Project References

Please select most relevant projects from your CMS Profile to demonstrate the firm’s technical
qualifications and geographical experience.

Period Client Project Country Firm

III. Comments on Terms of Reference

IV. Comments on Budget Adequacy

V. Additional Questions

VI. Key Considerations in approaching this assignment (no more than 9,000
characters summarizing approach and methodology)

PMSC EARR 27
VII. EOI Attachments

Title Type Description Category Last Updated By Last Updated

VIII. Eligibility Declaration

We, the undersigned, certify to the best of our knowledge and belief:

We have read the advertisement, including the terms of reference (TOR), for this assignment.

Neither the consulting firm nor its associate or any of its experts prepared the TOR for this
activity.

We confirm that the project references submitted as part of this EOI accurately reflect the
experience of the specified firm/ consortium.

We further confirm that, if any of our experts is engaged to prepare the TOR for any ensuing
assignment resulting from our work product under this assignment, our firm and the expert(s)
will be disqualified from short-listing and participation in the assignment.

All consulting entities and experts proposed in this EOI are eligible to participate in ADB-
funded, -supported and –administered activities.

The lead entity and associates are NOT currently sanctioned by the ADB or other MDB.
Neither the consulting firm nor the associates has ever been convicted of an integrity-related
offense or crime related to theft, corruption, fraud, collusion or coercion.

We understand that it is our obligation to notify ADB should any member of the consortium
become ineligible to work with ADB or other MDB or be convicted of an integrity-related
offense or crime as described above.

All proposed associate/s are registered in ADB’s Consultant Management System (CMS),
and contact information contained in CMS is current.

Associate/s, including all proposed consultants named in this EOI, have confirmed their
interest in this activity in writing.

PMSC EARR 28
Associate/s, including all proposed consultants named in this EOI, have confirmed their
eligibility to participate in this activity in writing.

Associate/s, including all proposed consultants named in this EOI, have authorized us in
writing to represent them in expressing interest in this activity.

None of the proposed consortium are subsidiaries of and/or dependent on the Executing or
the Implementing Agency or individuals related to them.

We understand that any misrepresentations that knowingly or recklessly mislead, or attempt


to mislead may lead to the automatic rejection of the proposal or cancellation of the contract,
if awarded, and may result in further remedial action, in accordance with ADB’s Anticorruption
Policy.

_________________________________________
[Signed by the authorized person of the Lead Firm]

PMSC EARR 29

You might also like