Background

The Moldova-Ukraine common border (total length = 1222 km) consists of 955 km of green border and 267 km of blue border and represents one of the most problematic border segments in the region, being used by irregular migrants heading westwards, whereas the adjacent border area is vulnerable to border and related crime, such as smuggling. The self-proclaimed Transnistrian republic has been for the last twenty-three years a grey area increasing the risks of illegal activities in the region, particularly along the Ukrainian-Moldovan border. The Transnistrian segment on the Ukraine-Moldova border is a serious obstacle for the passenger and cargo flows between two countries, increasing the role of the Border Crossing Points outside Transnistria and raising the demand for their use.

Palanca international road border crossing point (BCP) is one of the BCPs between Moldova and Ukraine that experiences a high workload due to the passenger and cargo traffic avoiding Transnistria. It was built in 1998 and is located at the Moldovan side of the border on the edge of Palanca village, Stefan Voda district (150 km away from Chisinau - the capital city of the Republic of Moldova). At present, border guard and customs controls are carried out at three places (by control authorities of Moldova at ‘Palanca’ BCP and by control authorities of Ukraine at ‘Mayaki’ BCP which is located 3,5 km from BCP Palanca and ‘Udobne’ BCP’ which is located 4.3 km from BCP Palanca). A 7.6 km portion of the Ukrainian highway Odessa-Reni between Mayaki and Udobne passes through the territory of the Republic of Moldova. This highway is an important road infrastructure and transport corridor that links Odessa and major cities from the region, as Belgorod-Dnestrovsk, Reni, and Kilia.

On the basis of the Agreement from 1997 the Palanca BCP operated as a Jointly Operated Border Crossing Point from March 1997 until August 2001, when the Ukrainian party unilaterally terminated the “Joint Border Control” operation. As a consequence, in 2001 Mayaki (UA) and Udobne (UA) BCPs were established at the two sides of the transit road with the aim of carrying out checks by the Ukrainian border control agencies in these places to ensure that the predominantly domestic traffic did not illicitly cross into Moldova.

The establishment of Palanca Jointly Operated Border Crossing Point (JOBCP) on the territory of the Republic of Moldova will resolve the problem of the internal Ukrainian traffic, because all types of cross-border control of both countries will be fulfilled in one place, namely at Palanca JOBCP, without further control at ‘Mayaki’ BCP (Ukraine) and ‘Udobne’ BCP (Ukraine).

Through this project we plan to build and equip a modern JOBCP in compliance with the EU standards, this will contribute to removing currently existing in BCP Mayaki and BCP Udobne restrictions on the cargo of goods under the groups 1-24 of the Combined Nomenclature of Goods (transportation of animal, plants and food stuff made of them) imposed by the Ukrainian part due to the limited control capacity for these types of goods. The technical design is planned to be finalized by the end of 2015 followed with the construction works for the period 2016-2018.

In this regards UNDP is seeking to hire an experienced international civil engineering consultant to conduct independent and professional periodic monitoring and checks of the quality, cost-efficiency and timeliness of the construction works starting with contracting of the design company and ending with commissioning of the BCP Palanca to the beneficiaries.

Duties and Responsibilities

The consultant will be hired throughout the project to provide engineering/technical expertise and advisory services as following:

  • Conduct an independent technical expertise/verification of the technical design of BCP Palanca in line with international good practices and relevant to the local context. This task will be conducted through at least 2 verification missions to the Republic of Moldova. The technical expertise/verification should be made as to confirm/infirm whether the technical design is developed in conformity with the Terms of Reference of the RFP and international best practices in the area of designing civil constructions, where appropriate to the local context and conditions;
  • Provide specific assistance in compilation of the documentation for organization of the international tender for construction works. Under the task the consultant will be responsible for drafting/editing of specific parts and/or entire chapters of tender documentation, as well as provide overall guidance and corroboration of the tender documentation and specifications;
  • Provision of advice to UNDP on the selection of the company for the construction works to be contracted through and open international tender based on Request for Proposals. The task will be documented in a report to UNDP;
  • Conduct an independent technical expertise/verification of all the construction works throughout the project duration according to the technical design and specifications. This task will be conducted through at least 3 verification/check-up missions per year until finalization and commissioning of the BCP Palanca. The technical expertise/verification of the construction should be made as to confirm/infirm whether the works and processes are in conformity with the Terms of Reference/Scope of Work of the construction works, technical design, including all specifications, norms and regulations, bill/list of quantities and Cost Estimates and international best practices, including FIDIC Red Book conditions, in the area of building of civil constructions (border crossing points- if applicable/reasonable), where appropriate to the local context and conditions;
  • Orovide specific written recommendations to UNDP and its partners on each of the phases of the works with the view to improve the overall processes and ensuring the overall sustainability of project activities, especially in the areas of quality standards, construction norms, border management procedures, cost-efficiency and timeliness of the construction works of the BCP Palanca.

The consultant will be responsible to develop and apply a most efficient methodology for the provided services and in coordination/approval with/from UNDP and its partners will develop a specific action plan for the entire assignment with indication of number, scope and timeframes of all verification and check-up missions in the Republic of Moldova.

