RFP-Group 3 - Phase I

Download as pdf or txt
Download as pdf or txt
You are on page 1of 144

Section 2.

Instructions to Consultants (ITC) 1

REPUBLIC OF TÜRKİYE
MINISTRY OF INDUSTRY AND TECHNOLOGY
General Directorate of Industrial Zones

World Bank Financed


Türkiye Organized Industrial Zones Project

Loan No: 9205-TR


Project No: 171645

REQUEST FOR PROPOSALS


For Consulting Services

Procurement of:
“Consultancy Services for Design Review,
Preparation of Tender Dossiers
and Construction Supervision
of Sub-Projects /
Group 3
Procurement Ref No: GDOIZ-C1-CS-QCBS-03

SEPTEMBER 2023
Section 2. Instructions to Consultants (ITC) 2

Request for Proposals


Consulting Services
Türkiye Organized Industrial Zones Project
Loan No: 9205-TR
Project ID: 171645

“Consulting Services for Design Review,


Preparation of Tender Dossiers
and Construction Supervision
of Sub-Projects /
Group 3

RFP No: GDOIZ-C1-CS-QCBS-03


Consulting Services for: Design Review, Preparation of Tender Dossiers and
Construction Supervision of Sub-Projects / Group 3
Clients: Ostim OIZ
İvedik OIZ
Korgun OIZ
Tendering Institution on behalf of Clients :Ministry of Industry and
Technology General Directorate of Industrial Zones
Country: Republic of Türkiye
Issued on: September 2023
Section 2. Instructions to Consultants (ITC) 3

TABLE OF CONTENT

PART I ...................................................................................................................................... 4
Section 1. Request for Proposal Letter ................................................................................ 4
Section 2. Instructions to Consultants and Data Sheet ........................................................ 9
Section 3. Technical Proposal – Standard Forms............................................................. 57
Section 4. Financial Proposal - Standard Forms .............................................................. 75
Section 5. Eligible Countries............................................................................................ 83
Section 6. Fraud and Corruption ...................................................................................... 85
Section 7. Terms of Reference ......................................................................................... 87
PART II ................................................................................................................................. 145
Section 8. Conditions of Contract and Contract Forms .................................................. 145
PART III ............................................................................................................................... 239
Section 9. Notification of Intention to Award and Beneficial Ownership Forms and Joint
Venture Declaration Form......................................................................................... 239
Section 2. Instructions to Consultants (ITC) 4

PART I

Section 1. Request for Proposal Letter


Section 2. Instructions to Consultants (ITC) 5

Request for Proposal Letter


Consulting Services

Name of Project: World Bank Financed Türkiye Organized Industrial Zones (OIZs) Project
Project No: 171645
Loan No.: TR-9205
Country: Republic of Türkiye
Name of Assignment: Consultancy Services for Design Review, Preparation of Tender
Dossiers and Construction Supervision of Sub-Projects / Group 3
RFP Reference No.: GDOIZ-C1-CS-QCBS-03
Date: September 2023

[insert: Name and Address of Consultant. In case of a Joint Venture (JV), full name of the
JV and the names of each member as in the submitted Expression of Interest shall be used]

Dear Mr. /Ms.:

1. The Ministry of Industry and Technology (MoIT), through Ministry of Treasury and Finance
(MoTF), (hereinafter called “Borrower”) has received financing from the International
Bank for Reconstruction and Development (IBRD) (the “Bank”) in the form of a loan
(hereinafter called “loan”) toward the cost of Türkiye Organized Industrial Zones Project.
The Ministry of Industry and Technology, intends to apply a portion of the proceeds of this
loan to eligible payments under the contract for which this Request for Proposals is issued.
Payments by the Bank will be made only at the request of the Client and upon approval by
the Bank, and will be subject, in all respects, to the terms and conditions of the loan
agreement. The loan agreement prohibits a withdrawal from the loan account for the
purpose of any payment to persons or entities, or for any import of goods, if such payment
or import, to the knowledge of the Bank, is prohibited by a decision of the United Nations
Security council taken under Chapter VII of the Charter of the United Nations. No party
other than the Borrower shall derive any rights from the loan agreement or have any claims
to the proceeds of the loan
2. The (MoIT) now invites proposals to provide the following consulting services (hereinafter
called “Services”): Consulting Services for Design Review, Preparation of Tender Dossiers
and Construction Supervision of Sub-Projects / Group 3 Projects for 3 Organized Industrial
Zones (OIZs). More details on the Services are provided in the Terms of Reference (Section
7).
Section 2. Instructions to Consultants (ITC) 6

3. This Request for Proposals (RFP) has been addressed to the following shortlisted
Consultants:
i. Joint Venture of WAPCOS Limited, (Lead Member - India), PROYAPI
Engineering and Consultancy, (Türkiye)
ii. Joint Venture of LIV Mühendislik Müşavirlik İnşaat Ltd.Şti. (Lead Member
- Türkiye), Kerr S.P.A (Italy)
iii. Joint Venture of A.V.D. Enerji Verimliliği Daniş. Eğit. İnş. Elek. Mak. İth.
İhr. San. Ve Tic. Ltd.Şti. (Lead Member - Türkiye), KOLTEK Müşavirlik A.Ş.
(Türkiye)
iv. Joint Venture of Eptisa Müh. Ve Müş. Hiz. Bil. İnş. Tic. Ltd. Şti. (Lead
Member - Türkiye), Eptisa Servicios de Ingeniería, S.L. (Spain)
v. Joint Venture of OPTİMAL Proje Yönetimi Ve İnş. San. Tic. Ltd. Şti. (Lead
Member - Türkiye), Envesu Çevre Enerji İnş. ve Müş. A.Ş. (Türkiye)
vi. Joint Venture of Teknik Tempo Uluslararası Mühendislik A.Ş. (Lead Member
- Türkiye), Tempo Altyapı Mühendislik Müşavirlik A.Ş. (Türkiye), Cema
Mühendislik ve Proje A.Ş. (Türkiye), Emay Uluslararası Mühendislik ve
Müşavirlik A.Ş. (Türkiye)
vii. Joint Venture of SAFEGE Ankara Central Branch Office (Lead Member -
Türkiye), OCA Global Consulting and Technical Advisory Services S.L.U.
(Spain)
viii. Joint Venture of Yüksel Proje A.Ş. (Lead Member - Türkiye), YP Enerji A.Ş.
(Türkiye)
4. It is not permissible to transfer this RFP to any other firm.
5. A firm will be selected under Quality Cost Based Selection (QCBS) Method procedures
and in a Full Technical Proposal (FTP) format as described in this RFP, in accordance with
the Bank’s “Procurement Regulations for IPF Borrowers” July 2016 revised in November
2017, August 2018 and November 2020 (“Procurement Regulations”), which can be found
at the following website: www.worldbank.org
The RFP includes the following documents:
Section 1 – Request for Proposals Letter
Section 2 - Instructions to Consultants and Data Sheet
Section 3 - Technical Proposal (FTP) - Standard Forms
Section 4 - Financial Proposal - Standard Forms
Section 5 – Eligible Countries
Section 2. Instructions to Consultants (ITC) 7

Section 6 – Fraud and Corruption


Section 7 - Terms of Reference
Section 8 - Standard Forms of Contract (Time-Based and Lump-Sum)
Section 9 – Notification of Intention to Award and Beneficial Ownership Forms and
Joint Venture Declaration Form
Attachment: The dossiers of Sub-projects (preliminary designs, feasibility reports,
documents on Environmental and Social issues, etc.) can be downloaded from the link
below:
https://sema.sanayi.gov.tr/app/tr-TR/Klasor/Paylas/Sema/9bab6e1e-2cbd-40f3-a697-
57e60222afb4

6. Please inform us by 02/10/2023, by E-mail: ihaledb.osb@sanayi.gov.tr:


(a) that you have received this Request for Proposals; and
(b) whether you accepted the changes in both TORs and intend to submit a proposal
alone or intend to enhance your experience by requesting permission to associate
with other firm(s) (if permissible under Section 2, Instructions to Consultants
(ITC), Data Sheet 14.1.1).
7. Please submit your technical and financial proposals in accordance with this Request for
Proposal (RFP) as described in Section 2.ITC/C/17.

8. Your technical and financial proposals shall be submitted to the address mentioned below,
in person together with a cover letter1 no later than 17/11/2023 at 15:30 (Local Time). The
submission shall be done by hand. Applications sent by e-mail, fax, or mail shall not be
considered for evaluation.
9. The opening of the technical proposal shall take place at 15:40 (Local Time) and same
address as of the submission.

Yours sincerely,
Haşim Cihan DEMİRKÖPRÜLÜ
On behalf of Minister
Head of Department

1
The cover letter will be two printed copies (one signed original and one photocopy). It is recommended to arrive
at least 30 minutes before the bidding time, since the original signed cover letter should be registered in the
electronic document system in room no: 131, before the proposal is submitted in room no:156 as described in
Section.2.ITC/C/17.Submission, Sealing, and Marking of Proposals.
Section 2. Instructions to Consultants (ITC) 8

Address:
T.C. Sanayi ve Teknoloji Bakanlığı / Sanayi Bölgeleri Genel Müdürlüğü /
Dünya Bankası Finansmanlı Türkiye OSB’leri Proje Uygulama Birimi
Mustafa Kemal Mah. Dumlupınar Bulvarı, (Eskişehir Yolu 7.km),
2151. Cad. Yeni Hizmet Binası, No: 154/A, 1.Kat, Oda No: 156, 06530 Çankaya, Ankara
Türkiye

For information:
Tel: +90(312) 201 59 33 / 59 59 /59 42
Email: ihaledb.osb@sanayi.gov.tr
Website:https://www.sanayi.gov.tr/sanayi-bolgeleri/dunya-bankasi-finansmanli-osb-
kredilendirme-projesi/
Section 2. Instructions to Consultants (ITC) 9

Section 2. Instructions to Consultants and Data Sheet

TABLE OF CONTENT

A. General Provisions ............................................................................................................ 11


1. Definitions ................................................................................................................... 11
2. Introduction ................................................................................................................. 14
3. Conflict of Interest ...................................................................................................... 14
4. Unfair Competitive Advantage ................................................................................... 15
5. Fraud and Corruption .................................................................................................. 16
6. Eligibility .................................................................................................................... 16
B. Preparation of Proposals .................................................................................................... 17
7. General Considerations ............................................................................................... 17
8. Cost of Preparation of Proposal .................................................................................. 18
9. Language ..................................................................................................................... 18
10. Documents Comprising the Proposal .......................................................................... 18
11. Only One Proposal ...................................................................................................... 18
12. Proposal Validity......................................................................................................... 18
13. Clarification and Amendment of RFP......................................................................... 20
14. Preparation of Proposals Specific Considerations ...................................................... 20
15. Technical Proposal Format and Content ..................................................................... 21
16. Financial Proposal ....................................................................................................... 21
C. Submission, Opening and Evaluation ............................................................................... 22
17. Submission, Sealing, and Marking of Proposals ......................................................... 22
18. Confidentiality ............................................................................................................ 24
19. Opening of Technical Proposals ................................................................................. 24
20. Proposals Evaluation ................................................................................................... 25
21. Evaluation of Technical Proposals .............................................................................. 25
22. Financial Proposals for QBS ....................................................................................... 25
23. Public Opening of Financial Proposals (for QCBS, FBS, and LCS methods) ........... 25
24. Correction of Errors .................................................................................................... 27
25. Taxes ........................................................................................................................... 28
26. Conversion to Single Currency ................................................................................... 28
Section 2. Instructions to Consultants (ITC) 10

27. Combined Quality and Cost Evaluation ......................................................................28


D. Negotiations and Award.....................................................................................................28
28. Negotiations .................................................................................................................28
29. Conclusion of Negotiations..........................................................................................30
30. Standstill Period ...........................................................................................................30
31. Notification of Intention to Award ..............................................................................30
32. Notification of Award ..................................................................................................31
33. Debriefing by the Client...............................................................................................32
E. Data Sheet ...........................................................................................................................34
Section 2. Instructions to Consultants (ITC) 11

Instructions to Consultants
A. General Provisions
1. Definitions (a) “Affiliate(s)” means an individual or an entity that
directly or indirectly controls, is controlled by, or is
under common control with the Consultant.
(b) “Applicable Law” means the laws and any other
instruments having the force of law in the Client’s
country, or in such other country as may be specified in
the Data Sheet, as they may be issued and in force from
time to time.
(c) “Bank” means the International Bank for
Reconstruction and Development (IBRD) or the
International Development Association (IDA).
(d) “Borrower” means the Government, Government
agency or other entity that signs the
[loan/financing/grant2] agreement with the Bank.
(e) “Client” means the implementing agency that signs the
Contract for the Services with the selected Consultant.
(f) “Client’s Personnel” is as defined in Clause GCC
1.1(e).
(g) “Consultant” means a legally-established professional
consulting firm or an entity that may provide or
provides the Services to the Client under the Contract.
(h) “Contract” means a legally binding written agreement
signed between the Client and the Consultant and
includes all the attached documents listed in its Clause
1 (the General Conditions of Contract (GCC), the
Special Conditions of Contract (SCC), and the
Appendices).
(i) “Contractor” is as defined in Clause GCC 1.1.(h).
(j) “Contractor’s Personnel” is as defined in Clause GCC
1.1(i).

