You are on page 1of 6

Abt Associates

EXPRESSION OF INTEREST
(EOI)

AbtPNG-2023-011
For
Preferred Contractor Listing

Schedule 1 - Statement Of Requirements

Release Date: 21 September 2023

Closing time and date for enquiries: 5pm, 04 October 2023

Closing time and date for submission: 5pm, 09 October 2023

Abt contact officer: Procurement Manager


png.tenders@amspng.org
AbtPNG-2023-011 – Preferred Contractor Listing

STRUCTURE OF EOI DOCUMENT


This Expression of Interest Document is made up of the following information:
• Schedule 1 – Statement of Requirement
• Schedule 2 – Response Document

Page 2 of 6
AbtPNG-2023-011 – Preferred Contractor Listing

BACKGROUND:
1. Abt Associates is a mission-driven, global leader in research and program implementation in the
fields of health, social and environmental policy, climate change, and international development.
2. Abt Associates supports the partnership between the Government of Australia and the
Government of Papua New Guinea for a stable and prosperous PNG. It supports mutually agreed
development initiatives aligned to Government of Papua New Guinea priorities. Abt Associates
works with government, institutions and private sector and community stakeholders to improve
stability, security, and inclusive economic growth.
3. Abt Associates will require locally based Contract Management & Supervision Services (CMS),
Building Construction companies and Minor Civil Works companies to provide services for any
upcoming infrastructure works for its PNG based programs. The following are programs that are
supported by the Australian Government and implemented by Abt Associates.
3.1. Australian PNG Subnational Program (APSP)
3.2. Australia-PNG Economic Development Partnership (APEP)
3.3. The PNG Australia Transition to Health Program (PATH)
3.4. PNG Partnership for Improving Education Program (PIE)
3.5. PNG Women’s Lead Program (PNGWL)
4. These partnership programs that are being implemented covers several different provinces
across Papua New Guinea including but not limited to;
4.1. National Capital District (NCD)
4.2. Central Province
4.3. Northern Province
4.4. Autonomous Region of Bougainville
4.5. Western Province
4.6. East Sepik Province
4.7. West Sepik Province
4.8. Morobe Province
4.9. Western Highlands Province
4.10. Enga Province
5. As part of the program activities being rolled out across these provinces, there is potential of
future small to medium scale infrastructure projects.
These small to medium scale infrastructure projects include but are not limited to projects such
as:
5.1. Rainwater Harvesting Projects
5.2. Rural Markets Development Projects
5.3. Office Fit out Project
5.4. Classroom, Housing, Health Centres/Clinics Building Maintenance
5.5. New Building Construction including Markets, Classrooms, Houses, clinics, etc…
These infrastructure projects are to be scoped, costed, procured, and contracted, and fully
completed. The infrastructure project types vary from a quick build design or modular building
kitsets to prefabricated kits, custom design and build, general maintenance and refurbishment
works.

OBJECTIVES & OUTCOMES:


6. As part of this procurement activity Abt Associates is seeking expressions of interest from local
Contract Management and Supervision Services (CMS), Building Construction companies and
Minor Civil Works companies.

1
AbtPNG-2023-011 – Preferred Contractor Listing

7. The required services are detailed in Table 1: Priority Categories.


8. The locations of where the services will be required are detailed in Table 2: Program Locations in
Papua New Guinea
It is expected that the building contractor will provide at least six (6) days of onsite supervision
and work at 8 hours per day from 8:00am – 5:00pm. Be responsible for bringing the works in on
time, cost and quality and to be compliant to PNG and Australia Building Codes and Standards
(including all relevant codes, standards and best practises) and complying with Abt Associates
standards and policies on safety, safeguarding and inclusiveness.
An individual project duration can range from two weeks to a maximum of six months or a year
depending on the scope of the project.

EXPRESSION OF INTEREST INFORMATION:


9. Abt Associates is now inviting local Contract Management and Supervision Services (CMS),
Building Construction companies and Minor Civil Works companies operating in the provinces
stated above to submit:
i. An Expression of Interest, clearly presenting the company profile, and relevant experience
engaged in work similar to one or more of the functional areas displayed below (Table 1 -
Priority Services).
ii. Companies must specify and display their areas of expertise. Examples of relevant work
carried out for clients should be provided to substantiate the EOI.
iii. An indicative Daily Rate including Labour, Machinery, Tools & Equipment Rate inclusive of all
professional and administrative fees and taxes, but exclusive of travel, accommodation, and
other such reimbursable expenses as per Abt Standard terms, for allowance and ancillary
costs for all mandatory travel.
iv. Companies must clearly state in the response schedule their physical address of operations,
preferred province they will be offering their services in and the type of service to offer
(CMS, Building Contractor and or Minor Civil Works).
10. The indicative services are to be provided in the province that you have expressed an interest in
and are currently operating in.
11. All EOI will be assessed against the Selection Criteria described below, and completion of the
information requested, as outlined in Schedule 2 – Response Document form and if accepted,
due diligence and compliance checks will be conducted.
12. Successful companies will be placed on a Preferred Contractor Listing (PCL) for two years (with
option of a further two year extension) and may be called upon to provide services during that
time. When a service request is internally approved, a detailed Terms of Reference and or Scope
incorporated in the Request for Quotation (RFQ) will be provided to companies registered on the
PCL. The service request will be issued through relevant contracting model to the winning bidder
based on quality and price assessment carried out by an evaluation panel or authorized delegate.
13. Submissions should include in an appendix the resume for key consultants/personnel employed
by the company, detailing their experience.
14. Submissions should clearly support the company’s experience and applicants may be asked to
submit additional information pertaining to subject matter expertise and/or will be interviewed
by an evaluation panel or authorized delegate.
15. The submission of an expression of interest and/or offer of a place on the Preferred Contractor
Listing (PCL) does not guarantee engagement by Abt Associates.