The following specific deliverables are expected:

  • A detailed work plan and methodology for the entire assignment developed and approved by UNDP;
  • Report on intermediary assessment of the drafts of the technical design of the BCP Palanca, according to the SoW for design company;
  • Report on the final assessment/verification of the technical design of the BCP Palanca;
  • Provide specific assistance in compilation of the documentation for organization of the international tender for construction works
  • Provision of advice to UNDP on the selection of the company for the construction works to be contracted through and open international tender;
  • 1 (one) report on the verification/monitoring of the construction works according to specifications; 
  • 4 (four) reports on the verification/monitoring of the construction works according to specifications;
  • 3 (three) reports on the verification/monitoring of the construction works according to specifications;
  • Final Report comprising all the assignment period. The final report should contain description of activities at all stages, a compilation of key recommendations and lessons learnt throughout the project.       

For more information on the vacancy and full Terms of Reference and Procurement Notice please access the following link: http://www.undp.md/jobs/current_jobs/

Duration of the contract - a total of 200 working days out of which 105 are planned to be in the dutiy station - Chisinau, Moldova and will travel accordingly but not less than 12 trips to/from Moldova throughout the whole assignment (2015-2018 y.)

Competencies

Functional Competencies:

  • Deep technical knowledge of standards and principles of international construction contracts and business processes;
  • Comprehensive knowledge and skills in the management of contracts within FIDIC Red Book standards;
  • Proven abilities in provision of constructions supervision advisory services;
  • Proven ability to plan, work and deliver on agreed deadlines;
  • Demonstrated interpersonal and diplomatic skills, as well as the ability to communicate effectively with all stakeholders and to present ideas clearly and effectively;
  • Proven report writing skills;
  • Computer literacy and ability to effectively use office technology equipment, IT tools.

Required Skills and Experience

Education:

  • Degree in Engineering, Constructions, Architecture, or other relevant field.

Experience:

  • Minimum of 8 years of progressively responsible professional experience in the area of constructions and provision of engineering advisory services;
  • At least 10 years of professional experience within last 15 years in the area of preparation, negotiation and administration of contracts and in the settlement of claims and dispute resolutions with FIDIC Red Book contract management;
  • Experience in working with/contracted by international development organizations for similar assignments is a strong advantage

Language

  • Fluency in English, command of Romanian and/or Russian languages will be an advantage.

Important:

Financial proposal

The financial proposal shall specify a total lump sum amount, and payment terms around specific and measurable (qualitative and quantitative) deliverables (i.e. whether payments fall in installments or upon completion of the entire contract). Payments are based upon output, i.e. upon delivery of the services specified in the TOR.  In order to assist the requesting unit in the comparison of financial proposals, the financial proposal will include a breakdown of this lump sum amount (including fees, taxes, travel, living expenses, and number of anticipated working days).

Please note that only candidates passing the min of 210 points of technical evaluation criteria will be admited to furhter evaluation and requeted to submit a financial proposal

Travel

Local travel outside of Chisinau is planned and will be arranged by UNDP at UNDP cost. The offeror must bear the travel costs related only to international travel, this includes all travel to join duty station/repatriation travel. It is envisaged that the Consultant will travel to /from Moldova according to the days in duty station as specified in the TOR, but not less than 12 trips to/from Moldova throughout the whole assignment.  In general, UNDP should not accept travel costs exceeding those of an economy class ticket. Should the IC wish to travel on a higher class he/she should do so using their own resources.

In the case of unforeseeable travel, payment of travel costs including tickets, lodging and terminal expenses should be agreed upon, between the respective business unit and Individual Consultant, prior to travel and will be reimbursed.

Evaluation of offers:

Initially, applicants will be long-listed based on the following minimum qualification criteria:

  • Degree in Engineering, Constructions, Architecture, or other relevant field
  • Minimum of 8 years of progressively responsible professional experience in the area of constructions and provision of engineering advisory services;
  • Proficient knowledge of English language.

The long-listed applicants will be further evaluated by a Selection Committee based on the following short-listing criteria:

  • Degree in Engineering, Constructions, Architecture, or other relevant field;
  • At least 8 years of progressively responsible professional experience in the area of constructions and provision of engineering advisory services;
  • At least 10 years of professional experience within last 15 years in the area of preparation, negotiation and administration of contracts and in the settlement of claims and dispute resolutions with FIDIC Red Book contract management;
  • Experience in working with/contracted by international development organizations for similar assignments is a strong advantage.

The first four candidates who passed short-listing evaluation criteria with the highest scores shall be invited for interview and pass to cumulative analysis.

Cumulative analysis

The award of the contract shall be made to the individual consultant whose offer has been evaluated and determined as:

  • Responsive/compliant/acceptable, and
  • Having received the highest score out of a pre-determined set of weighted technical and financial criteria specific to the solicitation.
  • Technical Criteria weight – 60% (300 pts);
  • Financial Criteria weight – 40% (200 pts).

Only candidates obtaining a minimum of 210 points of the technical criteria would be considered for the further and Financial Evaluation and requested to submit financial offers.

Interview criteria:

  • Deep technical knowledge of standards and principles of international construction contracts and business processes;
  • Comprehensive knowledge and skills in the management of contracts within FIDIC Red Book standards;
  • Proven abilities in provision of advisory services in the area of supervision of constructions;
  • Proven report writing and drafting skills;
  • Demonstrated interpersonal and diplomatic skills, as well as the ability to communicate effectively and to present ideas clearly and effectively;
  • A working knowledge of the Romanian or the Russian language would be an advantage.

Winning candidate

The winning candidate will be the candidate, who has accumulated the highest aggregated score (technical scoring + financial scoring).

In case of applications from governmental officials (employees of state institutions) in office - a “No objection Letter” from the concerned institution/organization must be supplied.