2
[“loan agreement” term is used for IBRD loans; “financing agreement” is used for IDA credits; and “grant
agreement” is used for Recipient-Executed Trust Funds administered by IBRD or IDA]
Section 2. Instructions to Consultants (ITC) 12

(k) “Data Sheet” means an integral part of the Instructions


to Consultants (ITC) Section 2 that is used to reflect
specific country and assignment conditions to
supplement, but not to over-write, the provisions of the
ITC.
(l) “Day” means a calendar day, unless otherwise
specified as “Business Day”. A Business Day is any
day that is an official working day of the Borrower. It
excludes the Borrower’s official public holidays.
(m) “ES” means environmental and social (including
Sexual Exploitation and Abuse (SEA) and Sexual
Harassment (SH)).
(n) “Experts” means, collectively, Key Experts, Non-Key
Experts, or any other personnel of the Consultant, Sub-
consultant or Joint Venture member(s).
(o) “Government” means the government of the Client’s
country.
(p) “in writing” means communicated in written form
(e.g. by mail, e-mail, fax, including, if specified in the
Data Sheet, distributed or received through the
electronic-procurement system used by the Client) with
proof of receipt;
(q) “Joint Venture (JV)” means an association with or
without a legal personality distinct from that of its
members, of more than one Consultant where one
member has the authority to conduct all business for
and on behalf of any and all the members of the JV, and
where the members of the JV are jointly and severally
liable to the Client for the performance of the Contract.
(r) “Key Expert(s)” means an individual professional
whose skills, qualifications, knowledge and experience
are critical to the performance of the Services under the
Contract and whose CV is taken into account in the
technical evaluation of the Consultant’s proposal.
(s) “ITC” (this Section 2 of the RFP) means the
Instructions to Consultants that provides the shortlisted
Consultants with all information needed to prepare their
Proposals.
(t) “Non-Key Expert(s)” means an individual
professional provided by the Consultant or its Sub-
Section 2. Instructions to Consultants (ITC) 13

consultant and who is assigned to perform the Services


or any part thereof under the Contract and whose CVs
are not evaluated individually.
(u) “Proposal” means the Technical Proposal and the
Financial Proposal of the Consultant.
(v) “RFP” means the Request for Proposals to be prepared
by the Client for the selection of Consultants, based on
the SPD - RFP.
(w) “Services” means the work to be performed by the
Consultant pursuant to the Contract.
(x) “Sexual Exploitation and Abuse” “(SEA)”* means
the following:
Sexual Exploitation is defined as any actual or
attempted abuse of position of vulnerability,
differential power or trust, for sexual purposes,
including, but not limited to, profiting monetarily,
socially or politically from the sexual exploitation of
another.
Sexual Abuse is defined as the actual or threatened
physical intrusion of a sexual nature, whether by force
or under unequal or coercive conditions.
(y) “Sexual Harassment” “(SH)”* is defined as
unwelcome sexual advances, requests for sexual favors,
and other verbal or physical conduct of a sexual nature
by the Experts with other Experts, Contractor’s or
Client’s Personnel.
(z) “Site” is as defined in Clause GCC 1.1 (z).
(aa) “SPD - RFP” means the Standard Procurement
Document - Request for Proposals, which must be used
by the Client as the basis for the preparation of the RFP.
(bb) “Sub-consultant” means an entity to whom the
Consultant intends to subcontract any part of the
Services while the Consultant remains responsible to
the Client during the whole performance of the
Contract.
(cc) “Terms of Reference (TORs)” (this Section 7 of the
RFP) means the Terms of Reference that explains the
objectives, scope of work, activities, and tasks to be
performed, respective responsibilities of the Client and
Section 2. Instructions to Consultants (ITC) 14

the Consultant, and expected results and deliverables of


the assignment.
*A non-exhaustive list of (i) behaviors which constitute SEA and
(ii) behaviors which constitute SH is attached to the Code of
Conduct form in Section 3.
2. Introduction 2.1 The Client named in the Data Sheet intends to select a
Consultant from those listed in the Request for Proposals
(RFP), in accordance with the method of selection specified
in the Data Sheet.
2.2 The shortlisted Consultants are invited to submit a
Technical Proposal and a Financial Proposal, or a Technical
Proposal only, as specified in the Data Sheet, for
consulting services required for the assignment named in
the Data Sheet. The Proposal will be the basis for
negotiating and ultimately signing the Contract with the
selected Consultant.
2.3 The Consultants should familiarize themselves with the
local conditions and take them into account in preparing
their Proposals, including attending a pre-proposal
conference if one is specified in the Data Sheet. Attending
any such pre-proposal conference is optional and is at the
Consultants’ expense.
2.4 The Client will timely provide, at no cost to the
Consultants, the inputs, relevant project data, and reports
required for the preparation of the Consultant’s Proposal as
specified in the Data Sheet.
3. Conflict of 3.1 The Consultant is required to provide professional,
Interest objective, and impartial advice, at all times holding the
Client’s interests paramount, strictly avoiding conflicts
with other assignments or its own corporate interests, and
acting without any consideration for future work.
3.2 The Consultant has an obligation to disclose to the Client
any situation of actual or potential conflict that impacts its
capacity to serve the best interest of its Client. Failure to
disclose such situations may lead to the disqualification of
the Consultant or the termination of its Contract and/or
sanctions by the Bank.
3.2.1 Without limitation on the generality of the foregoing,
the Consultant shall not be hired under the
circumstances set forth below:
Section 2. Instructions to Consultants (ITC) 15

a. Conflicting (i) Conflict between consulting activities and


Activities procurement of goods, works or non-consulting
services: a firm that has been engaged by the Client to
provide goods, works, or non-consulting services for a
project, or any of its Affiliates, shall be disqualified
from providing consulting services resulting from or
directly related to those goods, works, or non-
consulting services. Conversely, a firm hired to
provide consulting services for the preparation or
implementation of a project, or any of its Affiliates,
shall be disqualified from subsequently providing
goods or works or non-consulting services resulting
from or directly related to the consulting services for
such preparation or implementation.
b. Conflicting (ii) Conflict among consulting assignments: a Consultant
Assignments (including its Experts and Sub-consultants) or any of
its Affiliates shall not be hired for any assignment that,
by its nature, may be in conflict with another
assignment of the Consultant for the same or for
another Client.
c. Conflicting (iii) Relationship with the Client’s staff: a Consultant
Relationships (including its Experts and Sub-consultants) that has a
close business or family relationship with a
professional staff of the Borrower (or of the Client, or
of implementing agency, or of a recipient of a part of
the Bank’s financing) who are directly or indirectly
involved in any part of (i) the preparation of the Terms
of Reference for the assignment, (ii) the selection
process for the Contract, or (iii) the supervision of the
Contract, may not be awarded a Contract, unless the
conflict stemming from this relationship has been
resolved in a manner acceptable to the Bank
throughout the selection process and the execution of
the Contract.
4. Unfair 4.1 Fairness and transparency in the selection process require
Competitive that the Consultants or their Affiliates competing for a
Advantage specific assignment do not derive a competitive advantage
from having provided consulting services related to the
assignment in question. To that end, the Client shall
indicate in the Data Sheet and make available to all
shortlisted Consultants together with this RFP all
information that would in that respect give such Consultant
any unfair competitive advantage over competing
Consultants.
Section 2. Instructions to Consultants (ITC) 16

5. Fraud and 5.1 The Bank requires compliance with the Bank’s Anti-
Corruption Corruption Guidelines and its prevailing sanctions policies
and procedures as set forth in the WBG’s Sanctions
Framework, as set forth in Section 6.

5.2 In further pursuance of this policy, Consultants shall permit


and shall cause their agents (where declared or not), sub-
contractors, subconsultants, service providers, suppliers,
and personnel, to permit the Bank to inspect all accounts,
records and other documents relating to any shortlisting
process, Proposal submission, and contract performance (in
the case of award), and to have them audited by auditors
appointed by the Bank.
6. Eligibility 6.1 The Bank permits consultants (individuals and firms,
including Joint Ventures and their individual members)
from all countries to offer consulting services for Bank-
financed projects.

6.2 Furthermore, it is the Consultant’s responsibility to ensure


that its Experts, joint venture members, Sub-consultants,
agents (declared or not), sub-contractors, service providers,
suppliers and/or their employees meet the eligibility
requirements as established by the Bank in the applicable
Procurement Regulations.
6.3 As an exception to the foregoing ITC 6.1 and ITC 6.2 above:
a. Sanctions 6.3.1 A Consultant that has been sanctioned by the Bank,
pursuant to the Bank’s Anti-Corruption Guidelines
and in accordance with its prevailing sanctions
policies and procedures as set forth in the WBG’s
Sanctions Framework as described in Section VI,
Fraud and Corruption, paragraph 2.2 d., shall be
ineligible to be shortlisted for, submit proposals for,
or be awarded a Bank-financed contract or benefit
from a Bank-financed contract, financially or
otherwise, during such period of time as the Bank
shall have determined. The list of debarred firms and
individuals is available at the electronic address
specified in the PDS.
b. Prohibitions 6.3.2 Firms and individuals of a country or goods
manufactured in a country may be ineligible if so
indicated in Section 5 (Eligible Countries) and:
(a) as a matter of law or official regulations, the
Borrower’s country prohibits commercial
Section 2. Instructions to Consultants (ITC) 17

relations with that country, provided that the


Bank is satisfied that such exclusion does not
preclude effective competition for the provision
of Services required; or
(b) by an act of compliance with a decision of the
United Nations Security Council taken under
Chapter VII of the Charter of the United Nations,
the Borrower’s Country prohibits any import of
goods from that country or any payments to any
country, person, or entity in that country.
c. Restrictions for 6.3.3 State-owned enterprises or institutions in the
State-Owned Borrower’s country may be eligible to compete and
Enterprises be awarded a contract only if they can establish, in a
manner acceptable to the Bank, that they: (i) are
legally and financially autonomous, (ii) operate
under commercial law, and (iii) are not under
supervision of the Client.
d. Restrictions for 6.3.4 Government officials and civil servants of the
Public Employees Borrower’s country are not eligible to be included as
Experts, individuals, or members of a team of Experts
in the Consultant’s Proposal unless:
(i) the services of the government official or civil
servant are of a unique and exceptional nature,
or their participation is critical to project
implementation; and
(ii) their hiring would not create a conflict of
interest, including any conflict with
employment or other laws, regulations, or
policies of the Borrower.
e. Borrower 6.3.5 A firm that is under a sanction of debarment by the
Debarment Borrower from being awarded a contract is eligible to
participate in this procurement, unless the Bank, at
the Borrower’s request, is satisfied that the
debarment; (a) relates to fraud or corruption, and (b)
followed a judicial or administrative proceeding that
afforded the firm adequate due process.

B. Preparation of Proposals
7. General 7.1 In preparing the Proposal, the Consultant is expected to
Considerations examine the RFP in detail. Material deficiencies in
Section 2. Instructions to Consultants (ITC) 18

providing the information requested in the RFP may result


in rejection of the Proposal.
8. Cost of 8.1 The Consultant shall bear all costs associated with the
Preparation of preparation and submission of its Proposal, and the Client
Proposal shall not be responsible or liable for those costs, regardless
of the conduct or outcome of the selection process. The
Client is not bound to accept any proposal, and reserves the
right to annul the selection process at any time prior to
Contract award, without thereby incurring any liability to the
Consultant.
9. Language 9.1 The Proposal, as well as all correspondence and documents
relating to the Proposal exchanged between the Consultant
and the Client, shall be written in the language(s) specified
in the Data Sheet.
10. Documents 10.1 The Proposal shall comprise the documents and forms
Comprising the listed in the Data Sheet.
Proposal
10.2 If specified in the Data Sheet, the Consultant shall include
a statement of an undertaking of the Consultant to observe,
in competing for and executing a contract, the Client
country’s laws against fraud and corruption (including
bribery).
10.3 The Consultant shall furnish information on commissions,
gratuities, and fees, if any, paid or to be paid to agents or
any other party relating to this Proposal and, if awarded,
Contract execution, as requested in the Financial Proposal
submission form (Section 4).
11. Only One 11.1 The Consultant (including the individual members of any
Proposal Joint Venture) shall submit only one Proposal, either in its
own name or as part of a Joint Venture in another Proposal.
If a Consultant, including any Joint Venture member,
submits or participates in more than one proposal, all such
proposals shall be disqualified and rejected. This does not,
however, preclude a Sub-consultant, or the Consultant’s
staff from participating as Key Experts and Non-Key
Experts in more than one Proposal when circumstances
justify and if stated in the Data Sheet.
12. Proposal Validity 12.1 Proposals shall remain valid until the date specified in the
Data Sheet or any extended date if amended by the Client
in accordance with ITC 13.1.1.

12.2 During this period, the Consultant shall maintain its


original Proposal without any change, including the
Section 2. Instructions to Consultants (ITC) 19

availability of the Key Experts, the proposed rates and the


total price.

12.3 If it is established that any Key Expert nominated in the


Consultant’s Proposal was not available at the time of
Proposal submission or was included in the Proposal
without his/her confirmation, such Proposal shall be
disqualified and rejected for further evaluation, and may be
subject to sanctions in accordance with ITC 5.

a. Extension of 12.4 The Client will make its best effort to complete the
Proposal Validity negotiations and award the contract prior to the date of
expiry of the Proposal validity. However, should the need
arise, the Client may request, in writing, all Consultants
who submitted Proposals prior to the submission deadline
to extend the Proposals’ validity.

12.5 If the Consultant agrees to extend the validity of its


Proposal, it shall be done without any change in the original
Proposal and with the confirmation of the availability of the
Key Experts, except as provided in ITC 12.7.

12.6 The Consultant has the right to refuse to extend the validity
of its Proposal in which case such Proposal will not be
further evaluated.

b. Substitution of 12.7 If any of the Key Experts become unavailable for the
Key Experts at extended validity period, the Consultant shall seek to
Validity Extension substitute another Key Expert. The Consultant shall provide
a written adequate justification and evidence satisfactory to
the Client together with the substitution request. In such
case, a substitute Key Expert shall have equal or better
qualifications and experience than those of the originally
proposed Key Expert. The technical evaluation score,
however, will remain to be based on the evaluation of the
CV of the original Key Expert.

