Professional Documents
Culture Documents
for
JULY 2017
Table of Contents
I. Background ....................................................................................................................................... 4
V. Team Composition and Qualification Requirements of Key Personnel at Call down Stage ............ 16
Annex 1 : Indicative list of DGH projects for which project preparation services are required under the ESP ........... 30
2
Abbreviations and Acronyms
3
I. Background
1. In order to improve infrastructure to stimulate inclusive growth in Indonesia, and to
help the Ministry of Public Works and Housing (MPWH) to deliver an increased
number of infrastructure projects in the road, water supply and wastewater, and water
resources sectors, the government intends to strengthen the capacity of MPWH to
deliver its public investment program in 20152019 by the means of the Accelerating
Infrastructure Delivery through Better Engineering Services Project (ESP) 1
(hereinafter called Project). The ESP will help meet the infrastructure development
objectives of MPWHs Strategic Development Plan (SDP), 20152019, by improving
the quality and timeliness of the delivery of the SDPs public investment program.2The
impact will be to help the MPWH attain the infrastructure development objectives of
the SDP. The outcome will be strengthened MPWHs capacity to efficiently design
and implement its public investment program.
2. The ESP has been designed to (i) enable financing of the preparation of infrastructure projects
as a separate project; and (ii) strengthen MPWH systems for raising the quality and timeliness
of preparation of feasibility studies (FS), detailed engineering designs (DEDs), land
acquisition and resettlement plans, environmental impact assessments, bidding documents,
and supervision of contractor performance. The ESP is aimed at improving the technical
quality of the infrastructure projects through (i) use of improved/innovative design standards
that ensure longer life of infrastructure and avoid its rapid deterioration, (ii) new technical
solutions by contractors through increased use of the design-and-build contracts, to the extent
applicable, (iii) on-the-job technical knowledge transfer between project preparation
consultants and MPWH staff, and (iv) use of technical and financial consultants (TFAC) for
more accountable performance of the staff in charge of construction supervision and civil
works contractors.
3. The ESPs estimated cost is USD 167.6 million. To finance the ESP, ADB has provided a loan
in the amount of $148.2 million from ADBs ordinary capital resources (OCR)3. The remaining
equivalent of $19.4 million will be provided by the Government and will finance taxes, duties
and interest during implementation. Out of USD 167.6 million, an estimated amount of USD
155.7 million will be used by MPWH for project preparation, based on new analytical methods
and design standards4, that will include (i) preparation of feasibility studies; (ii) development
of DEDs, including geotechnical, topographical and other surveys; (iii) preparation of
environmental impact assessments and land acquisition documents as per government
requirements, and facilitation of obtaining relevant permits; (iv) construction supervision of
selected projects; and (v) advance contracting and other activities for quick project start-up in
the irrigation, flood control, dams, national road, water supply, and sanitation sectors. The
remaining amount of USD 11.9 million will be utilized to strengthen the capacity of MPWH in
public investment management.
4. MPWHs Office of the Secretary General (OSG) is the executing agency for the ESP.
MPWH has established a steering committee to monitor the ESPs overall
implementation and ensure that the ESP-supported projects are prioritized for
implementation and proper coordination among agencies (MPWHs
Decree/Keputusan Menteri PUPR no. 876/KPTS/M/2016).A Project Coordination
5. The MPWHs Directorate General of Highways (DGH) is the implementing agency for the
national road projects under the ESP. A project management office (PMO) established at
DGHs Directorate for road network development will lead the supervision of ESP
implementation at DGH, including selection of the firms for the panel (DGHs panel). Project
implementation units (PIUs) at Directorate of road construction, Directorate of road
preservation, and the Directorate of bridges will leadin coordination with relevant local office
(Balai) or project unit (Satker) of DGHselection of consultants from the DGHs panel for
preparation of national road projects. Local office of DGH will leadin coordination with
relevant directorate of DGHsupervision of consultants engaged for project preparation.
MPWH, DGH, PMO and PIUs are jointly or severally referred to as Client and these words
are used interchangeably in this entire document.
6. The project is expected to be implemented from October 2016 to 31 December 2019. Most
activities related to preparation and bidding of projects are planned to be completed by end
of 2018 and mid-2019 respectively. Significant share of ESP-prepared projects is expected
to be at various phases of civil works by end 2019. The period between mid-2018 and end-
2019 would be used for the construction supervision as well as the technical and financial
assessment of selected infrastructure projects prepared under the ESP.
7. Based on the present assessment of DGH, the ESP is expected to support preparation of
9national road projects of DGH. The projects pertain to development of fly over/underpass for
railway crossing in Java and other major cities, development of ring roads in major cities,
development of trans south-south Java island, and development and improvement of border
roads in Kalimantan. The project implementation period under ESP will be from October2016
to December 2019.The total cost for preparation of DGHs projects is estimated at USD
31.8 million5 (out of USD 155.4 million as stated in para.3 above). Tentative details on the
projects and estimated costs for project preparation are in Annex 1. The list of projects and
the estimated cost are just to give a guidance on the type of projects for which consultants
are likely to be engaged at the call-down stage. The consulting firms may note that the list of
projects is under revision, and are subject to change and DGH may add/delete projects or
include entirely new set of projects at it's discretion depending upon the requirement of the
directorate.
5Amount is on net of tax basis. Taxes will be calculated at each contract level. Tax share of contracts will
be covered by the Government.
5
works.6Further aims of the panel are to (i) streamline the selection process for the
engagement of PPC firms by DGH, and (ii) reduce the time and effort of consultants in
submitting proposals at the call-down stage. Only firms included in the panel will be
eligible to submit proposals at the call-down stage.
9. The project preparation consultant firms (PPC) that will be selected from the panel shall
demonstrate skills and experience in, but not limited to, the following areas:
10. The PPC firm may also be required to deliver the following surveys either through in-house
expertise or through sub-contracting arrangements as part of their contract at the call-down
stage:
i. Topographical survey;
ii. Soil testing and laboratory survey; and
iii. Other project specific surveys, such as public utility surveys related to the site of
the concerned infrastructure project.
6 If the ensuing investment project is to be financed by ADB, then at the call-down stage the DGH will reflect in the
TOR that consultants will ensure adequate mainstreaming of ADBs procurement, financial management, and
safeguards (environmental impact, involuntary resettlement, and indigenous people) requirements in the preparation
of such project.
6
11. The selection and management of consultants during the empanelment and call-down stages
shall be made in accordance with ADBs Guidelines on the Use of Consultants (2013, as
amended from time to time) in the following two stages.
Stage 1: Empanelment
12. Based on the EOIs submitted by the consulting firms in response to this Request for
Expressions of Interest (REOI), the PMO at DGH will constitute a Panel of PPC firms. The
Panel will have a maximum of 20 firms (single firms or association of firms). Selection
of PPC firms at the empanelment stage will follow the principles of Quality Based Selection
(QBS) method7.