SELECTION CRITERIA:
16. Companies will be selected for inclusion on the PCL based on an EOI that meets the following
selection criteria, at a minimum:

2
AbtPNG-2023-011 – Preferred Contractor Listing

i. A company profile, displaying ownership structure, and a Resume for each consultant and or
key personnel whose services will be offered. If the primary bidding company will engage
sub-contractors or partners to offer the services, a profile and/or resume should also be
provided.
ii. Demonstrated experience working with partners in the private sector, national institutions,
and in government at both national and sub-national level. Companies should demonstrate
at least 2 years related experience, with highly specialised companies demonstrating over 10
years related experience.
iii. Demonstrated experience providing a broad range of services in one or more of the specified
Priority Categories listed in Table One. Companies should nominate their services within the
priority categories in the table provided in Schedule 2 - Response Document of the EOI
documents.
iv. Excellent organisational, communication, report writing and oral communication skills.
v. Experience operating in the selected provinces listed in Table Two or operating in remote
and/or challenging environments.
vi. Companies are to be locally based in their nominated province in the table provided in
Schedule 2 - Response Document.
vii. Provide the details of at least three (3) professional referees, preferably clients to whom the
company has provided services.
viii. Provide the company’s current registered IPA Certificate, Tax Identification (TIN) Certificate
and a current Certificate of Compliance (COC)/Tax Exempt Letter.
Table 1: Priority Categories
PRIORITY CATEGORIES INDICATIVE SERVICES
Contract Management • Undertakes the CMS Role reporting to Abt Associates Senior Program
and Supervision (CMS) Manager.
Service
• Support the local building contractors engaged by Abt Associates in the
delivery of project in accordance with time, budget and quality of delivery
requirements as per their contractual obligations.
• Review material list.
• Undertaking the review of building designs and work programs.
• Quality monitoring.
• Progress Review.
• Recommendations on payment certification submitted by the building
contractor.
• Identifying risks in delivery.
• Reporting on observed non-compliance with Abt Associates policy
safeguards and safety standards.
• preparation of facility designs in collaboration with local stakeholders;
development of bills of quantities and cost estimates for designs.
• Required to support provincial based local contractors through hands on
training where required, taking a further hands-on approach to building
works through demonstration projects and directly assisting in the
completion of building works as when or as needed.
Building Construction • Provide all necessary labour, tools, machinery, and equipment where
Services (including required for the duration of contract works.
maintenance and
• Provide construction supervision of all labour for the full construction
refurbishment works) period.
• Be responsible for bringing the works in on time, cost and quality to PNG &
Australia Building Codes, Standards and best practises.
• Be expected to use own tools including plant equipment for key work
activities.
• Comply with Abt Associates policy safeguards and safety standards.

3
AbtPNG-2023-011 – Preferred Contractor Listing

• Provide the services of all necessary personnel, specialised equipment and


material including the maintenance technology such as engineering, and
maintenance activity, inspection, training, etc. The Maintenance types are:
- Proactive maintenance.
- Preventive maintenance.
- Predictive maintenance, and
- Corrective maintenance.
Minor Civil Works • Provide all necessary labour, tools, machinery, and equipment where
required for the duration of contract works.
• Provide supervision of all labour for the full construction period.
• Be responsible for bringing the works in on time, cost and quality to PNG &
Australia Building & Civil/Structural Engineering Codes, Standards and best
practises.
• Be expected to use own tools including plant & equipment for key work
activities.
• Comply with Abt Associates policy safeguards and safety standards.

Table 2: Program Operation Locations in Papua New Guinea


PRIORITY CATEGORIES INDICATIVE SERVICES
4.1. National Capital District (NCD) • Australian PNG Subnational Program (APSP)
• PNG Partnership for Improving Education (PIE)
• The PNG Australia Transition to Health Program (PATH)
• Australia-PNG Economic Development Partnership (APEP).
4.2. Central Province • Australian PNG Subnational Program (APSP)
• PNG Partnership for Improving Education (PIE)
• The PNG Australia Transition to Health Program (PATH)
• Australia-PNG Economic Development Partnership (APEP)
4.3. Northern Province • Australian PNG Subnational Program (APSP)
4.4. Autonomous Region of • Australian PNG Subnational Program (APSP)
Bougainville • PNG Partnership for Improving Education (PIE)
• The PNG Australia Transition to Health Program (PATH)

4.5. Western Province • Australian PNG Subnational Program (APSP)
• The PNG Australia Transition to Health Program (PATH)
4.6. East Sepik Province • Australian PNG Subnational Program (APSP)
• PNG Partnership for Improving Education (PIE)
4.7. West Sepik Province • Australian PNG Subnational Program (APSP)
• PNG Partnership for Improving Education (PIE)
• The PNG Australia Transition to Health Program (PATH)
4.8. Morobe Province • Australian PNG Subnational Program (APSP)
• The PNG Australia Transition to Health Program (PATH)
• Australia-PNG Economic Development Partnership (APEP)

4.9. Western Highlands Province • Australian PNG Subnational Program (APSP)
• The PNG Australia Transition to Health Program (PATH)
• PNG Partnership for Improving Education (PIE)

4.10. Enga Province • Australian PNG Subnational Program (APSP)
• The PNG Australia Transition to Health Program (PATH)
• PNG Partnership for Improving Education (PIE)

You might also like