12.8 If the Consultant fails to provide a substitute Key Expert


with equal or better qualifications, or if the provided
reasons for the replacement or justification are
unacceptable to the Client, such Proposal will be rejected
with the prior Bank’s no objection.

c. Sub- 12.9 The Consultant shall not subcontract the whole of the
Contracting Services.
Section 2. Instructions to Consultants (ITC) 20

13. Clarification and 13.1 The Consultant may request a clarification of any part of
Amendment of the RFP during the period indicated in the Data Sheet
RFP before the Proposals’ submission deadline. Any request for
clarification must be sent in writing, or by standard
electronic means, to the Client’s address indicated in the
Data Sheet. The Client will respond in writing, or by
standard electronic means, and will send written copies of
the response (including an explanation of the query but
without identifying its source) to all shortlisted Consultants.
Should the Client deem it necessary to amend the RFP as a
result of a clarification, it shall do so following the
procedure described below:
13.1.1 At any time before the proposal submission
deadline, the Client may amend the RFP by issuing
an amendment in writing or by standard electronic
means. The amendment shall be sent to all
shortlisted Consultants and will be binding on them.
The shortlisted Consultants shall acknowledge
receipt of all amendments in writing.
13.1.2 If the amendment is substantial, the Client may
extend the proposal submission deadline to give
the shortlisted Consultants reasonable time to take
an amendment into account in their Proposals.
13.2 The Consultant may submit a modified Proposal or a
modification to any part of it at any time prior to the
proposal submission deadline. No modifications to the
Technical or Financial Proposal shall be accepted after the
deadline.
14. Preparation of 14.1 While preparing the Proposal, the Consultant must give
Proposals Specific particular attention to the following:
Considerations
14.1.1 If a shortlisted Consultant considers that it may
enhance its expertise for the assignment by
associating with other consultants in the form of a
Joint Venture or as Sub-consultants, it may do so
with either (a) non-shortlisted Consultant(s), or (b)
shortlisted Consultants if permitted in the Data
Sheet. In all such cases a shortlisted Consultant
must obtain the written approval of the Client prior
to the submission of the Proposal. When
associating with non-shortlisted firms in the form
of a joint venture or a sub-consultancy, the
shortlisted Consultant shall be a lead member. If
Section 2. Instructions to Consultants (ITC) 21

shortlisted Consultants associate with each other,


any of them can be a lead member.
14.1.2 The Client may indicate in the Data Sheet the
estimated Key Experts’ time input (expressed in
person-month) or the Client’s estimated total cost
of the assignment, but not both. This estimate is
indicative and the Proposal shall be based on the
Consultant’s own estimates for the same.
14.1.3 If stated in the Data Sheet, the Consultant shall
include in its Proposal at least the same time input
(in the same unit as indicated in the Data Sheet) of
Key Experts, failing which the Financial Proposal
will be adjusted for the purpose of comparison of
proposals and decision for award in accordance
with the procedure in the Data Sheet.
14.1.4 For assignments under the Fixed-Budget selection
method, the estimated Key Experts’ time input is
not disclosed. Total available budget, with an
indication whether it is inclusive or exclusive of
taxes, is given in the Data Sheet, and the Financial
Proposal shall not exceed this budget.
15. Technical 15.1 The Technical Proposal shall be prepared using the
Proposal Format Standard Forms provided in Section 3 of the RFP and shall
and Content comprise the documents listed in the Data Sheet. The
Technical Proposal shall not include any financial
information. A Technical Proposal containing material
financial information shall be declared non-responsive.
15.1.1 Consultant shall not propose alternative Key
Experts. Only one CV shall be submitted for each
Key Expert position. Failure to comply with this
requirement will make the Proposal non-
responsive.
15.2 Depending on the nature of the assignment, the Consultant
is required to submit a Full Technical Proposal (FTP), or
a Simplified Technical Proposal (STP) as indicated in the
Data Sheet and using the Standard Forms provided in
Section 3 of the RFP.
16. Financial 16.1 The Financial Proposal shall be prepared using the
Proposal Standard Forms provided in Section 4 of the RFP. It shall
list all costs associated with the assignment, including (a)
Section 2. Instructions to Consultants (ITC) 22

remuneration for Key Experts and Non-Key Experts, (b)


reimbursable expenses indicated in the Data Sheet.
a. Price 16.2 For assignments with a duration exceeding 18 months, a
Adjustment price adjustment provision for foreign and/or local
inflation for remuneration rates applies if so stated in the
Data Sheet.
b. Taxes 16.3 The Consultant and its Sub-consultants and Experts are
responsible for meeting all tax liabilities arising out of the
Contract unless stated otherwise in the Data Sheet.
Information on taxes in the Client’s country is provided in
the Data Sheet.
c. Currency of 16.4 The Consultant may express the price for its Services in
Proposal the currency or currencies as stated in the Data Sheet. If
indicated in the Data Sheet, the portion of the price
representing local cost shall be stated in the national
currency.
d. Currency of 16.5 Payment under the Contract shall be made in the currency
Payment or currencies in which the payment is requested in the
Proposal.

C. Submission, Opening and Evaluation


17. Submission, 17.1 The Consultant shall submit a signed and complete
Sealing, and Proposal comprising the documents and forms in
Marking of accordance with ITC 10 (Documents Comprising
Proposals Proposal). Consultants shall mark as “CONFIDENTIAL”
information in their Proposals which is confidential to their
business. This may include proprietary information, trade
secrets or commercial or financially sensitive information.
The submission can be done by mail or by hand. If
specified in the Data Sheet, the Consultant has the option
of submitting its Proposals electronically.
17.2 An authorized representative of the Consultant shall sign
the original submission letters in the required format for
both the Technical Proposal and, if applicable, the
Financial Proposal and shall initial all pages of both. The
authorization shall be in the form of a written power of
attorney attached to the Technical Proposal.
17.2.1 A Proposal submitted by a Joint Venture shall be
signed by all members so as to be legally binding on all
members, or by an authorized representative who has a
Section 2. Instructions to Consultants (ITC) 23

written power of attorney signed by each member’s


authorized representative.

17.3 Any modifications, revisions, interlineations, erasures, or


overwriting shall be valid only if they are signed or
initialed by the person signing the Proposal.
17.4 The signed Proposal shall be marked “ORIGINAL”, and its
copies marked “COPY” as appropriate. The number of
copies is indicated in the Data Sheet. All copies shall be
made from the signed original. If there are discrepancies
between the original and the copies, the original shall
prevail.
17.5 The original and all the copies of the Technical Proposal
shall be placed inside a sealed envelope clearly marked
“TECHNICAL PROPOSAL”, “[Name of the Assignment]“,
[reference number], [name and address of the Consultant],
and with a warning “DO NOT OPEN UNTIL - [INSERT THE
DATE AND THE TIME OF THE TECHNICAL PROPOSAL
SUBMISSION DEADLINE].

17.6 Similarly, the original Financial Proposal (if required for


the applicable selection method) and its copies shall be
placed inside of a separate sealed envelope clearly marked
“FINANCIAL PROPOSAL” “[Name of the Assignment],
[reference number], [name and address of the Consultant]”,
and with a warning “DO NOT OPEN WITH THE
TECHNICAL PROPOSAL.”
17.7 The sealed envelopes containing the Technical and
Financial Proposals shall be placed into one outer envelope
and sealed. This outer envelope shall be addressed to the
Client and bear the submission address, RFP reference
number, the name of the assignment, the Consultant’s
name and the address, and shall be clearly marked “Do Not
Open Before [insert the time and date of the submission
deadline indicated in the Data Sheet]”.
17.8 If the envelopes and packages with the Proposal are not
sealed and marked as required, the Client will assume no
responsibility for the misplacement, loss, or premature
opening of the Proposal.
17.9 The Proposal or its modifications must be sent to the
address indicated in the Data Sheet and received by the
Client no later than the deadline indicated in the Data
Sheet, or any extension to this deadline. Any Proposal or
Section 2. Instructions to Consultants (ITC) 24

its modification received by the Client after the deadline


shall be declared late and rejected, and promptly returned
unopened.
18. Confidentiality 18.1 From the time the Proposals are opened to the time the
Contract is awarded, the Consultant should not contact the
Client on any matter related to its Technical and/or
Financial Proposal. Information relating to the evaluation
of Proposals and award recommendations shall not be
disclosed to the Consultants who submitted the Proposals
or to any other party not officially concerned with the
process, until the Notification of Intention to Award the
Contract. Exceptions to this ITC are where the Client
notifies Consultants of the results of the evaluation of the
Technical Proposals.
18.2 Any attempt by shortlisted Consultants or anyone on behalf
of the Consultant to influence improperly the Client in the
evaluation of the Proposals or Contract award decisions
may result in the rejection of its Proposal, and may be
subject to the application of prevailing Bank’s sanctions
procedures.
18.3 Notwithstanding the above provisions, from the time of the
Proposals’ opening to the time of Contract award
publication, if a Consultant wishes to contact the Client or
the Bank on any matter related to the selection process, it
shall do so only in writing.
19. Opening of 19.1 The Client’s evaluation committee shall conduct the
Technical opening of the Technical Proposals in the presence of the
Proposals shortlisted Consultants’ authorized representatives who
choose to attend (in person, or online if this option is
offered in the Data Sheet). The opening date, time and the
address are stated in the Data Sheet. The envelopes with
the Financial Proposal shall remain sealed and shall be
securely stored with a reputable public auditor or
independent authority until they are opened in accordance
with ITC 23.
19.2 At the opening of the Technical Proposals the following
shall be read out: (i) the name and the country of the
Consultant or, in case of a Joint Venture, the name of the
Joint Venture, the name of the lead member and the names
and the countries of all members; (ii) the presence or
absence of a duly sealed envelope with the Financial
Proposal; (iii) any modifications to the Proposal submitted
prior to proposal submission deadline; and (iv) any other
Section 2. Instructions to Consultants (ITC) 25

information deemed appropriate or as indicated in the Data


Sheet.
20. Proposals 20.1 Subject to provision of ITC 15.1, the evaluators of the
Evaluation Technical Proposals shall have no access to the Financial
Proposals until the technical evaluation is concluded and
the Bank issues its “no objection”, if applicable.
20.2 The Consultant is not permitted to alter or modify its
Proposal in any way after the proposal submission deadline
except as permitted under ITC 12.7. While evaluating the
Proposals, the Client will conduct the evaluation solely on
the basis of the submitted Technical and Financial
Proposals.
21. Evaluation of 21.1 The Client’s evaluation committee shall evaluate the
Technical Technical Proposals on the basis of their responsiveness to
Proposals the Terms of Reference and the RFP, applying the
evaluation criteria, sub-criteria, and point system specified
in the Data Sheet. Each responsive Proposal will be given
a technical score. A Proposal shall be rejected at this stage
if it does not respond to important aspects of the RFP or if
it fails to achieve the minimum technical score indicated in
the Data Sheet.
22. Financial 22.1 Following the ranking of the Technical Proposals, when
Proposals for the selection is based on quality only (QBS), the top-ranked
QBS Consultant is invited to negotiate the Contract.
22.2 If Financial Proposals were invited together with the
Technical Proposals, only the Financial Proposal of the
technically top-ranked Consultant is opened by the Client’s
evaluation committee. All other Financial Proposals are
returned unopened after the Contract negotiations are
successfully concluded and the Contract is signed.
23. Public Opening of 23.1 After the technical evaluation is completed and the Bank
Financial has issued its no objection (if applicable), the Client shall
Proposals (for notify those Consultants whose Proposals were considered
QCBS, FBS, and non-responsive to the RFP and TOR or did not meet the
LCS methods) minimum qualifying technical score, advising them the
following:
(i) their Proposal was not responsive to the RFP and
TOR or did not meet the minimum qualifying
technical score;
Section 2. Instructions to Consultants (ITC) 26

(ii) provide information relating to the Consultant’s


overall technical score, as well as scores obtained
for each criterion and sub-criterion;
(iii) their Financial Proposals will be returned
unopened after completing the selection process
and Contract signing; and
(iv) notify them of the date, time and location of the
public opening of the Financial Proposals and
invite them to attend.
23.2 The Client shall simultaneously notify in writing those
Consultants whose Proposals were considered responsive
to the RFP and TOR, and that have achieved the minimum
qualifying technical score, advising them the following:
(i) their Proposal was responsive to the RFP and TOR
and met the minimum qualifying technical score;
(ii) provide information relating to the Consultant’s
overall technical score, as well as scores obtained
for each criterion and sub-criterion;
(iii) their Financial Proposal will be opened at the
public opening of Financial Proposals; and
(iv) notify them of the date, time and location of the
public opening and invite them for the opening of
the Financial Proposals.
23.3 The opening date shall be no less than ten (10) Business
Days from the date of notification of the results of the
technical evaluation, described in ITC 23.1 and 23.2.
However, if the Client receives a complaint on the results
of the technical evaluation within the ten (10) Business
Days, the opening date shall be subject to ITC 35.1.
23.4 The Consultant’s attendance at the opening of the Financial
Proposals (in person, or online if such option is indicated
in the Data Sheet) is optional and is at the Consultant’s
choice.
23.5 The Financial Proposals shall be opened publicly by the
Client’s evaluation committee in the presence of the
representatives of the Consultants and anyone else who
chooses to attend. Any interested party who wishes to
attend this public opening should contact the client as
indicated in the Data Sheet. Alternatively, a notice of the
Section 2. Instructions to Consultants (ITC) 27

public opening of Financial Proposals may be published on


the Client’s website, if available. At the opening, the names
of the Consultants, and the overall technical scores,
including the break-down by criterion, shall be read aloud.
The Financial Proposals will then be inspected to confirm
that they have remained sealed and unopened. These
Financial Proposals shall be then opened, and the total
prices read aloud and recorded. Copies of the record shall
be sent to all Consultants who submitted Proposals and to
the Bank.
24. Correction of 24.1 Activities and items described in the Technical Proposal
Errors but not priced in the Financial Proposal, shall be assumed
to be included in the prices of other activities or items, and
no corrections are made to the Financial Proposal.
a. Time-Based 24.1.1 If a Time-Based contract form is included in the
Contracts RFP, the Client’s evaluation committee will (a)
correct any computational or arithmetical errors, and
(b) adjust the prices if they fail to reflect all inputs
included for the respective activities or items
included in the Technical Proposal. In case of
discrepancy between (i) a partial amount (sub-total)
and the total amount, or (ii) between the amount
derived by multiplication of unit price with quantity
and the total price, or (iii) between words and
figures, the former will prevail. In case of
discrepancy between the Technical and Financial
Proposals in indicating quantities of input, the
Technical Proposal prevails and the Client’s
evaluation committee shall correct the quantification
indicated in the Financial Proposal so as to make it
consistent with that indicated in the Technical
Proposal, apply the relevant unit price included in
the Financial Proposal to the corrected quantity, and
correct the total Proposal cost.
b. Lump-Sum 24.1.2 If a Lump-Sum contract form is included in the RFP,
Contracts the Consultant is deemed to have included all prices
in the Financial Proposal, so neither arithmetical
corrections nor price adjustments shall be made.
The total price, net of taxes understood as per ITC
25, specified in the Financial Proposal (Form FIN-
1) shall be considered as the offered price. Where
there is a discrepancy between the amount in words
and the amount figures, the amount in words shall
prevail.
Section 2. Instructions to Consultants (ITC) 28

25. Taxes 25.1 The Client’s evaluation of the Consultant’s Financial


Proposal shall exclude taxes and duties in the Client’s
country in accordance with the instructions in the Data
Sheet.
26. Conversion to 26.1 For the evaluation purposes, prices shall be converted to a
Single Currency single currency using the selling rates of exchange, source
and date indicated in the Data Sheet.
27. Combined
Quality and Cost
Evaluation
a. Quality and 27.1 In the case of QCBS, the total score is calculated by
Cost-Based weighting the technical and financial scores and adding
Selection (QCBS) them as per the formula and instructions in the Data Sheet.
The Consultant with the Most Advantageous Proposal,
which is the Proposal that achieves the highest combined
technical and financial scores, will be invited for
negotiations.
b. Fixed-Budget 27.2 In the case of FBS, those Proposals that exceed the budget
Selection (FBS) indicated in ITC 14.1.4 of the Data Sheet shall be rejected.
27.3 The Client will select the Consultant with the Most
Advantageous Proposal, which is the highest-ranked
Technical Proposal that does not exceed the budget
indicated in the RFP, and invite such Consultant to
negotiate the Contract.
c. Least-Cost 27.4 In the case of Least-Cost Selection (LCS), the Client will
Selection select the Consultant with the Most Advantageous
Proposal, which is the Proposal with the lowest evaluated
total price among those Proposals that achieved the
minimum qualifying technical score, and invite such a
Consultant to negotiate the Contract.