13. DGHs PMO will sign indefinite delivery contracts (IDC)8 with the consultants under
the Panel for retention (without any commitment) for a 3-year period (until 31
December 2019) from the date of signing of IDC. Subject to agreement of the panel
members, the PMO at its discretion may extend the existing panels term, as may be
required. Neither any retainer fees shall be payable to the consultants in the Panel
nor there is any guarantee for engaging any firm for any specific volume of project
preparation services/award of any contract at call-down stage during the tenure of the
panel.Template of Model IDC can be accessed at http://spseicb.pu.go.id/eproc-
icb/publicberitadetail/782999. This template will be tailor-made for DGHs Panel and
will be signed between the PMO of DGH and the empanelled firms.
14. The PMO, at its discretion, may update the panel on a periodic basis to include more firms or
exclude existing firms in the panel. Such updating exercise will be conducted using the same
REOI/TOR, which was used for selection of the panel for the first time, and the PMO shall
seek the approval of ADB at each stage of updating of Panel. The PMO will not require any
consent of the existing panel members to carry out such updating exercise(s).
15. Consulting firms interested to submit EOIs for empanelment may keep the following
guidelines in mind:
(i) Consultants may associate with each other in the form of a joint venture9 or of a sub-
consultancy agreement to complement their respective areas of expertise, especially
for country specific expertise/experience; strengthen the technical responsiveness
and make available bigger pools of experts, and provide better approaches and
methodologies;
(ii) A lead firm, either international or national, cannot be a member of another sub-
consultancy or joint venture, otherwise all the EOIs will be rejected;
7Quality Based Selection (QBS) in accordance with ADBs Guidelines on the Use of Consultants (2013, as amended
from time to time) under which the consulting firms will be pre-qualified using only the technical parameters (without
using any cost or financial parameters) such as experience in similar assignments, experience in region/country and
technical and managerial competence, etc., based on the EOIs submitted.
8 Indefinite delivery contracts are used when the client needs to have quick and continuing access to on call
specialized advisory services for a particular activity, the extent and timing of which cannot be defined in advance. In
accordance with ADBs Guidelines on the Use of Consultants (2013), the consulting firms shall be pre-qualified and
retained under indefinite delivery contracts for 3 years without any commitment. As and when the services of the
consultants are required for infrastructure project preparation support, a consultant will be selected from the
empanelled firms and a call-down assignment contract shall be signed with such firm.
9 The nationality of the joint venture (JV) for the purpose of shortlisting will be defined by the nationality of the firm
17. The PIUs will send request for proposals (RFPs)based on a project specific terms of
reference (TOR)to the panel members, inviting them to submit full technical proposals (FTP)
and financial proposals within at least 30 days from the date of issuance of RFP.
18. Dropping of empanelled consulting firms Panel Consultant firm may be dropped only in
case of debarment by ADB. If this pertains to the lead firm of the Panel Consultant, then the
Panel Consultant is dropped from the panel in its entirety.
1. It is not permissible to transfer the invitation to any other firm, such as Consultants
parent companies, subsidiaries and affiliates;
2. At the time of proposal submission at call-down stage, a Panel Consultant may (i) not
need to include one or more partners of the Panel Consultants association or (ii) need
to associate with other non-empanelled firms. In such cases, the Panel Consultant is
generally required to obtain approval of the client prior to the submission of the
proposal. However, the governments e-procurement platform (SPSE) that is used for
the selection of consultants under the ESP does not offer an option for the consultant
to seek such approval of the client prior to the submission of the proposal. Given this
circumstance, the following procedures shall be followed:
(A) When associating with a new firm, the lead firm of the association must remain the
same;
(a) Panel Consultant (joint venture or join operation) may not need to include one
or more members of its JV or JO due to the call-down assignments scope. In
such circumstance, the lead firm must reflect the reasons for non-inclusion of
the member of JV or JO in the Technical Proposal.
(b) Panel Consultant (joint venture or join operation) may not be able to include
one or more members of its JV or JO due to occurrence of an exceptional
circumstance, such as recent debarment partner or occurrence of force
majeure, which have not been effectuated through an amendment to IDC. In
such circumstance, the lead firm must reflect the reasons for non-inclusion in
the Technical Proposal.
(a) For this purpose, the lead firm must confirm the following in the Technical
Proposal:
8
(i) Meeting with eligibility requirements: The new firm meets with the
following eligibility criteria (i) must be from an ADB member country, (ii)
should not be in the sanction list of ADB, (iii) should not be in conflict of
interest as defined in para 1.10of the ADBs guidelines on consultant
selection, and (iv) should meet the eligibility criteria as defined in para
1.13of the ADBs guidelines on consultant selection;
(ii) Purpose of associating with new non-shortlisted firm: The purpose of
associating with new firms together with the details of the new firm (similar
experience, similar experience in country/region and management
competence, etc.) shall be submitted along with the Technical Proposal;
(iii) The association shall not propose more than 25% of the total inputs of the
key-personnel from the new firms.
20. Documentary evidence in support cases described in (B) and (C) above shall be submitted
along with the Technical Proposal. The Client will make an assessment to ensure that the
Technical Proposal meets with all the requirements as stated above. If affirmative, the Client
shall proceed with the evaluation of the proposals. If negative, the Client will reject the
proposals submitted by the consultant at the call-down stage.
21. Upon evaluation of the submitted technical and financial proposals and determination of the
first ranked bidder per the quality (90%) and cost (10%) based selection (QCBS) procedure,
the concerned PIU of DGH shall sign an Assignment Contract (lump sum contract)10 with the
selected firm or association of firms for provision of preparation services for a specific
infrastructure project of DGH under the ESP.11 During the implementation of the assignment,
the consultant will be reporting and working with the relevant local office of the DGH, who will
be endorsing the consultants outputs and deliverables for payment per the contract mile-
stones.
22. In the RFP document and also prior to the consultants commencement of work on project
preparation, the relevant PIU will inform the consultants about any issues that need to be
taken into account during project preparation based on the safeguards, technical, fiduciary
and other requirements related to the funding source envisaged for the eventual infrastructure
project.
23. If infrastructure projects prepared under the ESP are going to be implemented at the
local/district level of DGH, then the concerned PIU will involve local Balai/Satker of DGH to
direct project preparation activities, and review the outputs of the PPC firms. The concerned
PIU and local Balai/Satker will establish a Project Team (Tim Direksi), which will review PPC
firms outputs and submit such outputs to PIU for approval and payment to the PPC firms.
24. The Project Teams and the PIUs will reviewwith support of the project management
consultant (PMC) firm12the submitted milestone deliverables of the PPC firms, such as
master plans, pre-feasibility and feasibility studies, AMDAL, LARP, DED, bidding documents.
Specifically, the directorates will review and endorse (pre)feasibility study (before the PPC
10When deliverables, timelines, and a payment schedule of the call-down assignment can be clearly defined, the
consultants will be engaged under lump sum contracts. Use of lump sum contracts will allow a more flexible use of
strong national experts, who can be members of several firms teams at the same time. At the same time, lump sum
contracts will ensure that the firm is fully accountable for its deliverables. Lump sum contracts will be considered for
project preparation only. Consultants for construction supervision and technical and financial audit during construction
will be engaged through time-based contracts.
11
If a foreign firm does not have the required business licenses, then it will have to obtain such licenses and permits
prior to signing the Assignment Contract at the call-down stage. Among the licenses is the working license
certification Badan Usaha Jasa Konstruksi Asing or BUJKA issued by the MPWH, per MPWH regulation no.
05/PRT/M/2011.
12In order to support the program management office (PMO) and the project implementation units (PIUs) of the
Directorate General of Highways (DGH), a project management consultant (PMC) firm will be engaged by the DGH
under the loan.
9
firms proceed with DED) and the environmental and social safeguards assessments prepared
by the PPC firms. If such reviews conclude that a project has insufficient feasibility or highly
adverse environmental and social impact, then the project preparation consultants will not
proceed to the next relevant milestone and their contracts will be adjusted accordingly.
27. Where a FS has been conducted earlier for a project, the scope of work for the PPC firm
under the Assignment Contract shall cover validation or update of the FS, as the case may
be, in addition to revalidation of any prior surveys, assessments and due diligence undertaken
on the project. Broadly, the services of the PPC firm shall cover feasibility study, detailed
engineering design and bid process support to cover all technical aspects for selection of civil
contractors, and will include support during construction supervision in case any changes are
required in the DEDs. The scope of the specific services would generally include, but not be
limited to, any or a combination of the following:15
Prior to start of the F/S preparation, the relevant PIU of DGH will inform the consultant
on any particular requirements that may be needed to be considered in case the
funding source is different from the government budget, such as ODA or ADB or any
other development partner.
Geotechnical survey - (i) site reconnaissance surveys; (ii) site condition survey;
(iii) soil investigations; (iv) soft/wet area investigations; (v) rock/groundwater
investigation; (vi) laboratory testing; (vii) disaster risk analysis and/or risk disaster
management.
15 Specific scope of services will be determined by the different stages of development of the proposed project. In some
cases, the FS may already be available, and therefore the scope of work under call-down stage would require
validating or updating the FS. In other cases, a pre-FS, FS and other documents may already be available;
therefore the needed services would be purely bid process assistance to bring the project into the bidding, negotiation
and award of civil contracts, etc.
11
Topographical survey -survey work shall determine all surface features at or
below ground elevations at the project site and/or located within the right-of-way
along the entire alignment and other areas as may be necessary to develop, plan
and profile the site for the project being implemented. The PPC firm may choose
to utilize Global Positioning System (GPS) data for mapping of x-y coordinates.
The scope of the surveying work shall include, but not be limited to: (i)
determining boundary conditions; (ii) confirming existing facilities; (iii) identifying
mapping options and developing preliminary and/or final design mapping; (iv)
performing field surveys; (vii) Performing phased or final design level mapping;
and (viii) defining legal issues and constraints.
Other surveys - undertake all other surveys required, as may be necessary, for
a project to make it ready for implementation, such as survey of project sites
public utility infrastructure such as electricity transmission lines, communication
cables, water pipe-lines, sewerage systems, etc.
Prior to start of the DED work, the relevant PIU of DGH will inform the consultant on
any particular requirements that may be needed to be considered in case the funding
source is different from the government budget, such as ODA or ADB or any other
donor.
Specifically, depending on the nature of the project, the following areas and tasks may
need consideration:
The PPC firm shall prepare the detailed engineering design and shall include, as a
minimum, the following elements:
(i) Defining the basis of the design (based on the agreed criteria and standards),
constraints and assumptions, design methodology and design review
arrangements;
(ii) Identifying site constraints and alignments, including an overview level
assessment of needs of future system extensions to ensure compatibility with
the proposed system;
(iii) Identifying, evaluating and comparing options to determine the most
appropriate construction technologies. Considerations should include
implications on access, disruptions, geotechnical conditions and location of
existing services (based on the findings from surveys), geotechnical and
12
benthic conditions, access for maintenance and environmental management
requirements;
(iv) Preparing detailed engineering design and associated calculations, cost
estimates, schedules, technical specifications and drawings (based on
AutoCAD or similar approved software) for all components of the project;
(v) Liaising with the PMO and providing assistance to the local government through
the PIU with regard to land acquisition requirements and procedures for the
effluent pipeline easement, if required;
(vi) Developing operational philosophy to define overall operation and system
control arrangements;
(vii) Conducting quality assurance reviews/workshops with PMO, PIU, and Satkers
including:
o Value engineering reviews at FS and DED stage to optimize the project cost
while fully maintaining its intended function.
o Constructability reviews
o Design reviews
o Safety in design and risk evaluation reviews
The PPC firm will need to ensure that improved design standards are used to ensure
longer life of infrastructure and avoid rapid deterioration of the facility. Such standards
pertain to (i) longer life pavement designs, (ii) improved drainage designs, (iii)
improved geometric designs, (iv) grade-separated junction design, and (v) at-grade
junction design. The improved design standards will be provided to the PPC firms by
DGH.
As part of the development of the DED, the PPC firm may be required to undertake
surveys including detailed topographical and soil surveys, field verifications, studies,
data collection, and analysis needed to prepare engineering designs and
bidding/contract documents.
16 Traffic Impact Assessment will refer the Government Regulation No. 32 Year 2011 on Management and
Engineering, Impact Analysis as well as Traffic Needs Management and the Ministry of Transporation Regulation No.
75 Year 2015 on Traffic Impact Assessment
13
F. Preparation of land acquisition documents: The PPC firm will facilitate the
preparation of documents for obtaining relevant permits relating to land acquisition.
Among studies that will have to be conducted are the identification of land acquisition
objects, and affected land and non-land assets, as well as the replacement cost study
(RCS) to be conducted by a property appraiser licensed by the Ministry of Finance or
BPN. The consultant will also carry out the following basic of assessments:17 (i) fair
replacement value (this value can be understood as a value based on the interests of
the owner);(ii) market value equivalence;(iii) non-physical losses caused by the
compulsory right relinquishment of property owner;(iv) property ownership is not
limited to ownership rights, but can be interpreted as the control, management and
use of property in accordance with applicable laws and regulations or according to the
agreed scope of the assignment; (v) valuation date is the announcement date site
determination for development for the public interest in accordance with the applicable
legislations; and (vi) value adding should be calculated based on the risks incurred
from owner potential losses and measured appropriately. The legal framework on
land acquisition in Indonesia and outline of a LARP can be accessed at
http://spseicb.pu.go.id/eproc-icb/publicberitadetail/777999.
In preparing the construction contracts, the PPC firms will useupon coordination with
DGHthe improved FIDIC-based contracts that give clear delegated powers to the
supervision engineer and that hold parties accountable for performance. The PPC
firms will also ensure proper size of the contract with utilization of multi-year contracts.
The PPC firms shall ensure adequate timing of civil works contracts that should be
only determined by the requirements of the construction implementation (avoid
completion of contracts in end in December due to budget absorption concerns).
At the call-down stage, the consultants shall prepare and support relevant PIUs with
procurement per design-and-build regulation18 of MPWH, to the extent they are
applicable.
H. Consultations and grievance redress mechanism. The consultant will also help
DGH to carry out meaningful public consultations during project preparation. They will
help to put in place an appropriate grievance redress mechanism (GRM) that will apply
for all complaints that are associated with the project (not only social related issues,
but also environmental, technical issues and others). The project GRM will follow the
following key principles:
17Assessment of land acquisition objects will follow the Indonesia valuation standards 306.