D. Negotiations and Award


28. Negotiations 28.1 The negotiations will be held at the date and address
indicated in the Data Sheet with the Consultant’s
representative(s) who must have written power of attorney
to negotiate and sign a Contract on behalf of the
Consultant.
Section 2. Instructions to Consultants (ITC) 29

28.2 The Client shall prepare minutes of negotiations that are


signed by the Client and the Consultant’s authorized
representative.
a. Availability of 28.3 The invited Consultant shall confirm the availability of all
Key Experts Key Experts included in the Proposal as a pre-requisite to
the negotiations, or, if applicable, a replacement in
accordance with ITC 12. Failure to confirm the Key
Experts’ availability may result in the rejection of the
Consultant’s Proposal and the Client proceeding to
negotiate the Contract with the next-ranked Consultant.
28.4 Notwithstanding the above, the substitution of Key Experts
at the negotiations may be considered if due solely to
circumstances outside the reasonable control of and not
foreseeable by the Consultant, including but not limited to
death or medical incapacity. In such case, the Consultant
shall offer a substitute Key Expert within the period of time
specified in the letter of invitation to negotiate the Contract,
who shall have equivalent or better qualifications and
experience than the original candidate.
b. Technical 28.5 The negotiations include discussions of the Terms of
Negotiations Reference (TORs), the proposed methodology, the Client’s
inputs, the special conditions of the Contract, and finalizing
the “Description of Services” part of the Contract. These
discussions shall not substantially alter the original scope
of services under the TOR or the terms of the contract, lest
the quality of the final product, its price, or the relevance
of the initial evaluation be affected.
c. Financial 28.6 The negotiations include the clarification of the
Negotiations Consultant’s tax liability in the Client’s country and how it
should be reflected in the Contract.
28.7 If the selection method included cost as a factor in the
evaluation, the total price stated in the Financial Proposal
for a Lump-Sum contract shall not be negotiated.
28.8 In the case of a Time-Based contract, unit rates
negotiations shall not take place, except when the offered
Key Experts and Non-Key Experts’ remuneration rates are
much higher than the typically charged rates by consultants
in similar contracts. In such case, the Client may ask for
clarifications and, if the fees are very high, ask to change
the rates after consultation with the Bank. The format for
(i) providing information on remuneration rates in the case
of Quality Based Selection; and (ii) clarifying
Section 2. Instructions to Consultants (ITC) 30

remuneration rates’ structure under this Clause, is provided


in Appendix A to the Financial Form FIN-3: Financial
Negotiations – Breakdown of Remuneration Rates.
29. Conclusion of 29.1 The negotiations are concluded with a review of the
Negotiations finalized draft Contract, which then shall be initialed by the
Client and the Consultant’s authorized representative.
29.2 If the negotiations fail, the Client shall inform the
Consultant in writing of all pending issues and
disagreements and provide a final opportunity to the
Consultant to respond. If disagreement persists, the Client
shall terminate the negotiations informing the Consultant
of the reasons for doing so. After having obtained the
Bank’s no objection, the Client will invite the next-ranked
Consultant to negotiate a Contract. Once the Client
commences negotiations with the next-ranked Consultant,
the Client shall not reopen the earlier negotiations.
30. Standstill Period 30.1 The Contract shall not be awarded earlier than the expiry
of the Standstill Period. The Standstill Period shall be ten
(10) Business Days unless extended in accordance with
ITC 33. The Standstill Period commences the day after the
date the Client has transmitted to each Consultant (that has
not already been notified that it has been unsuccessful) the
Notification of Intention to Award the Contract. Where
only one Proposal is submitted, or if this contract is in
response to an emergency situation recognized by the
Bank, the Standstill Period shall not apply.
31. Notification of 31.1 The Client shall send to each Consultant (that has not
Intention to already been notified that it has been unsuccessful) the
Award Notification of Intention to Award the Contract to the
successful Consultant. The Notification of Intention to
Award shall contain, at a minimum, the following
information:
(a) the name and address of the Consultant with whom
the client successfully negotiated a contract;
(b) the contract price of the successful Proposal;
(c) the names of all Consultants included in the short list,
indicating those that submitted Proposals;
(d) where the selection method requires, the price
offered by each Consultant as read out and as
evaluated;
Section 2. Instructions to Consultants (ITC) 31

(e) the overall technical scores and scores assigned for


each criterion and sub-criterion to each Consultant;
(f) the final combined scores and the final ranking of the
Consultants;
(g) a statement of the reason(s) why the recipient’s
Proposal was unsuccessful, unless the combined
score in (f) above already reveals the reason;
(h) the expiry date of the Standstill Period; and
(i) instructions on how to request a debriefing and/or
submit a complaint during the Standstill Period.
32. Notification of 32.1 Upon expiry of the Standstill Period, specified in ITC 30.1
Award or any extension thereof, and upon satisfactorily addressing
any complaint that has been filed within the Standstill
Period, and upon verifying that the Consultant (including
each member of a JV) is not disqualified by the Bank due
to noncompliance with contractual SEA/SH prevention and
response obligations, the Client shall, send a notification of
award to the successful Consultant, confirming the Client’s
intention to award the Contract to the successful Consultant
and requesting the successful Consultant to sign and return
the draft negotiated Contract within eight (8) Business
Days from the date of receipt of such notification. The
Client will require the Consultant to replace any
subconsultant that is disqualified by the Bank due to
noncompliance with contractual SEA/SH prevention and
response obligations. If specified in the Data Sheet, the
client shall simultaneously request the successful
Consultant to submit, within eight (8) Business Days, the
Beneficial Ownership Disclosure Form.
Contract Award Notice
Within ten (10) Business Days from the date of notification
of award such request, the Client shall publish the Contract
Award Notice which shall contain, at a minimum, the
following information:
(a) name and address of the Client;
(b) name and reference number of the contract being
awarded, and the selection method used;
(c) names of the consultants that submitted proposals,
and their proposal prices as read out at financial
proposal opening, and as evaluated;
Section 2. Instructions to Consultants (ITC) 32

(d) names of all Consultants whose Proposals were


rejected or were not evaluated, with the reasons
therefor;
(e) the name of the successful consultant, the final total
contract price, the contract duration and a summary
of its scope; and.
(f) successful Consultant’s Beneficial Ownership
Disclosure Form, if specified in Data Sheet ITC
32.1.
32.2 The Contract Award Notice shall be published on the
Client’s website with free access if available, or in at least
one newspaper of national circulation in the Client’s
Country, or in the official gazette. The Client shall also
publish the contract award notice in UNDB online
33. Debriefing by the 33.1 On receipt of the Client’s Notification of Intention to
Client Award referred to in ITC 31.1, an unsuccessful Consultant
has three (3) Business Days to make a written request to
the Client for a debriefing. The Client shall provide a
debriefing to all unsuccessful Consultants whose request is
received within this deadline.
33.2 Where a request for debriefing is received within the
deadline, the Client shall provide a debriefing within five
(5) Business Days, unless the Client decides, for justifiable
reasons, to provide the debriefing outside this timeframe.
In that case, the standstill period shall automatically be
extended until five (5) Business Days after such debriefing
is provided. If more than one debriefing is so delayed, the
standstill period shall not end earlier than five (5) Business
Days after the last debriefing takes place. The Client shall
promptly inform, by the quickest means available, all
Consultants of the extended standstill period
33.3 Where a request for debriefing is received by the Client
later than the three (3)-Business Day deadline, the Client
should provide the debriefing as soon as practicable, and
normally no later than fifteen (15) Business Days from the
date of publication of Public Notice of Award of contract.
Requests for debriefing received outside the three (3)-day
deadline shall not lead to extension of the standstill period.
33.4 Debriefings of unsuccessful Consultants may be done in
writing or verbally. The Consultants shall bear their own
costs of attending such a debriefing meeting
Section 2. Instructions to Consultants (ITC) 33

34. Signing of 34.1 The Contract shall be signed prior to the expiry date of the
Contract Proposal validity and promptly after expiry of the Standstill
Period, specified in ITC 30.1 or any extension thereof, and
upon satisfactorily addressing any complaint that has been
filed within the Standstill Period.
34.2 The Consultant is expected to commence the assignment
on the date and at the location specified in the Data Sheet.
35. Procurement 35.1 The procedures for making a Procurement-related
Related Complaint are as specified in the Data Sheet.
Complaint
Section 2. Instructions to Consultants - Data Sheet 34

Section 2. Instructions to Consultants

E. Data Sheet

ITC
Reference A. General

2.1 Name of the Clients: This selection process is for engaging a firm for the
services required by three OIZs,
(1) Ankara Ostim OIZ
(2) Ankara İvedik OIZ
(3) Çankırı Korgun OIZ

The selected firm will be required to sign 6 (six) separate contracts (lump
sum and time-based), two contracts for Ostim OIZ, two contracts for İvedik
OIZ and two contracts for Korgun OIZ as the Clients.

Tendering Institution on behalf of Clients: Ministry of Industry and


Technology General Directorate of Industrial Zones

Method of selection: Quality Cost Based Selection (QCBS) as per the


Procurement Regulations (available on www.worldbank.org)

2.2 Financial Proposal to be submitted together with Technical Proposal:


Yes
The name of the assignment is: Consultancy Services for Design Review,
Preparation of Tender Dossiers and Construction Supervision of Sub-
Projects / Group 3

2.3 A pre-proposal conference will be held:


Date: 27/10/2023
T.C. Sanayi ve Teknoloji Bakanlığı / Sanayi Bölgeleri Genel Müdürlüğü /
Proje Uygulama Birimi
Section 2. Instructions to Consultants - Data Sheet 35

Mustafa Kemal Mah. Dumlupınar Bulvarı, (Eskişehir Yolu 7.km),


2151. Cad. Yeni Hizmet Binası, No: 154/A, 1.Kat, 06530 Çankaya, Ankara
Türkiye

2.4 The Client will provide the following inputs, project data, reports, etc. to
facilitate the preparation of the Proposals:
as specified in the Terms of Reference-Section 7 of this RFP.

4.1 N/A

6.3.1 A list of debarred firms and individuals is available at the Bank’s


external website: www.worldbank.org/debarr

B. Preparation of Proposals

9.1 This RFP has been issued in the English language.

Proposals shall be submitted in English language.


All correspondence exchange shall be in English language.
The language of the contract shall remain English, and the English
correspondence shall prevail in case of discrepancy with the Turkish
translation

10.1 The Proposal shall comprise the following:


For FULL TECHNICAL PROPOSAL (FTP): Technical and Financial
Proposals should be prepared using the Forms listed below for each of the
two OIZs separately.
1st Inner Envelope with the Technical Proposal:
(1) Power of Attorney to sign the Proposal
(2) TECH-1
(3) TECH-2
(4) TECH-3
Section 2. Instructions to Consultants - Data Sheet 36

(5) TECH-4
(6) TECH-5
(7) TECH-6
(8) TECH-7 Code of Conduct (ES): The Consultant shall submit its Code
of Conduct that will apply to the Experts, to ensure compliance with
the Consultant’s Environmental and Social (ES) obligations under the
Contract. The Consultant shall use for this purpose the Code of Conduct
form in Section 3. No substantial modifications shall be made to this
form, except that the Consultant may introduce additional
requirements, including as necessary to take into account specific
Contract issues/risks.
(9) In case Consultants form Joint Venture, the Joint Venture Declaration
form (sample given in Section 9) shall be signed by each member
forming the joint venture and submitted together with the technical
proposal without bearing any information on the financial proposal
AND
2nd Inner Envelope with the Financial Proposal:
(1) FIN-1
(2) FIN-2
(3) FIN-3
(4) FIN-4
(5) Statement of Undertaking (if required under Data Sheet 10.2 below)

10.2 Statement of Undertaking is required


Yes

11.1 Participation of Sub-consultants, Key Experts and Non-Key Experts in


more than one Proposal is NOT permissible.

Furthermore, Consultants are required to propose different Key Experts and


different Non-Key Experts in separate teams for each of the three OIZ, i.e. there
should be no common individual in the separate teams for each OIZ. However,
it is permissible for the same Sub-consultant firm to be proposed for both OIZ.
In addition to this Group-2 consulting services package, there are also two
other consulting packages for Group-1 and Group-3 whose selection process is
separately but concurrently ongoing, and those packages will also require
Section 2. Instructions to Consultants - Data Sheet 37

separate teams of Key Experts and Non-Key Experts for each package and for
each OIZ within a package.