18
MPWH Regulation no. 19/PRT/M/2015 on procurement and standards of design-and-build can be found at
http://www.pu.go.id/uploads/services/infopublik20151022125844.pdf
14
(ii) Complainants will be given an accessible, non-threatening, equal, and fair
treatment for complaint follow-up and for dispute resolution, regardless of
origins, religion, citizenship status, social and economic background;
(iii) Complaints or disputes will be preferably resolved at the earliest time at the sub-
project site. Only in the case that follow-up on complaints and disputes are
unresolved at the lower level, the cases will be brought to the attention of the
higher levels of the government structure;
(iv) Follow-up on complaints and resolution of any disputes will be made based on
agreements reached among all involved parties through a well-informed
consultation processes with facilitation by a competent, trustworthy and credible
team;
(v) The complaint handling mechanism/system will maintain the objectivity,
transparency, and fairness principles;
(vi) Complaints and disputes, as well as follow-up actions and resolutions will be
recorded in real time through a web-based system and/or disclosed to the
public;
(vii) Socialization, dissemination, and disclosure of the complaint handling system/
procedures as well as of the complaints and follow-up actions and dispute
resolution will be done continuously at the sub-project site, municipality and
provincial levels.
28. It is estimated that the services at the call-down stage would be required over a period
of 12 to 24 months from the date of commencement of the services (depending on the
complexity and stage of development of the project). The actual time schedule for the services
will be indicated for each assignment in the RFP document at call-down stage.
29. Under the Assignment Contracts at the call-down stage, the consultants will be paid on a lump
sum basis. The total fees shall be paid based on various milestones achieved. The detailed
structure of the payment milestones, including the maximum timeframe for such release by
the client, shall be prescribed in the RFP at call-down stage. The indicative milestones for
payment are shown below:
(i) Submission of inception report;
(ii) Approval of the master plan and/or final feasibility study by relevant Balai/Satker and
PIU;
(iii) Approval of the DED by relevant Balai/Satker and PIU;
(iv) Submission of completed environmental assessment and land acquisition plan,
including documents required for obtaining relevant certificates and permits;
(v) Approval of civil works bidding documents by relevant Satker and PIU;
(vi) Signing of construction contract with civil works contractor by DGH; and
(vii) Approval of revised DED, as the case may be, based on the field survey or other
relevant assessments by the civil works contractor engaged by DGH.
30. Payments to Consultants under the Assignment Contracts at the call-down stage.
Payments to consultants shall be made in accordance with ADB Loan Disbursement
Handbook (2012, as amended from time to time). The payment shall be released based on
the approval of the Project Team and the concerned PIU (and also based on the confirmation
of the relevant local office or Balai/Satker of DGHs PIU) about the deliverables/outputs
submitted by the PPC firms. The DGHs PIU shall accord this approval after ensuring that the
outputs delivered by the consultants / all other deliverables conform to the requirements of
the contract. In the case of time based contracts, the payments shall be made based on
approval of time sheets and linked deliverables, if any, as per the procedure described above.
The payment shall be certified and made within the lapsing time periods per milestone defined
15
in the RFPs / Assignment Contracts for a specific assignment. Payments to the consultants
will be made by ADB, upon receipt of an endorsed direct payment request from the PMO of
DGH, through the MOFs Treasury Office (KPPN). In case of significant delayed payment, the
PPC firms shall communicate with the concerned PIU and PMO of DGH, with copy to ADB.
31. The scope of project preparation assignments will be decided by the concerned PIU and may
comprise all or a combination of areas covered above. In the latter case the PPC firms shall
be aware of the provisions of the ADBs Guidelines on the Use of Consultants related to (i)
conflict of interest [paras 1.10 and 1.11 of the guidelines], and (ii) unfair competitive advantage
[para 1.12 of the guidelines].
33. The empanelled firms shall ensure that the specialists nominated during the call-down stage
for a specific assignment shall be among the firms/associations list of experts submitted
during the empanelment stage(as per Section VI of the EOI, which will become a part of IDC).
However, for reasons beyond the control of the firm/ association, or where experts with better
qualifications are available for a specific assignment or for any other reasons, the empanelled
firms may also nominatese of other with equal or better qualifications than the original experts
included in the list during the empanelment stage.
34. The team of project preparation consultants will include qualified personnel including experts
in roads/expressways, bridges, transport economics, civil engineering, project management,
financial management and analysis, economic and financial analysis, procurement,
institutional, legal issues, environmental sustainability, land acquisition and involuntary
resettlement, social safeguards, including management of grievances of indigenous people,
social development, and gender. The PPC firms shall be required to be available at short
notice as and when their services are needed by the PIU on specific projects being
implemented by the DGH under the ESP. The PPC firms shall have sufficient qualified
personnel who shall have extensive technical and Indonesia specific experience that would
include extensive knowledge of the road sector, regulatory issues involved and the initiatives
taken by the Government for the successful implementation of road projects and other
country-specific knowledge. Depending upon the project and the scope of services required,
16
the requirement of various national and international consultants19for various expertise will be
prescribed in the RFP at the call-down stage.
35. The team composition and indicative scope of work and deliverables from each expertise area
are as highlighted below. At the empanelment stage, the firms/associations are required
to propose at least one expert per expertise area having relevant qualifications and
experience as prescribed below. The details are required to be provided in Table 1 and 2
in section VI of the EOI. All the following specialists shall have experience of working in
similar projects in Asia and the Pacific, preferably experience of working in similar
projects in INDONESIA, including possessing country-specific knowledge.
Notwithstanding anything contained anywhere in this REOI, the international and
national experts having country-specific experience and knowledge of the road sector
and regulatory issues involved in INDONESIA and the initiatives taken by the
Government of INDONESIA will be given higher preference.
19 Per ADBs Guidelines on The Use of Consultants (2013), International Consultant means any consulting firm
established or incorporated in any ADB member country, including the borrowers country, or a person who is a
citizen of any ADB member country, including the borrowers country; and National Consultant means any
consulting firm or individual from the borrowers country that is established or incorporated and has a registered
office in the borrowers country, or a person who is a citizen of such country (footnotes 5 and 6 on page 2 of the
guidelines).
17
(h) Co-ordinating the work with field team to ensure that all detailed field
engineering for the road/fly over/bridge are consistent with the contract
package for the purpose of defining the location and extent and quality of
those work items which are only partially specified in the Contract Documents;
(i) Assisting DGHs Balai/Satker or PIU in reviewing any major design changes
proposed, provide satisfactory technical justification for major contract change
order and addenda and assist in gaining the concurrence of the PIU for the
use of any additional budget required;
(j) Monitoring the submission of reports to ensure their quality accuracy and
timeliness, and making interventions to ensure that they are error-free,
including advising the PIU on the proper completion of data reports, and
monitoring the progress of the project;
(k) Monitoring the accuracy and timeliness of data, processing and transfer of
information and reports to the PMO;
(l) Obtaining appropriate reports and information from the PIU, and compilation
of regular updates;
(m) Ensuring that DGHs policies and standards are implemented in all contract
packages and field supervision teams; and
(n) Other aspects, as may be necessary for the project based on requirements of
the Balai/Satker and PIU, as the case may be.