12.1 Proposals shall be valid until 17/02/2024

13.1 Clarifications may be requested no later than 15 days prior to the


submission deadline.
The contact information for requesting clarifications is:
E-mail: ihaledb.osb@sanayi.gov.tr

14.1.1 Shortlisted Consultants may associate with


(a) non-shortlisted consultant(s): Yes
Or
(b) other shortlisted Consultants: No

14.1.2 Estimated time-input for the assignment is 378 staff-months in total. The
details are given on table below.

For Ostim OIZ Fiber Optic and SPP Projects;

Staff-Months

Tasks Key-Experts Non-Key


Experts

PHASE-I: (Lump-Sum activities)


Design Review and Preparation of Tender Dossiers

Task 1: Carry out the Design Review 8,00 0,00

Task 2: Provide Technical Assistance to


the Client
Task 2a. on the Preparation of Works
procurement documents/dossiers:
Section 2. Instructions to Consultants - Data Sheet 38

Task 2b. in Procurement & Evaluation


and Contract Award stages:
Sub-Total: All experts
Phase I 8,00
Design Review + TA

Phase-II: (Time-Based activities)


Supervision of Construction

Task 1: Tasks prior to Start of 63,00 18,00


Construction Works

Task 2: Tasks During Construction

Supervision tasks

Administration of the Civil Works


Contracts
Supervision of ESIA, ESMP and
OHS Procedures
Grievance Redress Mechanism
Completion of Works

Task 3: Trial Operation and Tasks 10,60 6,00


During Defects Notification Period
(DNP)

Sub-Total: Key experts Non-Key


experts
Phase II 73,60
24,00
Supervision + Trial Operation + DNP
All experts
97,60

Grand Total: staff-months


Phase I + Phase II 105,60
Section 2. Instructions to Consultants - Data Sheet 39

For İvedik OIZ SCADA and SPP Projects;

Staff-Months

Tasks Key-Experts Non-Key


Experts

PHASE-I: (Lump-Sum activities)


Design Review and Preparation of Tender Dossiers

Task 1: Carry out the Design Review 8,00 0,00

Task 2: Provide Technical Assistance to


the Client
Task 2a. on the Preparation of Works
procurement documents/dossiers:

Task 2b. in Procurement & Evaluation


and Contract Award stages:
Sub-Total: All experts
Phase I 8,00
Design Review + TA

Phase-II: (Time-Based activities)


Supervision of Construction

Task 1: Tasks prior to Start of 55,20 22,00


Construction Works

Task 2: Tasks During Construction

Supervision tasks

Administration of the Civil Works


Contracts
Supervision of ESIA, ESMP and
OHS Procedures
Grievance Redress Mechanism
Completion of Works
Section 2. Instructions to Consultants - Data Sheet 40

Task 3: Trial Operation and Tasks 10,40 10,00


During Defects Notification Period
(DNP)

Sub-Total: Key experts Non-Key


experts
Phase II 65,60
32,00
Supervision + Trial Operation + DNP
All experts
97,60

Grand Total: staff-months


Phase I + Phase II 105,60

For Korgun OIZ Infrastructure and SPP Projects;

Staff-Months

Tasks Key-Experts Non-Key


Experts

PHASE-I: (Lump-Sum activities)


Design Review and Preparation of Tender Dossiers

Task 1: Carry out the Design Review 17,00 2,00

Task 2: Provide Technical Assistance to


the Client
Task 2a. on the Preparation of Works
procurement documents/dossiers:

Task 2b. in Procurement & Evaluation


and Contract Award stages:
Sub-Total: All experts
Phase I
Design Review + TA 19,00

Phase-II: (Time-Based activities)


Supervision of Construction
Section 2. Instructions to Consultants - Data Sheet 41

Task 1: Tasks prior to Start of 56,40 58,00


Construction Works

Task 2: Tasks During Construction

Supervision tasks

Administration of the Civil Works


Contracts
Supervision of ESIA, ESMP and
OHS Procedures
Grievance Redress Mechanism
Completion of Works

Task 3: Trial Operation and Tasks 15,40 18


During Defects Notification Period
(DNP)

Sub-Total: Key experts Non-Key


experts
Phase II 71,80
76,00
Supervision + Trial Operation + DNP
All experts
147,80

Grand Total: staff-months


Phase I + Phase II 166,80

The detailed information regarding Key-Experts and Non-Key Experts


formation is given in Terms of Reference-Section 7 of this RFP.
Since given time-inputs are just indicative values, the Consultants shall
estimate and propose the number of key professional staff months and support
staff months that are necessary for the each of the three OIZs based on the
tasks specified in the ToR.

14.1.3 The Consultant’s Proposal must include the minimum Key Experts’
time-input of 211 staff-months for Phase II: Supervision of Construction.
for time-
based
Section 2. Instructions to Consultants - Data Sheet 42

contracts For the evaluation and comparison of Proposals only: if a Proposal


only includes less than the required minimum time-input, the missing time-input
(expressed in staff-month) is calculated as follows:
The missing time-input is multiplied by the highest remuneration rate for a
Key Expert in the Consultant’s Proposal and added to the total remuneration
amount. Proposals that quoted higher than the required minimum of time-input
will not be adjusted.

15.2 The format of the Technical Proposal to be submitted is: FTP (Full
Technical Proposal)

Submission of the Technical Proposal in a wrong format may lead to the


Proposal being deemed non-responsive to the RFP requirements.

16.1 Reimbursable expenses: (only for time-based contract)


The cost of further items which are not specified in the Terms of References
but required for the purpose of the Services
(1) a per diem allowance, including hotel, for experts for every day of
absence from their assigned duty station for the purposes of the
Services;
(2) cost of travel by the most appropriate means of transport and the most
direct practicable route;
(3) cost of office accommodation, including overheads and back-stop
support;
(4) communications costs;
(5) cost of purchase or rent or freight of any equipment required to be
provided by the Consultants;
(6) cost of reports production (including printing) and delivering to the
Client;
(7) other allowances where applicable and provisional or fixed sums (if any)
(8) Cost of transport on rental
(9) The Consultant shall add cost of such further items required for purposes
of the Services not covered in the foregoing but required for rendering
services described in the TOR.
[Notes to Consultants: All the reimbursable costs should be authenticated and
supported by the invoices, bills, payment certificates, etc. Office accommodation
of a reasonable standard for the Consultants at the construction site is to be provided
by the construction Contractor. During contract implementation the Consultant
Section 2. Instructions to Consultants - Data Sheet 43

shall submit quarterly advance program of expenditure for reimbursable which shall
be approved by the Client. ]

16.2 A price adjustment provision applies to remuneration rates:


No (For Lump-Sum Contract)
Yes (For Time-Based Contract in Turkish Liras) Please refer to Special
Conditions of Time-Based Contract Clause 50.3 in Section 8 of the RFP.
Price adjustment shall not be applied for the contracts in foreign
currency.

16.3 “Information on the Consultant’s tax obligations in the Client’s country


can be found from the Ministry of Treasury and Finance, Directorate of
Revenues, Ankara/Türkiye.
Web address: www.gelirler.gov.tr or www.gib.gov.tr. The Client shall be
responsible for Turkish VAT (Value Added Tax) on all payments due to the
Consultants within the scope of this contract at the rate and in accordance the
applicable Laws and Regulations of the Republic of Türkiye. Therefore, the
local and foreign consultants need not to include any Value Added Tax (VAT)
in their proposal. However, if a VAT Exemption Certificate is obtained from
the Revenue Administration according to the clause 13/j of the Value Added
Tax Law No. 3065, then VAT exemption will be applied to the contract.
The foreign consultants alone or in a joint venture with foreign or local
consultants are liable to pay withholding tax imposed under the local laws on
the foreign consultants related with the payments they received from the
Client. If the foreign consultant is alone or in a joint venture with local or
foreign consultants and not registered to any Tax Office in Türkiye on behalf
of the Consultant, then it is compulsory for the client to deduct a withholding
tax and deposit it to the Tax Office in Türkiye on behalf of the Consultant, in
an amount 20 % of any payment due to the Consultant which will then be
resettled between the Consultant and Tax Office for offsetting/settlement of
its income due to local tax regulations and bilateral agreements/Law on the
Prevention of Double Taxation(if any) between Türkiye and the Consultant’s
country as required by the relevant Tax Offices in Türkiye and Consultant’s
home country. The source of information for the applicable taxes, fees, etc.
in Türkiye is the Ministry of Treasury and Finance General Directorate of
Revenues. In any case, the Consultant shall prepare its financial proposal
considering the withholding deductions to be made the abovementioned
income tax.
Local taxes payable by the Client to the Consultant under the contract is only
the VAT: Based on the above information, the Consultant’s financial proposal
Section 2. Instructions to Consultants - Data Sheet 44

should include all abovementioned local taxes but exclude the local VAT
which shall be covered by the Client.
The foreign and local Consultants are liable to pay all other taxes, duties, fees,
levies etc. related to the signing and implementation of the Contract as given
in the below table based on the regulations and laws applicable at the time of
preparation of RFP. If the regulations and laws related to above taxation
changes after the submission of Proposals, any additional tax due to consultant
shall be adjusted (increased or decreased) during the negotiations stage.

National Foreign Consultants Foreign Consultants Joint ventures


Consultants not registered to the registered to the Tax registered to the
alone. Tax Office in the Office in the Client’s Tax Office
Client’s country Country comprised of both
foreign and national
consultants
Income tax Corporate tax Corporate tax
withholding (20 % liability (20% of the liability (20% of
of each payment annual net profit the annual net
Corporate tax
made to the amounts) profit amounts
liability (20%
Consultants under
of the annual
the Contract for the
net profit
LOCAL TAXES APPLICABLE TO

Services rendered)
amounts)
in accordance with
the Law for
Corporation Taxes)
VAT VAT VAT VAT
All sorts of All sorts of Income All sorts of
Income tax tax Stoppages (to be Income tax
No Income tax
Stoppages (to verified for the Stoppages (to be
stoppages
be verified for areas of verified for the
the areas of applicability areas of
applicability pursuant to the Law applicability
pursuant to the on Revenue Taxes) pursuant to the
Law on Law on Revenue
Revenue Taxes
Taxes)
Stamp Duty applicable for all local, foreign and JV type of Bidders.
Signing of Contract – at the Signing of Contract the Consultant should pay a
stamp duty for contract decision amounting 0.569% (5.69 per mil) and
0.948% (9.48 per mil) for Signing of Contract.

The MoIT shall assume that the stamp duty taxes for contract decision and
contract signing, as well as notary fee are included in the Financial Proposal
of the Consultant, and will be included in the financial proposal evaluation. If
they are shown separately in the Financial Proposal Form, they will not be
Section 2. Instructions to Consultants - Data Sheet 45

paid to the Consultant in addition to its Financial Proposal amount but it will
be assumed that they are included in the Consultant’s Financial Proposal.
Notwithstanding the foregoing, the Consultant shall investigate on its own
and at its risk all tax liabilities imposed on the Consultant arising out of
the Contract.

The Consultant may be subject to local taxes (such as: value added or sales
tax, social charges or income taxes on non-resident Foreign Personnel, duties,
fees, levies) on amounts payable by the Client under the Contract. The
Consultant’s financial proposal should include all above-mentioned local
taxes but exclude the local VAT (Value Added Tax) which shall be covered
by the Client.

16.4 The Financial Proposal shall be stated in the following currencies:


Consultant may express the price for their Services in any fully convertible
currency, singly or in combination of up to three foreign currencies.
The Financial Proposal should state local costs in the Client’s country
currency (local currency): No

16.5 Currency of the Payment


Payment certificates/invoices shall be in the currency of the Contract.
However, they will be converted into Turkish Lira with Central Bank’s
exchange rate at the date of which MoIT will pay and will be made in
Turkish Liras.

C. Submission, Opening and Evaluation

17.1 The Consultants “shall not” have the option of submitting their Proposals
electronically.

17.4 The Consultant must submit:


(a) Technical Proposal:
1 (one) original and 1 (one) searchable scanned copies in Pdf format in a
USB drive.
Section 2. Instructions to Consultants - Data Sheet 46

(b) Financial Proposal: one (1) original signed and 1 (one) scanned copy
in Pdf format in a USB drive.

In case of any discrepancy between the original scanned copies, the original
shall prevail.

17.7 and The Proposals must be submitted no later than:


17.9 Date: 17/11/2023

Time:15:30 hours Ankara Standard Time (GMT+3)

Information on the outer envelope should also include the name of the
assignment as follows:
Name of the Project:
World Bank Financed Türkiye Organized Industrial Zones Project
Reference Number.: GDOIZ-C1-CS-QCBS-03
Name of the Assignment: “Consulting Services for Design Review,
Preparation of Tender Dossiers and Construction Supervision of Sub-
Projects Group 3

Please add the following words in Turkish on the outer envelope:


“…./…../2023 TARİHİNDE SAAT 15:40’DAN ÖNCE AÇMAYINIZ /
DO NOT OPEN BEFORE ……/……./2023 at 15:40”

The Proposal submission address is:


Attention To:
Ministry of Industry and Technology,
General Directorate of Industrial Zones
World Bank Financed Türkiye OIZs Project Implementation Unit

Address:
T.C. Sanayi ve Teknoloji Bakanlığı / Sanayi Bölgeleri Genel Müdürlüğü /
Dünya Bankası Finansmanlı Türkiye OSB’leri Proje Uygulama Birimi
Section 2. Instructions to Consultants - Data Sheet 47

Mustafa Kemal Mah. Dumlupınar Bulvarı, (Eskişehir Yolu 7.km),


2151. Cad. Yeni Hizmet Binası, No: 154/A, 1.Kat, Oda No: 156, 06530
Çankaya, Ankara

For information:
Tel: +90 (312) 201 59 33 / 59 42 /59 59
Email: ihaledb.osb@sanayi.gov.tr
Website:https://www.sanayi.gov.tr/sanayi-bolgeleri/dunya-bankasi-
finansmanli-osb-kredilendirme-projesi/

19.1 An online option of the opening of the Technical Proposals is offered:


No
The opening shall take place at:

Ministry of Industry and Technology,


General Directorate of Industrial Zones
World Bank Financed Türkiye OIZs Project Implementation Unit

Mustafa Kemal Mah. Dumlupınar Bulvarı, (Eskişehir Yolu 7.km),


2151. Cad. Yeni Hizmet Binası, No: 154/A, 1.Kat, 06530 Çankaya, Ankara
Date: same as the submission deadline indicated in 17.7.
Time: 15:40 hours Ankara Standard Time (GMT+3)