ii. Pavement engineer: The consultant will preferably have a masters degree in civil
engineering and relevant project experience of about 10-15 years as a civil engineer
in highway engineering, especially for road design and construction. S/he will be
responsible for carrying out all types of structural design especially fly over, bridge
and highway design related to road works. While the project specific RFP will outline
the responsibilities of the pavement engineer, illustrative responsibilities shall include,
but is not limited to the following:
(a) Evaluating surveys and analysing the soundness of proposed road projects
and making a list of measures and treatments to the relevant pavement
structures to be improved and replaced;
(b) Inspecting works and checking pavement or sub grade condition
specifications to ensure they are in accordance with DGH requirements;
(c) Calculating structural pavement or analysis pavement base from the project
data sheet and testing it for its acceptability;
(d) Taking responsibility for organizing the field investigations and testing for road
works and for supplying pavement design criteria to the highway engineers;
(e) Taking responsibility for construction pavement problems;
(f) Assisting Balai/Satker and PIU in reviewing the pavement design changes or
the calculation of structural pavement result; and
(g) Other aspects, as may be necessary for the project based on requirements of
the PMO/PIU, as the case may be.
iii. Bridge engineer: The consultant will preferably have a masters degree and
demonstrated experience in civil engineering as a senior bridge engineer with 10-15
years of project experience in the design, construction and supervision of highways,
fly over and bridges. S/he shall be responsible for carrying out all types of structural
design especially fly over design related to road works. While the project specific RFP
will outline the responsibilities of the bridge engineer, illustrative responsibilities shall
include, but is not limited to the following:
(a) Reviewing centreline, right-of-way limits and location of roadway structures
and appurtenances;
(b) Evaluating surveys and analysing the soundness of proposed road projects
and making a list of measures and treatments to the relevant pavement
structures to be improved and replaced;
18
(c) Inspecting works and checking materials including testing of materials in
accordance with DGH requirements;
(d) Supervising and reviewing the preparation of As Built drawings for approval
of Balai/Satker or PIU;
(e) Ensuring that the field teams are aware of any special constructions and
laboratory testing for both road works and structures and for supplying soils
and materials design criteria to both the highway and structural engineer;
(f) Taking responsibility for organizing the field investigations and testing for both
road designs and structures and for supplying soils and materials design
criteria to both the highway and structural engineers;
(g) Taking responsibility for construction materials problems; and
(h) Other aspects, as may be necessary for the project based on requirements of
the Balai/Satker or PIU, as the case may be.
v. Hydrology engineer
The consultant will preferably have a degree in civil engineering and relevant project
experience of about 10-15 years as a civil engineer in highway engineering, especially
for road design and construction. S/he will be responsible for carrying out all types of
hidrology and drainage works especially for fly over, bridge and highway design
related to road works. While the project specific RFP will outline the responsibilities
of the hydrology engineer, illustrative responsibilities shall include, but is not limited
to the following:
(a) identification of critical approaches, including models of drainage systems to
be used with the involvement of relevant stakeholders;
(b) review the drainage system design and performance, including efficiency,
improvement and modernization;
(c) review of the inventory;
(d) assessment of how climate change, population growth, and internal migration
will affect drainage system practices;
(e) review of drainage system policies, and also account for the outcomes of task;
and
(f) Carry out a review of the project preparation documents with regard to
hydrological analysis and draw attention to changes which may have become
necessary since their preparation including climate change considerations;
(g) Assist with the preparation of the tor for procurement of for hydrological and
survey works required for detail engineering design;
(h) Report on the findings of the hydrological study and their implications on the
projects.
19
vi. Transport Planner
The consultant will preferably have a master degree in transport planning and relevant
project experience of about 10-15 years as a transport planner in road and bridge
projects. S/he will be responsible for carrying out all types of transport planning
element especially related with fly over, bridge and highway works. While the project
specific RFP will outline the responsibilities of the transportation planning specialist,
illustrative responsibilities shall include, but is not limited to the following:
(a) Identifying road development planning parameters;
(b) Develop road network alternatives with staging consideration and provides
feasible recommendation of alternatives routes including the impact to the existing
of development national road networks;
(c) Conduct modelling for transportation to predict traffic growth;
(d) Prepare feasibility analysis to plain location of main buildings and other supporting
equipment;
(e) Collaborate with Traffic engineer to conduct join review of sustainable traffic; and
(f) Collaborate with Econonic and Financial Analysis Expert to determine economic
and sensitivity feasibility.
vii. Geodetic engineer: The consultant will preferably have a masters degree and
demonstrated experience of about 10-15 years as asenior geodetic engineer in the
planning, design and implementation of road, flyover and bridge projects. Appropriate
experience will include topographical mapping, geometric roads design and expert
knowledge of the national road standards. S/he must be thoroughly familiar with
DGHs design standards. While the project specific RFP will outline the
responsibilities of the geodetic engineer, illustrative responsibilities shall include, but
is not limited to the following:
(a) Preparing topography map and setting up survey team on site, processing
data and providing it on digital maps;
(b) Analysing result of input from survey data for land development programming;
(c) Preparing for alignment of road design entailing horizontal and vertical
alignment and cross sections, according to the geometric standards of
national roads;
(d) Preparing the layout plans, long sections and typical cross sections;
(e) Assisting DGHs Satkers or PIUs as required with the review of major design
changes or technical specification changes for approval; and
(f) Other aspects, as may be necessary for the project based on requirements of
the Satkers or PIUs, as the case may be.
viii. Cost and quantity engineer: The consultant will preferably have a masters degree
and demonstrated experience of about 10-15 years in estimation of roads, flyovers
and bridges projects with qualification in civil engineering and relevant project
experience in Indonesia. S/he must be thoroughly familiar with DGHs cost and
quantity policies and standards. While the project specific RFP will outline the
responsibilities of the cost and quantity engineer, illustrative responsibilities shall
include, but is not limited to the following:
(a) Undertaking surveys and collecting data/information for basic pricing of the
projects based on the design requirements;
(b) Preparing details of unit price analysis for items of project works;
(c) Calculating detailed quantities based on the design requirements of projects
being implemented;
(d) Preparing detailed and quantified recommendations for any additional
designs, which are required during the course of construction; and
(e) Other aspects, as may be necessary for the project based on requirements of
the PMO/PIU, as the case may be.
20
ix. Geotechnical engineer: The consultant will preferably be a postgraduate in civil
engineering or geotechnical engineering with demonstrated work experience of about
10-15 years in undertaking geotechnical surveys and investigations for road projects
that comply with the DGH requirements. S/he must be thoroughly familiar with the
procedures currently used for geotechnical surveys in Indonesia. While the project
specific RFP will outline the responsibilities of the geotechnical engineer, illustrative
responsibilities shall include, but is not limited to the following:
(a) Consolidating soil condition data from surveyors to prepare the road/bridge
design;
(b) Ensuring that the soil data for pavement and structural computation are
accurate;
(c) Ensuring that all soil data are fully verified by the soil laboratory; and
(d) Other aspects, as may be necessary for the project based on requirements of
the Satkers or PIU, as the case may be.