19.2 In addition, the following information will be read aloud at the opening
of the Technical Proposals
N/A

21.1 Criteria, sub-criteria, and point system for the evaluation of the Full
Technical Proposals:
(for FTP)

(j) Specific experience of the Consultant (as a firm) relevant to the


Assignment: 5

Specific Experience Points

Similar experience in preparation and review of designs of similar projects 1

Similar experience in preparation of technical specifications, and bidding


2
documents of similar projects
Section 2. Instructions to Consultants - Data Sheet 48

Similar experience in supervision of similar projects 2

Total : 5

ii) Adequacy and quality of the proposed methodology, and work plan
in responding to the Terms of Reference (TORs): 20

Technical Approach and Methodology Points

a) Technical Approach and Methodology for Design Review and


3
Technical Assistance (Phase-I: Task 1 & 2)

b) Technical Approach and Methodology for Construction Supervision


7
(Phase-II: Task 1, 2 & 3)

Total : 10

Work Plan Points

a) Work Plan for Design Review and Technical Assistance


2
(Phase-I: Task 1 & 2)

b) Work Plan for Construction Supervision


3
(Phase-II: Task 1, 2 & 3)

Total : 5

Organization and Staffing Points

a) Organization and staffing for Design Review and Technical


2
Assistance (Phase-I: Task 1 & 2)

b) Organization and staffing for Construction Supervision


3
(Phase-II: Task 1, 2 & 3)

Total : 5

[Notes to Consultant: the Client will assess whether the proposed


methodology is clear, responds to the TORs, work plan is realistic and
implementable; overall team composition is balanced and has an
appropriate skills mix; and the work plan has right input of Experts]
Section 2. Instructions to Consultants - Data Sheet 49

(iii) Key Experts’ qualifications and competence for the Assignment:


{Notes to Consultant: each position number corresponds to the same for the
Key Experts in Form TECH-6 to be prepared by the Consultant}

Services Position (one for each position) Points

Design Team Leader


All Tasks (for Ostim
OIZ)
(Civil/Electrical/Mechanical/Environme 2
ntal Engineer)

Design Engineer-1 (Civil Engineer) 1

Design Engineer-2 (Electrical Engineer) 1

Geotechnical Engineer 1

Survey Engineer 1

(Phase-I: Task 1 & 2) Cost and Planning Engineer 1


Design Review
Procurement Specialist (preferably
& 1
Engineer)
Technical Assistance (for
Ostim OIZ) Mechanical Engineer 0,5

Environmental Specialist
0,5
(Environmental Engineer)

Social Specialist 0,5

Occupational Health and Safety (OHS)


0,5
Expert

Design Team Leader


All Tasks (for İvedik
OIZ)
(Civil/Electrical/Mechanical/Environme 2
ntal Engineer)

Design Engineer-1 (Civil Engineer) 1


(Phase-I: Task 1 & 2)
Design Review Design Engineer-2 (Electrical Engineer) 1
&
Geotechnical Engineer 1
Technical Assistance (for
İvedik OIZ)
Survey Engineer 1
Section 2. Instructions to Consultants - Data Sheet 50

Cost and Planning Engineer 1

Procurement Specialist (preferably


1
Engineer)

Mechanical Engineer 0,5

Environmental Specialist
0,5
(Environmental Engineer)

Social Specialist 0,5

Occupational Health and Safety (OHS)


0,5
Expert

Design Team Leader


All Tasks (for Korgun
OIZ)
(Civil/Electrical/Mechanical/Environme 2
ntal Engineer)

Design Engineer-1 (Civil Engineer) 1

Design Engineer-2 (Electrical Engineer) 1

Geotechnical Engineer 1

Survey Engineer 1

(Phase-I: Task 1 & 2) Cost and Planning Engineer 1


Design Review
Procurement Specialist (preferably
& 1
Engineer)
Technical Assistance (for
Korgun OIZ) Mechanical Engineer 0,5

Environmental Specialist
0,5
(Environmental Engineer)

Social Specialist 0,5

Occupational Health and Safety (OHS)


0,5
Expert

Total (Phase-I: Task 1 & 2): 35

(Phase-II: Team Leader (Electrical Engineer) 3

Task 1, 2 & 3)
Civil Engineer 2
Section 2. Instructions to Consultants - Data Sheet 51

Supervision of
Construction of Ostim Mechanical Engineer 2
OIZ
& DNP Environmental Specialist 1

Social Specialist 1

Occupational Health and Safety (OHS)


1
Expert

Cost and Planning Engineer 1

QA/QC Engineer 1

Team Leader (Electrical Engineer) 3

Civil Engineer 2

Mechanical Engineer 1
(Phase-II:
Task 1, 2 & 3) Environmental Specialist 1
Supervision of
Construction of İvedik Social Specialist 1
OIZ
& DNP Occupational Health and Safety (OHS)
1
Expert

Cost and Planning Engineer 1

QA/QC Engineer 1

Team Leader (Civil Engineer) 3

Environmental Engineer 2

Mechanical Engineer 1
(Phase-II:
Task 1, 2 & 3) Electrical Engineer 1
Supervision of
Construction of Environmental Specialist 1
Korgun OIZ
& DNP Social Specialist 1

Occupational Health and Safety (OHS)


1
Expert

Cost and Planning Engineer 1


Section 2. Instructions to Consultants - Data Sheet 52

QA/QC Engineer 1

Total (Phase-II: Task 1, 2 & 3): 35

Total points for criterion (iii): 60


(iv) Key Experts’ qualifications and competence for the Assignment:
The calculated ratio of the national Key Experts’ time-input (in person-months)
to the total number of Key Experts’ time-input (in person-months) in the
Consultant’s Technical Proposal

For All Tasks Allocation of Local Expert


5

Total points for criterion (iv): 5

Total weight: 100%

The minimum requirements for key experts and non-key experts are given in
Team Composition under Section 7-Terms of Reference.

The number of points to be assigned to each of the above positions shall be


determined considering the following three sub-criteria and relevant
percentage weights:

1) General qualifications (general education, training, and experience):


20%
2) Adequacy for the Assignment (relevant education, training,
experience in the sector/similar assignments) :70%
3) Relevant experience in the region (working level fluency in both
Turkish and English, knowledge of local administrative system,
government organization, etc.: 10%
Notes to Consultants: Only the Key Expert positions listed above will be
scored in the technical evaluation. However, individual staff must be
proposed by the consultant firm for all the positions (Key experts and non-
Key experts listed in the TOR and are required to meet the minimum
qualification requirements specified for each position in the TOR. If any
Section 2. Instructions to Consultants - Data Sheet 53

proposed staff does not meet the specified minimum qualification


requirements, and if the proposing firm still ends up achieving the overall
highest combined technical and financial score, then the firm will be
required during contract negotiations and prior to Contract signing to replace
the unqualified individual with another individual who fully meets the
minimum qualification requirements for that position as specified in the
TOR. CV must be in the format of Tech-6 and must be signed by the
experts.

Total points for the four criteria: 100

The minimum technical score (St) required to pass is: 70 points

Public Opening of Financial Proposals

23.4 An online option of the opening of the Financial Proposals is offered:


No

23.5 Following the completion of the evaluation of the Technical Proposals, the
MoIT will notify all Consultants of the location, date and time of the public
opening of Financial Proposals.
Any interested party who wishes to attend this public opening should contact
ihaledb.osb@sanayi.gov.tr and request to be notified of the location, date and
time of the public opening of Financial Proposals. The request should be made
before the deadline for submission of Proposals, stated in ITC 17.7.
A notice of the public opening of Financial Proposals will be published on the
Client’s website.

25.1 For the purpose of the evaluation, the MoIT will exclude:
(a) all local identifiable indirect taxes such as sales tax, excise tax, VAT, or
similar taxes levied on the contract’s invoices; and
(b) all additional local indirect tax on the remuneration of services rendered
by non-resident experts in the Client’s country.
If a Contract is awarded, at Contract negotiations, all such taxes will be
discussed, finalized (using the itemized list as a guidance but not limiting to
it) and added to the Contract amount as a separate line, also indicating which
taxes shall be paid by the Consultant and which taxes are withheld and paid
by the Client on behalf of the Consultant.
Section 2. Instructions to Consultants - Data Sheet 54

The Client shall assume that the stamp duty taxes for contract decision,
contract signing and each payment, as well as notary fee are included in the
Financial Proposal of the Consultant, and will be included in the financial
proposal evaluation. If they are shown separately in the Financial Proposal
Form, they will not be paid to the Consultant in addition to its Financial
Proposal amount but it will be assumed that they are included in the
Consultant’s Financial Proposal.

26.1 The single currency for the conversion of all prices expressed in various
currencies into a single one is: Turkish Lira (TL)
The official source of the selling (exchange) rate is: Türkiye Cumhuriyeti
Merkez Bankası (TCMB) / The Central Bank of the Republic of Türkiye
www.tcmb.gov.tr
The date of the exchange rate is: foreign exchange selling rates for similar
transactions that are officially announced at 15.30 on the bid opening date.

27.1 The lowest evaluated Financial Proposal (Fm) is given the maximum
financial score (Sf) of 100.
(QCBS
only) The formula for determining the financial scores (Sf) of all other
Proposals is calculated as following:
Sf = 100 x Fm/ F, in which “Sf” is the financial score, “Fm” is the lowest
price, and “F” the price of the proposal under consideration.
The weights given to the Technical (T) and Financial (P) Proposals are:
T = 0,80
P = 0,20
Proposals are ranked according to their combined technical (St) and financial
(Sf) scores using the weights (T = the weight given to the Technical Proposal;
P = the weight given to the Financial Proposal; T + P = 1) as following: S =
St x T% + Sf x P%.

D. Negotiations and Award

28.1 Expected date and address for contract negotiations:


Date: February 2024

Address: “same as the Proposal submission address”


Section 2. Instructions to Consultants - Data Sheet 55

32.1 The successful Consultant shall not submit the Beneficial Ownership
Disclosure Form.

34.2 Expected date for the commencement of the Services:


For the Lump-Sum Contract the Effective Date is the date on which the
contract is signed by the parties if not any other date is instructed with the
Client’s written notice.
For the services within the scope of time-based contract, the effective date is
the date of written notification of the Client with regard to signing of the first
construction contract.

35.1 The procedures for making a Procurement-related Complaint are detailed in


the “Procurement Regulations for IPF Borrowers (Annex III).” If a
Consultant wishes to make a Procurement-related Complaint, the Consultant
shall submit its complaint following these procedures, In Writing (by the
quickest means available, such as by email or fax), to:

Tendering Institution: Ministry of Industry and Technology General


Directorate of Industrial Zones
E-mail address: ihaledb.osb@sanayi.gov.tr

In summary, a Procurement-related Complaint may challenge any of the


following:
1. the terms of this Request for Proposal;
2. the Client’s decision to exclude a Consultant from the procurement
process prior to the award of contract; and
3. the Client’s decision to award the contract.
Section 3. Technical Proposal – Standard Forms 57

Section 3. Technical Proposal – Standard Forms


{Notes to Consultant shown in brackets { } throughout Section 3 provide guidance to the
Consultant to prepare the Technical Proposal; they should not appear on the Proposals to be
submitted.}
CHECKLIST OF REQUIRED FORMS

Required for Page Limit


FTP FORM DESCRIPTION

FTP
 TECH-1 Technical Proposal Submission Form.

TECH-1 If the Proposal is submitted by a joint venture,


 If
Attachment attach a letter of intent or a copy of an existing
applicable
agreement.
Power of No pre-set format/form. In the case of a Joint
Attorney Venture, several are required: a power of attorney
 If for the authorized representative of each JV
applicable member, and a power of attorney for the
representative of the lead member to represent all
JV members
TECH-2 Consultant’s Organization and Experience.

 TECH-2A A. Consultant’s Organization


TECH-2B B. Consultant’s Experience

TECH-3 Comments or Suggestions on the Terms of


 Reference and on Counterpart Staff and Facilities
to be provided by the Client.
 TECH-3A A. On the Terms of Reference
 TECH-3B B. On the Counterpart Staff and Facilities
 TECH-4 Description of the Approach, Methodology, and
Work Plan for Performing the Assignment
 TECH-5 Work Schedule and Planning for Deliverables

 TECH-6 Team Composition, Key Experts Inputs, and


attached Curriculum Vitae (CV)
 TECH-7 Code of Conduct (ES)

 TECH-8 Sexual Exploitation and Abuse (SEA) and/or


 Sexual Harassment (SH) Performance Declaration

All pages of the original Technical and Financial Proposal shall be initialed by the same
authorized representative of the Consultant who signs the Proposal.
Section 3. Technical Proposal – Standard Forms 58

FORM TECH-1

TECHNICAL PROPOSAL SUBMISSION FORM

{Location, Date}

To: [Name and address of Client]

Dear Sirs:

We, the undersigned, offer to provide the consulting services for [Insert title of
assignment] in accordance with your Request for Proposals (RFP) dated [Insert Date] and our
Proposal. [Select appropriate wording depending on the selection method stated in the RFP:
“We are hereby submitting our Proposal, which includes this Technical Proposal and a Financial
Proposal sealed in a separate envelope” or, if only a Technical Proposal is invited “We hereby
are submitting our Proposal, which includes this Technical Proposal only in a sealed
envelope.”].

{If the Consultant is a joint venture, insert the following: We are submitting our
Proposal a joint venture with: {Insert a list with full name and the legal address of each member,
and indicate the lead member}. We have attached a copy {insert: “of our letter of intent to form
a joint venture” or, if a JV is already formed, “of the JV agreement”} signed by every
participating member, which details the likely legal structure of and the confirmation of joint
and severable liability of the members of the said joint venture.