xi. Road safety specialist: The consultant will preferably be a postgraduate in traffic
and road safety engineering, and development and implementation of traffic and road
safety management systems. S/he must have good all-around knowledge of road
safety issues in Indonesia and must have project experience with a wide range of
safety-related projects of government agencies. Should possess working experience
of10-15 years. While the project specific RFP will outline the responsibilities of the
road safety specialist, illustrative responsibilities shall include, but is not limited to the
following:
21
(d) Devising a program, on the basis of the engineering review, surveys, and
audits, to improve engineering standards with regards to building safer roads;
and
(e) Other aspects, as may be necessary for the project based on requirements of
the Satkers or PIU, as the case may be.
xii. Economic and financial analysis experts: The consultants will preferably hold a
postgraduate degree in economics, finance, statistics, or other relevant field. The
consultant will need to have experience of about 5-10 years of working experience as
economist and/or financial analyst in developing public infrastructure projects. The
consultant should have experience and solid understanding of economic and financial
analyses of infrastructure projects per government requirements and ADB standards
(for projects to be financed by ADB). While the project specific RFP will outline the
responsibilities for the economic analyst, his/her illustrative responsibilities include:
xiii. Procurement specialist: The consultant will preferably have a post-graduate degree
in public administration, business administration, economics, civil engineering or
related field, and demonstrated experience in procurement and contract management
of road infrastructure projects. S/he should have relevant working experience for
about 5-10 years and knowledge of procurement rules in Indonesia. While the project
specific RFP will outline the responsibilities of the procurement specialist, illustrative
responsibilities shall include, but is not limited to the following:
(a) Help Satkers and PIUs with preparation and carrying out of the bidding for the
procurement of civil works and goods for the infrastructure projects prepared
under the ESP;
(b) Strengthening the procurement capacity of satkers and PIUs;
(c) Assisting Satkers or PIUs in the preparation of bidding documents and RFPs
for selection of civil contractors;
(d) Assisting Satkers or PIUs with advance procurement/recruitment where
necessary;
(e) Assisting Satkers or PIUs with bid notification and bid submission, bid
evaluation, contract award and contract supervision and payment;
(f) Other aspects, as may be necessary for the project based on requirements of
the PMO/PIU, as the case may be.
22
xiv. Institutional and legal specialist: The consultant will preferably have a post-
graduate degree in law and shall have demonstrated experience for about 5-10 years
in drafting contractual agreements and other related documents/agreements,
procurement and institutional assessment, and in resolving legal issues in public
procurements in Indonesia. While the project specific RFP will outline the
responsibilities of the institutional and legal specialist, illustrative responsibilities shall
include, but is not limited to the following:
(a) Providing legal assessments to highlight major issues associated with the
structuring of DGH contracts for civil works;
(b) Working with the DGHs Satkers and PIU and project team members to ensure
legal consistency between the project structuring and the legal framework in
Indonesia;
(c) Ensuring legal consistency from a central and local government perspective;
(d) Advising on procedures to be followed for environment clearance, land
acquisition and protection of intellectual property;
(e) Advising on contracts with contractors and suppliers;
(f) Providing guidance and technical inputs to ensure that any documents
(including bidding documents and procurement plans) produced by the PIUs
and the project team are legally sound;
(g) Supporting Satkers and PIUs in dialogue with contractors/suppliers and other
stakeholders in relation to legal aspects of the project;
(h) Training staff on legal aspects of projects for sustainability of DGH outcomes
over the longer term; and
(i) Other aspects, as may be necessary for the project based on requirements of
the PMO/PIU, as the case may be.
xv. Social safeguards specialist (land acquisition and involuntary resettlement): The
consultant will preferably have a post-graduate degree in social development,
economics, or related field and shall have demonstrated experience of about 10-15
years in social safeguards in public investment projects. The consultant shall ensure
adequate due diligence on the projects social impacts consistent with the countrys
social/gender and safeguard policies as highlighted in Annexure 2.20
The consultant will be part of the DED and FS work and incorporate social
safeguards/ resettlement issues, which will help the project implementing agency in
preparing documents for land acquisition and resettlement plan, obtaining clearances
(e.g., location permit), as well as in supporting the implementation and conduct of
internal monitoring. Social safeguards/ resettlement consultant will also conduct
capacity assessment of the project implementing agencies and other relevant
institutions in dealing with land acquisition and resettlement, as well as provide
capacity building as required.
S/he will provide technical guidance, capacity building, support and advice to the
Satkers and PIU in all aspects of land acquisition and resettlement rules and
regulations of the Government of Indonesia and ADB guidelines for projects to be
financed by ADB.
While the project specific RFP will outline the responsibilities of the institutional and
legal specialist, illustrative responsibilities shall include, but is not limited to the
following:
20 In doing so and if financing for the infrastructure project in question is expected to be sources from ODA, the
consultant shall be also guided by the social/gender and safeguard requirements of the relevant international
financial institution. For example, ADBs gender requirement can be found in ADB. 1998. Policy on Gender and
Development. 11 June. Manila. (Doc. R74-98. Revision 1, Final.) Similarly, ADBs requirements on indigenous
people and resettlement can be found in ADB. 2009. Safeguard Policy Statement. Manila.
23
(a) Undertake poverty and social impact analyses to describe the need, demands,
concerns, beneficiaries, and potential impacts. The poverty and social impact
analysis report will cover: (i) socioeconomic profile of the project area including
population and economic/industries growth projection; (ii) stakeholder
mapping/analysis (iii) poverty analysis including analysis project benefit to the poor
(iv) indigenous peoples (IPs) or minority ethnic group if any (v) gender and
development (vi) labor and health disease/HIV-AID (vii) potential project impacts
covering groups who will be benefit from and/or use of the proposed investment
project including group who may have adversely affected and vulnerable group.
Design measures, and implementation arrangements for maximizing project
social/gender benefits and minimizing/avoiding social/gender risks.
(b) Carry out project screening to determine the impacts on land acquisition and
resettlement develop measurements to avoid, minimize, and/or mitigate the
adverse impacts of resettlement. Review whether the land acquisition plans have
been in line with the regional spatial planning and development plan. Analysis the
issue in corresponding with the development risk.
(c) Review and identify potential resettlement issues in project components. Identify
and record any steps taken to reduce land acquisition and resettlement impacts
through exploring project and design alternatives or change in the alignment or
scope of project components.
(d) Review the prevailing law and regulations both national and local level, and best
practices related to resettlement (involuntary resettlement and negotiated land
acquisition) and consult with the PIU and relevant agencies on the mechanism of
land acquisition to be used for land acquisition/resettlement.
(e) Carry out identification/census/IOL of projects on the potential entitled parties and
their losses (land acquisition objects) to determine the scope and magnitude of
likely resettlement effects. The IOL includes land/assets status, lost land, building,
space over and beneath the land, plants, assets relating to the land, and other
monetary damages including loss of business, profession change, moving cost,
ets.
(f) Conduct a socioeconomic survey of the entitled parties/APs including vulnerable
and severely affected peoples. Establish a baseline of incomes and expenditures,
occupational and livelihood patterns, use of resources, arrangements for use of
common property, ethnicity, education level, social organization, leadership
patterns, community organizations, cultural parameters, view on projects and its
potential impacts. The analysis should be disaggregated by gender.
(g) Support carrying out of a replacement out a replacement cost survey for land
and non-land assets. Review a formula for setting replacement values for assets
lost (land and non-land assets), income and livelihood losses in consultation with
the PIU and relevant local governments. Review calculations of compensation
rate and administrative budget for land acquisition and resettlement activities in
reference to the prevailing country regulations.
(h) If any physically relocation, prepare strategy for relocation plan that consider the
existing social, economic and cultural parameters both of the people affected and
of any host populations if required.
(i) ensure adequate investigations and consultations with affected persons,
beneficiaries, and government institutions;
(j) Prepare the estimated land acquisition time and estimated development
implementation time. Details of indicative schedule for land acquisition process
from the planning and hand over of acquired land from the land agency to PIU/local
office of DGH need to be synchronized with the project schedule of civil works
construction.
(k) Provide other required support to the project for complying with requirements for
obtaining permits and clearances necessary to start implementation of civil works
(l) Design and conduct assessment of institutional capacity of selected agencies to
24
implement social safeguards. Based on the assessments, prepare options for
specific interventions to develop capacity of selected agencies to prepare and
implement social safeguards
(m) Prepare draft capacity development plans including milestones, budget and other
resources needed to implement the plan.
(n) Implement the capacity building program in collaboration with the PIU, local office
of DGH and other relevant agencies.
(o) assist the Team Leader and Deputy Team Leader in timely preparation of reports.
(p) provide other required support to the project for complying with requirements for
obtaining permits and clearances necessary to start implementation of civil works.
(q) Other aspects, as may be necessary for the project based on requirements of the
Balai/Satkers and PIU, as the case may be.
xvi. Environmental expert: The consultant will preferably have a post-graduate degree in
environmental management, natural sciences, civil engineering or related field and
about10-15years of demonstrated experience in preparation and oversight of the
environmental management plans of infrastructure projects, including Indonesias
regulatory framework on environment and climate change project adaptation
measures, as well as ADBs environmental safeguard requirements.21
S/he should have proper accreditation from the government as an environmental
assessment consultant and should be fluent in English and Bahasa Indonesia.
Familiarity with Indonesian regulations is a must; familiarity with ODA development
partners environmental safeguard system will be a merit.
S/he will provide technical guidance, capacity building, support and advice to the
Satkers and PIU in all aspects of environmental management and environmental
safeguards and the environmental rules and regulations of the Government of
Indonesia and ADB guidelines for projects to be financed by ADB.
While the project specific RFP will outline the responsibilities for the environmental
specialist, illustrative responsibilities of the environmental specialist will include:
21 In doing so and if financing for the infrastructure project in question is expected to be sources from ODA, the
consultants shall be guided by the environmental sustainability requirements of the relevant international financial
institutions. For example, ADBs environmental sustainability requirements can be found in ADB. 2009. Safeguard
Policy Statement.
25
(g) develop strategy to effectively carry out the submission of environmental
assessment documents to the concerned government offices;
(h) assist the Balais/Satkers and PIUs in the preparation of the applicable
checklists and GOI screening criteria and the environmental categorization
forms of the subprojects;
(i) assist Balais/Satkers and the PIU in contracting, reviewing, submitting and
obtaining approval of all AMDAL and UKL-UPL reports that meet the
requirements from the Government of Indonesia;
(j) lead in the conduct of capacity building/training of environment personnel in
the Project;
(k) oversee preparation of the site construction site by contractors and monitor
implementation of AMDAL for the purposes of quarterly reporting;
(l) evaluate DGHs capacities to implement mitigation measures, and where
necessary recommend capacity improvement training programs and
measures;
(m) include environmental management plan in the bidding documents, along with
the requirement to comply with mitigation measures therein;
(n) address, record, and report on any grievances brought about through the
grievance redress mechanism in a timely manner;
(o) collaborate with provincial and district environmental agencies to include
environmental safeguards and awareness aspects in the capacity building and
awareness building activities.;
(p) develop TORs and budget for environmental safeguards monitoring during
implementation of the infrastructure projects;
(q) provide technical assistance and capacity building to Balai/Satkers and PIO in
monitoring the implementation of the AMDAL, and UKL-UPLs; and
(r) assist the Team Leader and Deputy Team Leader in timely preparation of
reports. Deliver the environmental monitoring reports timely as per guidance
received.
(s) Provide assistance to the Balai/Satkers environment officer (government
staff) appointed to play the lead role in implementing, monitoring and ensuring
compliance with the AMDAL/UKL-UPL.
36. Depending on the type of the project and the extent of coverage required, the estimated total
person-month requirements shall be indicated in the RFP documents at the call-down stage.
39. Interested and eligible firms are requested to submit the EOIs in the
prescribed template which can be accessed at:
http://spseicb.pu.go.id/eproc-icb/publicberitadetail/775999
40. The firms shall ensure that the EOI covers all the information as requested in
para 40 below. Failure to submit the EOI in the prescribed template may affect the
evaluation of the EOI (since the evaluation will be based on the information in the EOI
submitted). However, in case of failure to certify the eligibility declaration as
required in the above template or to sign the EOIs, the client will REJECT the
EOI.
41. The EOIs shall include all information to demonstrate the consultants capabilities, availability
of technical expertise, etc., through reflecting the following, but not limited to, information:
a) Organizational Information
(i) PPC firms profile (name, address of registered and country offices, telephone and
fax numbers, name of principal point of contact, etc.);
(ii) Association profile (if an association), including the details of the lead partner and all
association members.
(i) List of similar assignments successfully completed in the last 10 (ten) years (provide
details of the client, country, sector, estimated cost of the project, project funding,
duration of services, fees for the assignment, and description of services rendered,
among others). The consulting firm may note the following:
a. Similar assignment23 would mean preparation of (i) feasibility studies (FS), (ii)
detailed engineering designs (DED), (iii) environmental impact assessments (EIA),
and (iv) land acquisition and resettlement plans (LARP) completed by any member
of the association (or by a single firm);
b. Consulting firms are encouraged to form joint ventures having experience in
similar assignments and similar projects so as to complement their respective
areas of expertise and to enhance their qualification;
Consulting firms are requested to refer to Annex-3 for Sample Evaluation Sheet
for assessment of Similar Experience (Criterion No.1 of Annex-2).
(ii) Experience in similar assignments (para.b.i above)in Indonesia and in the Asia and
the Pacific region (experience in Indonesia will be an additional merit);
(iii) Names and addresses of at least 5 clients in respect of similar assignments and
projects in the last 10 years for reference checking purposes; and
(iv) Any other details which will enable the client to appreciate the firm or associations
relevant experience.
23
For the purpose of evaluation, an assignment will be treated as a similar assignment ONLY if the firm (association of
firms) has carried feasibility study (FS), detailed engineering design (DED), environmental impact assessment (EIA),
and land acquisition and resettlement plans (LARP) under one or more assignments/contracts. EIA and LARP carried
out for other sectors/sub-sectors will be considered by the Client.