{OR

If the Consultant’s Proposal includes Sub-consultants, insert the following: We are submitting
our Proposal with the following firms as Sub-consultants: {Insert a list with full name and
address of each Sub-consultant.}

We hereby declare that:


a) All the information and statements made in this Proposal are true and we accept that any
misinterpretation or misrepresentation contained in this Proposal may lead to our
disqualification by the Client and/or may be sanctioned by the Bank.
(b) Our Proposal shall be valid and remain binding upon us until [insert day, month and year
in accordance with ITC 12.1].
(c) We have no conflict of interest in accordance with ITC 3.
(d) We meet the eligibility requirements as stated in ITC 6, and we confirm our
understanding of our obligation to abide by the Bank’s policy in regard to Fraud and
Corruption as per ITC 5.
Section 3. Technical Proposal – Standard Forms 59

(e) We, along with any of our sub-consultants, sub-contractors, suppliers, or service providers
for any part of the contract, are not subject to, and not controlled by any entity or individual that
is subject to, a temporary suspension or a debarment imposed by the World Bank Group or a
debarment imposed by the World Bank Group in accordance with the Agreement for Mutual
Enforcement of Debarment Decisions between the World Bank and other development banks.
Further, we are not ineligible under the Client’s country laws or official regulations or pursuant
to a decision of the United Nations Security Council;
(f) Sexual Exploitation and Abuse (SEA) and/or Sexual Harassment (SH): [select the
appropriate option from (i) to (iii) below and delete the others].

We [where JV, insert: “including any of our JV members”], and any of our sub-
consultants:
(i) [have not been subject to disqualification by the Bank for non-compliance with
SEA/ SH obligations.]
(ii) [are subject to disqualification by the Bank for non-compliance with SEA/ SH
obligations.]
(iii) [had been subject to disqualification by the Bank for non-compliance with SEA/
SH obligations. An arbitral award on the disqualification case has been made in
our favor.]
(g) [Note to Client: Only if required in ITC10.2 (Data Sheet 10.2), include the following: In
competing for (and, if the award is made to us, in executing) the Contract, we undertake
to observe the laws against fraud and corruption, including bribery, in force in the country
of the Client.]
(h) Except as stated in the Data Sheet, ITC 12.7, we undertake to negotiate a Contract on the
basis of the proposed Key Experts. We accept that the substitution of Key Experts for
reasons other than those stated in ITC 12 and ITC 28.4 may lead to the termination of
Contract negotiations.
(i) Our Proposal is binding upon us and subject to any modifications resulting from the
Contract negotiations.
We undertake, if our Proposal is accepted and the Contract is signed, to initiate the Services
related to the assignment no later than the date indicated in ITC 34.2 of the Data Sheet.
We understand that the Client is not bound to accept any Proposal that the Client receives.
We remain,

Yours sincerely,

_________________________________________________________________
Signature (of Consultant’s authorized representative) {In full and initials}:

Full name: {insert full name of authorized representative}


Title: {insert title/position of authorized representative}
Name of Consultant (company’s name or JV’s name):
Section 3. Technical Proposal – Standard Forms 60

Capacity: {insert the person’s capacity to sign for the Consultant}


Address: {insert the authorized representative’s address}
Phone/fax: {insert the authorized representative’s phone and fax number, if applicable}
Email: {insert the authorized representative’s email address}

{For a joint venture, either all members shall sign or only the lead member, in which
case the power of attorney to sign on behalf of all members shall be attached}
Section 3. Technical Proposal – Standard Forms 61

FORM TECH-2 (FOR FULL TECHNICAL PROPOSAL ONLY)

CONSULTANT’S ORGANIZATION AND EXPERIENCE

Form TECH-2: a brief description of the Consultant’s organization and an outline of the recent
experience of the Consultant that is most relevant to the assignment. In the case of a joint
venture, information on similar assignments shall be provided for each partner. For each
assignment, the outline should indicate the names of the Consultant’s Key Experts and Sub-
consultants who participated, the duration of the assignment, the contract amount (total and, if
it was done in a form of a joint venture or a sub-consultancy, the amount paid to the Consultant),
and the Consultant’s role/involvement.

A - Consultant’s Organization
1. Provide here a brief description of the background and organization of your company, and –
in case of a joint venture – of each member for this assignment.

2. Include organizational chart, a list of Board of Directors, and beneficial ownership. [If
required under Data Sheet ITC 32.1, the successful Consultant shall provide additional
information on beneficial ownership, using the Beneficial Ownership Disclosure Form.]

B - Consultant’s Experience

1. List only previous similar assignments successfully completed in the last 10 years.
2. List only those assignments for which the Consultant was legally contracted by the Client as
a company or was one of the joint venture members. Assignments completed by the
Consultant’s individual experts working privately or through other consulting firms cannot
be claimed as the relevant experience of the Consultant, or that of the Consultant’s partners
or sub-consultants, but can be claimed by the Experts themselves in their CVs. The
Consultant should be prepared to substantiate the claimed experience by presenting copies
of relevant documents and references if so requested by the Client.
Section 3. Technical Proposal – Standard Forms 62

Duration Assignment name/& Name of Client Approx. Role on the


brief description of main & Country of Contract value Assignment
deliverables/outputs Assignment (in US$
equivalent)/
Amount paid to
your firm

{e.g., {e.g., “Improvement {e.g., Ministry of {e.g., US$1 {e.g., Lead


Jan.2009– quality of...............”: ......, country} mill/US$0.5 partner in a JV
Apr.2010} designed master plan for mill} A&B&C}
rationalization of ........; }

{e.g., Jan- {e.g., “Support to sub- {e.g., {e.g., US$0.2 {e.g., sole
May national government.....” : municipality mil/US$0.2 mil} Consultant}
2008} drafted secondary level of.........,
regulations on..............} country}
Section 3. Technical Proposal – Standard Forms 63

FORM TECH-3 (FOR FULL TECHNICAL PROPOSAL)

COMMENTS AND SUGGESTIONS ON THE TERMS OF REFERENCE, COUNTERPART


STAFF, AND FACILITIES TO BE PROVIDED BY THE CLIENT

Form TECH-3: comments and suggestions on the Terms of Reference that could improve the
quality/effectiveness of the assignment; and on requirements for counterpart staff and facilities,
which are provided by the Client, including: administrative support, office space, local
transportation, equipment, data, etc.

A - On the Terms of Reference

{improvements to the Terms of Reference, if any}

B - On Counterpart Staff and Facilities

{comments on counterpart staff and facilities to be provided by the Client. For example,
administrative support, office space, local transportation, equipment, data, background
reports, etc., if any}
Section 3. Technical Proposal – Standard Forms 64

FORM TECH-4 (FOR FULL TECHNICAL PROPOSAL ONLY)

DESCRIPTION OF APPROACH, METHODOLOGY, AND WORK PLAN IN


RESPONDING TO THE TERMS OF REFERENCE

Form TECH-4: a description of the approach, methodology and work plan for performing the
assignment, including a detailed description of the proposed methodology and staffing for
training, if the Terms of Reference specify training as a specific component of the assignment.

{Suggested structure of your Technical Proposal (in FTP format):

a) Technical Approach and Methodology


b) Work Plan
c) Organization and Staffing}

a) Technical Approach and Methodology. {Please explain your understanding of the


objectives of the assignment as outlined in the Terms of Reference (TORs), the technical
approach, and the methodology you would adopt for implementing the tasks, (including
on the Environmental and Social (ES) aspects) to deliver the expected output(s), and the
degree of detail of such output. Please do not repeat/copy the TORs in here.}

b) Work Plan. {Please outline the plan for the implementation of the main activities/tasks
of the assignment, their content and duration, phasing and interrelations, milestones
(including interim approvals by the Client), and tentative delivery dates of the reports.
The proposed work plan should be consistent with the technical approach and
methodology, showing your understanding of the TOR and ability to translate them into
a feasible working plan. A list of the final documents (including reports) to be delivered
as final output(s) should be included here. The work plan should be consistent with the
Work Schedule Form.}

c) Organization and Staffing. {Please describe the structure and composition of your
team, including the list of the Key Experts, Non-Key Experts and relevant technical and
administrative support staff.}
Section 3 – Technical Proposal – Standard Forms

FORM TECH-5 (FOR FTP)

WORK SCHEDULE AND PLANNING FOR DELIVERABLES

(ALSO INCLUDE THE BREAKDOWN FOR EACH OIZ SHOWN SEPARATELY)

Months
N° Deliverables 1 (D-..)
1 2 3 4 5 6 7 8 9 ..... n TOTAL
D-1 {e.g., Deliverable #1: Report A
1) data collection
2) drafting
3) inception report
4) incorporating comments
5) delivery of final report to Client}

D-2 {e.g., Deliverable #2:...............}

1 List the deliverables with the breakdown for activities required to produce them and other benchmarks such as the Client’s approvals. For phased
assignments, indicate the activities, delivery of reports, and benchmarks separately for each phase.
2 Duration of activities shall be indicated in a form of a bar chart.
3. Include a legend, if necessary, to help read the chart.

65 | P a g e
Section 3. Technical Proposal – Standard Forms 66

FORM TECH-6 (FOR FTP)

TEAM COMPOSITION, ASSIGNMENT, AND KEY EXPERTS’ INPUTS


(ALSO INCLUDE BREAKDOWN FOR EACH OIZ SHOWN SEPARATELY)

Total time-input
Expert’s input (in person/month) per each Deliverable (listed in TECH-5)
N° Name (in Months)
Position D-1 D-2 D-3 ........ D-... Home Field Total
KEY EXPERTS
{e.g., Mr. Abbbb} [Team [Home] [2 month] [1.0] [1.0]
K-1 Leader] [Field] [0.5 m] [2.5] [0]
K-2

K-3

Subtotal
NON-KEY EXPERTS
[Home]
N-1
[Field]

N-2

Subtotal
Total
Section 3. Technical Proposal – Standard Forms 67

1 For Key Experts, the input should be indicated individually for the same positions as required under the Data Sheet ITC21.1.
2 Months are counted from the start of the assignment/mobilization. One (1) month equals twenty two (22) working (billable) days. One working (billable)
day shall be not less than eight (8) working (billable) hours.
3 “Home” means work in the office in the expert’s country of residence. “Field” work means work carried out in the Client’s country or any other country
outside the expert’s country of residence.

Full time input


Part time input
Section 3. Technical Proposal – Standard Forms 68

FORM TECH-6
(CONTINUED)

CURRICULUM VITAE (CV)

Position Title and No. {e.g., K-1, TEAM LEADER}

Name of Expert: {Insert full name}

Date of Birth: {day/month/year}

Country of Citizenship/Residence

Education: {List college/university or other specialized education, giving names of


educational institutions, dates attended, degree(s)/diploma(s) obtained}
________________________________________________________________________

Employment record relevant to the assignment: {Starting with present position, list in
reverse order. Please provide dates, name of employing organization, titles of positions held,
types of activities performed and location of the assignment, and contact information of
previous clients and employing organization(s) who can be contacted for references. Past
employment that is not relevant to the assignment does not need to be included.}

Period Employing organization and Country Summary of


your title/position. Contact activities performed
information for references relevant to the
Assignment
[e.g., May [e.g., Ministry of ……,
2005- advisor/consultant to…
present]
For references: Tel…………/e-
mail……; Mr. Hbbbbb, deputy
minister]

Membership in Professional Associations and Publications:


______________________________________________________________________

Language Skills (indicate only languages in which you can work): ______________
______________________________________________________________________
Section 3. Technical Proposal – Standard Forms 69

Adequacy for the Assignment:

Detailed Tasks Assigned on Consultant’s Reference to Prior Work/Assignments that


Team of Experts: Best Illustrates Capability to Handle the
Assigned Tasks
{List all deliverables/tasks as in TECH- 5 in
which the Expert will be involved)

Expert’s contact information: (e-mail …………………., phone……………)

Certification:
I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly
describes myself, my qualifications, and my experience, and I am available, as and when
necessary, to undertake the assignment in case of an award. I understand that any misstatement
or misrepresentation described herein may lead to my disqualification or dismissal by the
Client, and/or sanctions by the Bank.

{day/month/year}

Name of Expert Signature Date

{day/month/year}

Name of authorized Signature Date


Representative of the Consultant
(the same who signs the Proposal)
Section 3. Technical Proposal – Standard Forms 70

FORM TECH-7 (FOR FTP))


CODE OF CONDUCT FOR EXPERTS (ES) FORM

CODE OF CONDUCT FOR EXPERTS


We are the Consultant, [enter name of Consultant]. We have signed a contract with [enter name
of Client] for [enter description of the Services]. These Services will be carried out at [enter the
Site and other locations as appropriate]. Our contract requires us to implement measures to
address environmental and social risks related to the Services, including the risks of sexual
exploitation, sexual abuse and sexual harassment.

This Code of Conduct is part of our measures to deal with environmental and social risks related

Note to the Consultant:


The minimum content of the Code of Conduct form as set out by the Client shall
not be substantially modified. However, the Consultant may add requirements as
appropriate, including to take into account Contract-specific issues/risks.

The Consultant shall initial and submit the Code of Conduct form as part of its
Proposal.

to the Services. It applies to all Experts at the Site or other places where the Services are being
carried out.

This Code of Conduct identifies the behavior that we require from all Experts.

Our workplace is an environment where unsafe, offensive, abusive or violent behavior will not
be tolerated and where all persons should feel comfortable raising issues or concerns without
fear of retaliation.

REQUIRED CONDUCT
Experts shall:
1. carry out his/her duties competently and diligently;
2. comply with this Code of Conduct and all applicable laws, regulations and other
requirements, including requirements to protect the health, safety and well-being of
other Experts and any other person;
3. maintain a safe working environment including by:
a. ensuring that workplaces, equipment and processes under each person’s control
are safe and without risk to health;
b. wearing required personal protective equipment; and
c. following applicable emergency operating procedures.
Section 3. Technical Proposal – Standard Forms 71

4. report work situations that he/she believes are not safe or healthy and remove
himself/herself from a work situation which he/she reasonably believes presents an
imminent and serious danger to his/her life or health;
5. treat other people with respect, and not discriminate against specific groups such as
women, people with disabilities, migrant workers or children;
6. not engage in Sexual Harassment, which means unwelcome sexual advances, requests
for sexual favors, and other verbal or physical conduct of a sexual nature with other
Experts, Contractor’s Personnel or Client’s Personnel;
7. not engage in Sexual Exploitation, which means any actual or attempted abuse of
position of vulnerability, differential power or trust, for sexual purposes, including, but
not limited to, profiting monetarily, socially or politically from the sexual exploitation
of another ;
8. not engage in Sexual Abuse, which means the actual or threatened physical intrusion
of a sexual nature, whether by force or under unequal or coercive conditions;
9. not engage in any form of sexual activity with individuals under the age of 18, except
in case of pre-existing marriage;
10. complete relevant training courses that will be provided related to the environmental
and social aspects of the Contract, including on health and safety matters, Sexual
Exploitation and Abuse (SEA), and Sexual Harassment (SH);
11. report violations of this Code of Conduct; and
12. not retaliate against any person who reports violations of this Code of Conduct, whether
to us or the Client, or who makes use of grievance mechanism for Experts or the
project’s Grievance Redress Mechanism.
RAISING CONCERNS
If any person observes behavior that he/she believes may represent a violation of this Code of
Conduct, or that otherwise concerns him/her, he/she should raise the issue promptly. This can
be done in either of the following ways:
1. Contact [enter name of the Consultant’s social expert with relevant experience in handling
sexual exploitation, sexual abuse and sexual harassment cases, or if such person is not
required under the Contract, another individual designated by the Consultant to handle
these matters] in writing at this address [ ] or by telephone at [ ] or in person at [ ]; or
2. Call [ ] to reach the Consultant’s hotline (if any) and leave a message.