27
c) Nature of the Firm/Organization and Key Personnel
(i) PPC firms history (duration of being in the business and the track record in the field
and/or region, as well as financial standing of the lead firm) with details of ISO 9000
certification, and submission of audited financial statements (if not required by the law
of the lead firms country, other financial statements acceptable to the Client);
(ii) Information regarding experts/personnel available with the firm (including access to
pool of expertise) highlighting the key qualifications and details of similar experience
of each expert in a tabular form (Tables 1 and 2 of Section VI of the EOI). The
firms/associations are required to propose at least one expert per expertise
area having relevant qualifications and experience as prescribed in para.35
above; and
(iii) Confirmation. The consultants shall also submit a certificate indicating that the
empanelled firms shall ensure that the specialists to be nominated during the call-
down stage for a specific assignment shall be among its list of experts submitted
during the empanelment stage (as per Section VI of the EOI), should the firm be
prequalified during the empanelment stage. However, for reasons beyond the control
of the association or where experts with better qualifications are available for a
specific assignment or for other reasons, the empanelled firms may also nominate
such other experts with equal or better qualifications than the original experts included
in the list during the empanelment stage.
(iv) Government/State owned enterprises (SOE) shall submit all relevant
documents to fulfill the eligibility requirements under para.1.13(b) of the ADBs
guidelines on use of consultants (2013)
42. The criteria to be used for evaluation of the EOIs for the panel are in Annex 2. Firms
(associations of firms) must secure at least 50 marks (out of 100 marks) to be eligible
to join the panel. Subject to this, the panel is expected to have maximum 20 members.
43. In submitting their EOIs thru the SPSE, the firms may also attach additional information
and documents in addition to the information provided as per the template of EOIs.
Such additional information may pertain to details of the projects successfully completed
beyond the provision in the template, details of at least 5 clients in respect of similar
assignments and projects successfully completed in the last ten years for reference checking
purposes, etc. However, submission of the EOI in the prescribed template is mandatory.
44. DGHs PMO will also be engaging a Project Management Consultant (PMC) firm for
which the selection process is ongoing. Accordingly, in order to avoid a situation of
conflict of interest and rejection of proposals at any stage, the firms are requested to
keep the following guidelines in mind:
(i) If a firm submits EOIs in response to both the REOIs in DGH (i.e., for PMC assignment
and for panel), and in case the firm signs a contract with the PMO of DGH24 for the
PMC assignment while the empanelment of consultants for the panel is in progress,
then the PMO shall disqualify the firm from further processing for panel. Furthermore,
the firm (including any partner or sub-consultant) will not be eligible to participate with
a panel member for any call-down assignment;
(ii) Similarly, in case a firm is empanelled and signs the IDC with the PMO, while the
selection of PMC is yet to conclude with signing of the contract with such firm, then
the PMO shall disqualify such firm from further processing for PMC assignment (from
whatever stage the selection may be);
24Asper the present assessment, the selection of panel will be completed in about 3 months time from the date of
advertisement of REOI, while the selection of PMC (until award of contract) may still be in progress (which will take
about 6 months time from the date of advertisement of REOI).
28
(iii) Firms interested in submitting their EOIs/proposals for PMC assignment or for panel
with DGH may however, submit EOIs/proposals in response to the REOIs for PMCs
and panels under the ESP of other directorates general as prescribed in such REOIs;
(iv) A firm (single firm, any JV partner or sub-consultants) can submit EOIs in response to
the REOIs issued by all the directorates, i.e., DGH, DGHS and DGWR and can be a
part of all three panels simultaneously (provided the firm does not sign PMC contract
with the same directorate). This will not lead to any situation of conflict of interest.
(v) PMO of DGH will take an appropriate decision in determining the conflict of interest
situation, which will be binding on all the firms.
29
ANNEXES
Annex 1: Indicative list of DGH projects for which project preparation services
are required under the ESP
30
Annex 2: Criteria for Evaluation of EOIs
Sub-
No. Evaluation Criteria Assessment Area Assessment Criteria MaximumMarks
marks
1 Similar Experience25 Number of similar assignments 13 assignments: 30%
completed during the last 10 years 45assignments: 50%
67 assignments: 70%
[Similar assignment would mean >7assignments: 100%
preparation of (i) feasibility studies, (ii) [The number of projects shall be determined in 30
detailed engineering designs, (iii) accordance with the provision in para.40(b)]
environmental impact assessments, 30
and (iv) land acquisition and (Please refer to Annex.3 for Sample
resettlement plans for road public Evaluation Sheet)
investment projects completed by a
firm or any member of the
association]26
25 For short-listing purposes, for similar experience (criterion 1) and experience in country/region (criterion 2), the combined experience of an association or a joint venture (JV)
submitting the EOI will be evaluated. In the case of JV submitting EOI, combined experience of all JV partners will be taken into account by giving equal weight. However, in the case
of association with sub-consultants, the experience of only the lead partner submitting the EOI shall be considered and the experience of sub-consultants will not be taken into account
and given any weight.
26For the purpose of evaluation, an assignment will be treated as a similar assignment ONLY if the firm (association of firms) has carried out all the activities (e.g., feasibility study,
DED, EIA and LARP, etc.) under one or more assignments. If, however, the firm (association of firms) has carried out only a part of all the said activities (e.g., only FS or only DED
without EIA and LARP or only EIA + LARP without FS or DED, etc.), such assignment will NOT be treated as similar assignment.
31
Sub-
No. Evaluation Criteria Assessment Area Assessment Criteria MaximumMarks
marks
32
Sub-
No. Evaluation Criteria Assessment Area Assessment Criteria MaximumMarks
marks
b) Qualification and experience of 13-25 specialists - 50%*
the specialists (the firm/association 26-35 specialists - 75%*, and
shall propose at least one expert per >35specialists - 100%*
expertise area having relevant
qualifications and experience as * Rating under respective assessment criteria:
100% : Experience of 50% or more specialists in
indicated in para.35 of Section V of
Indonesia 30
this REOI)
70% : Experience of less than 50% specialists in
Indonesia
Maximum Marks
100
(Qualifying Marks = 50)
33
Annex 3: Sample Evaluation
SAMPLE Evaluation for Critarion No. 1 (Similar Experience) of the EOI submitted by the Joint Venture of A, B, C and D
No. of Project Preparation Activities completed by each firm of the association under different contracts in the last 10 years
Sectors Overall
For the including EIA
FS DED EIA LARP FS DED EIA LARP FS DED EIA LARP FS DED EIA LARP
Sector and LSRP for
other Sectors
FS=14,
Highways
DED=19,
(Highways, Roads, Bridges, 9 6 8 2 10 3 8 2 1 5 EIA=11,
10
Tunnels, etc) LARP=10 FS=14,
DED=19,
EIA=14
(11+3), 14
Other Sectors/Sub-Sectors 3 EIA and LARP=14
(Water Supply, Wastewater, EIA=9, 4 LARP to be (10+4)
4 1 2 1 3 4
Irrigation, Dam, Flood Control, Bulk LARP=6 transferred
Water Supply, etc.) above
Notes:
(i) FS and DED should be only for the relevant sub-sector.
(ii) Similar assignment for the Sector is the minimum of the FS, DED, EIA and LARP. The association has completed 10 similar assignment covering FS+DED+EIA+LARP.
(iii) The experience of completing EIA and LARP in other Sectors shall also be taken into account to arrive at the overall similar exxperience. For example, in the above example, from the total
EIAs and LARPs completed in other Sectors, 3 EIAs and 4 LARPs have been considered to determine the overall similar assignment, which is 14 assignments (i.e., in all 14 assignments, the
association has completed FS+DED+EIA+LARP).
34
THIS IS A BLANK PAGE
35