The person’s identity will be kept confidential, unless reporting of allegations is mandated by
the country law. Anonymous complaints or allegations may also be submitted and will be given
all due and appropriate consideration. We take seriously all reports of possible misconduct and
will investigate and take appropriate action. We will provide warm referrals to service providers
that may help support the person who experienced the alleged incident, as appropriate.
There will be no retaliation against any person who raises a concern in good faith about any
behavior prohibited by this Code of Conduct. Such retaliation would be a violation of this Code
of Conduct.
Section 3. Technical Proposal – Standard Forms 72

CONSEQUENCES OF VIOLATING THE CODE OF CONDUCT


Any violation of this Code of Conduct by Experts may result in serious consequences, up to
and including termination and possible referral to legal authorities.

FOR EXPERT:

I have received a copy of this Code of Conduct written in a language that I comprehend. I
understand that if I have any questions about this Code of Conduct, I can contact [enter name
of Consultant’s contact person(s) with relevant experience] requesting an explanation.
Name of Expert: [insert name]

Signature: __________________________________________________________

Date: (day month year): _______________________________________________

Countersignature of authorized representative of the Consultant:


Signature: ________________________________________________________
Date: (day month year): ______________________________________________

ATTACHMENT 1: Behaviors constituting Sexual Exploitation and Abuse (SEA) and


behaviors constituting Sexual Harassment (SH)
Section 3. Technical Proposal – Standard Forms 73

ATTACHMENT 1 TO THE CODE OF CONDUCT FORM


BEHAVIORS CONSTITUTING SEXUAL EXPLOITATION AND ABUSE (SEA) AND
BEHAVIORS CONSTITUTING SEXUAL HARASSMENT (SH)
The following non-exhaustive list is intended to illustrate types of prohibited behaviors:
(1) Examples of sexual exploitation and abuse include, but are not limited to:
• An Expert tells a member of the community that he/she can get them jobs related to the work
site (e.g. cooking and cleaning) in exchange for sex.
• An Expert that is connecting electricity input to households says that he can connect women
headed households to the grid in exchange for sex.
• An Expert rapes, or otherwise sexually assaults a member of the community.
• An Expert denies a person access to the Site unless he/she performs a sexual favor.
• An Expert tells a person applying for employment under the Contract that he/she will only hire
him/her if he/she has sex with him/her.
(2) Examples of sexual harassment in a work context
• An Expert comment on the appearance of another Expert (either positive or negative) and
sexual desirability.
• When An Expert complains about comments made by another Expert on his/her appearance,
the other Expert comment that he/she is “asking for it” because of how he/she dresses.
• Unwelcome touching of an Expert or Employer’s Personnel by another Expert.
• An Expert tells another Expert that he/she will get him/her a salary raise, or promotion if
he/she sends him/her naked photographs of himself/herself.
Section 3. Technical Proposal – Standard Forms 74

FORM TECH-8 (FOR FTP)


SEXUAL EXPLOITATION AND ABUSE (SEA) AND/OR SEXUAL HARASSMENT (SH)
PERFORMANCE DECLARATION

[The following table shall be filled in for the Consultant, each member of a Joint Venture
and each subconsultant proposed by the Consultant]

Consultant’s Name: [insert full name]


Date: [insert day, month, year]
Joint Venture Member’s or Subconsultant’s Name: [insert full name]
RFP No. and title: [insert RFP number and title]
Page [insert page number] of [insert total number] pages

SEA and/or SH Declaration

We:
 (a) have not been subject to disqualification by the Bank for non-compliance with SEA/ SH obligations
 (b) are subject to disqualification by the Bank for non-compliance with SEA/ SH obligations
 (c) had been subject to disqualification by the Bank for non-compliance with SEA/ SH obligations. An
arbitral award on the disqualification case has been made in our favor.

[If (c) above is applicable, attach evidence of an arbitral award reversing the findings on the issues
underlying the disqualification.]
Section 4. Financial Proposal – Standard Forms 75

Section 4. Financial Proposal - Standard Forms


{Notes to Consultant shown in brackets { } provide guidance to the Consultant to prepare the
Financial Proposals; they should not appear on the Financial Proposals to be submitted.}

Financial Proposal Standard Forms shall be used for the preparation of the Financial Proposal
according to the instructions provided in Section 2.

FIN-1 Financial Proposal Submission Form

FIN-2 Summary of Costs

FIN-3 Breakdown of Remuneration, including Appendix A “Financial Negotiations -


Breakdown of Remuneration Rates” in the case of QBS method

FIN-4 Reimbursable expenses


Section 4. Financial Proposal – Standard Forms 76

FORM FIN-1
FINANCIAL PROPOSAL SUBMISSION FORM

{Location, Date}

To: [Name and address of Client]

Dear Sirs:

We, the undersigned, offer to provide the consulting services for [Insert title of
assignment] in accordance with your Request for Proposal dated [Insert Date] and our Technical
Proposal.

Our attached Financial Proposal is for the amount of {Indicate the corresponding to the
amount(s) currency(ies)} {Insert amount(s) (with breakdown amounts of each OIZ) in words
and figures}, [Insert “including” or “excluding”] of all indirect local taxes in accordance
with ITC 25.1 in the Data Sheet. The estimated amount of local indirect taxes is {Insert
currency} {Insert amount in words and figures} which shall be confirmed or adjusted, if needed,
during negotiations. {Please note that all amounts shall be the same as in Form FIN-2}.

Our Financial Proposal shall be valid and remain binding upon us, subject to the
modifications resulting from Contract negotiations, for the period of time specified in the Data
Sheet, ITC 12.1.

Commissions and gratuities paid or to be paid by us to an agent or any third party


relating to preparation or submission of this Proposal and Contract execution, paid if we are
awarded the Contract, are listed below:

Name and Address Amount and Purpose of Commission


of Agents Currency or Gratuity

{If no payments are made or promised, add the following statement: “No commissions or
gratuities have been or are to be paid by us to agents or any third party relating to this
Proposal and Contract execution.”}

We understand you are not bound to accept any Proposal you receive.

We remain,

Yours sincerely,

_________________________________________________________________
Signature (of Consultant’s authorized representative) {In full and initials}:
Section 4. Financial Proposal – Standard Forms 77

Full name: {insert full name of authorized representative}


Title: {insert title/position of authorized representative}
Name of Consultant (company’s name or JV’s name):
Capacity: {insert the person’s capacity to sign for the Consultant}
Address: {insert the authorized representative’s address}
Phone/fax: {insert the authorized representative’s phone and fax number, if applicable}
Email: {insert the authorized representative’s email address}

{For a joint venture, either all members shall sign or only the lead member/consultant,
in which case the power of attorney to sign on behalf of all members shall be attached}
Section 4. Financial Proposal – Standard Forms 78

FORM FIN-2 SUMMARY OF COSTS

(ALSO INCLUDE THE BREAKDOWN FOR EACH OIZ SHOWN SEPARATELY)

Cost
{Consultant must state the proposed Costs in accordance with ITC 16.4 of the Data Sheet;
delete columns which are not used}
Item
{Insert Foreign {Insert Foreign {Insert
{Insert Foreign Local Currency, if
Currency # 2, if Currency # 3, if
Currency # 1} used and/or required (16.4
used} used} Data Sheet}

Cost of the Financial Proposal

Including:

(1) Remuneration

(2) Reimbursables

Total Cost of the Financial Proposal:


{Should match the amount in Form FIN-1}
Indirect Local Tax Estimates – to be discussed and finalized at the negotiations if the Contract is awarded

(i) {insert type of tax. e.g., VAT or sales


tax}

(ii) {e.g., income tax on non-resident


experts}

(iii) {insert type of tax}

Total Estimate for Indirect Local Tax:


Section 4. Financial Proposal – Standard Forms 79

Footnote: Payments will be made in the currency(ies) expressed above (Reference to ITC 16.4).
Section 4. Financial Proposal – Standard Forms 80

FORM FIN-3 BREAKDOWN OF REMUNERATION

(ALSO INCLUDE THE BREAKDOWN FOR EACH OIZ SHOWN SEPARATELY)


When used for Lump-Sum contract assignment (Phase-1), information to be provided in this Form shall only be used to demonstrate the
basis for the calculation of the Contract’s ceiling amount; to calculate applicable taxes at contract negotiations; and, if needed, to
establish payments to the Consultant for possible additional services requested by the Client. This Form shall not be used as a basis for
payments under Lump-Sum contracts

A. Remuneration

No. Person-month Time Input in {Currency {Currency # {Local


Position (as {Currency# 3-
Name Remuneration Person/Month # 1- as in 2- as in FIN- Currency- as
in TECH-6) as in FIN-2}
Rate (from TECH-6) FIN-2} 2} in FIN-2}

Key Experts

K-1 [Home]
[Field]
K-2

Non-Key Experts
N-1 [Home]
N-2 [Field]
Section 4. Financial Proposal – Standard Forms 81

Total Costs
Section 4. Financial Proposal – Standard Forms 82

FORM FIN-4 BREAKDOWN OF REIMBURSABLE EXPENSES

(ALSO INCLUDE BREAKDOWN FOR EACH OIZ SHOWN SEPARATELY)


When used for Lump-Sum contract assignment, information to be provided in this Form shall only be used to demonstrate the basis
for calculation of the Contract ceiling amount, to calculate applicable taxes at contract negotiations and, if needed, to establish
payments to the Consultant for possible additional services requested by the Client. This form shall not be used as a basis for payments
under Lump-Sum contracts

B. Reimbursable Expenses

{Local
Type of Reimbursable {Currency # 1- {Currency # 2- {Currency# 3-
N° Unit Unit Cost Quantity Currency- as in
Expenses as in FIN-2} as in FIN-2} as in FIN-2}
FIN-2}
{e.g., Per diem allowances**} {Day}
{e.g., International flights} {Ticket}

{e.g., In/out airport


{Trip}
transportation}
{e.g., Communication costs
between Insert place and Insert
place}
{ e.g., reproduction of reports}
{e.g., Office rent}
....................................
{Training of the Client’s
personnel – if required in TOR}
Total Costs

Legend:
“Per diem allowance” is paid for each night the expert is required by the Contract to be away from his/her usual place of residence.
Client can set up a ceiling.
Section 5. Eligible Countries 83

Section 5. Eligible Countries

In reference to ITC 6.3.2, for the information of shortlisted Consultants, at the present time
firms, goods and services from the following countries are excluded from this selection:

Under the ITC 6.3.2 (a): ________________ [ “none”]

Under the ITC 6.3.2 (b): ________________ [ “none”]


Section 6. Fraud and Corruption 85

Section 6. Fraud and Corruption


(This Section 6, Fraud and Corruption shall not be modified)

1. Purpose
1.1 The Bank’s Anti-Corruption Guidelines and this annex apply with respect to procurement
under Bank Investment Project Financing operations.
2. Requirements
2.1 The Bank requires that Borrowers (including beneficiaries of Bank financing); bidders
(applicants/proposers), consultants, contractors and suppliers; any sub-contractors, sub-
consultants, service providers or suppliers; any agents (whether declared or not); and any
of their personnel, observe the highest standard of ethics during the procurement process,
selection and contract execution of Bank-financed contracts, and refrain from Fraud and
Corruption.

2.2 To this end, the Bank:


a. Defines, for the purposes of this provision, the terms set forth below as follows:
i. “corrupt practice” is the offering, giving, receiving, or soliciting, directly or
indirectly, of anything of value to influence improperly the actions of another party;
ii. “fraudulent practice” is any act or omission, including misrepresentation, that
knowingly or recklessly misleads, or attempts to mislead, a party to obtain financial
or other benefit or to avoid an obligation;
iii. “collusive practice” is an arrangement between two or more parties designed to
achieve an improper purpose, including to influence improperly the actions of
another party;
iv. “coercive practice” is impairing or harming, or threatening to impair or harm,
directly or indirectly, any party or the property of the party to influence improperly
the actions of a party;
v. “obstructive practice” is:
(a) deliberately destroying, falsifying, altering, or concealing of evidence
material to the investigation or making false statements to investigators in
order to materially impede a Bank investigation into allegations of a corrupt,
fraudulent, coercive, or collusive practice; and/or threatening, harassing, or
intimidating any party to prevent it from disclosing its knowledge of matters
relevant to the investigation or from pursuing the investigation; or
(b) acts intended to materially impede the exercise of the Bank’s inspection and
audit rights provided for under paragraph 2.2 e. below.
b. Rejects a proposal for award if the Bank determines that the firm or individual
recommended for award, any of its personnel, or its agents, or its sub-consultants, sub-
Section 6. Fraud and Corruption 86

contractors, service providers, suppliers and/ or their employees, has, directly or


indirectly, engaged in corrupt, fraudulent, collusive, coercive, or obstructive practices
in competing for the contract in question;
c. In addition to the legal remedies set out in the relevant Legal Agreement, may take other
appropriate actions, including declaring misprocurement, if the Bank determines at any
time that representatives of the Borrower or of a recipient of any part of the proceeds of
the loan engaged in corrupt, fraudulent, collusive, coercive, or obstructive practices
during the procurement process, selection and/or execution of the contract in question,
without the Borrower having taken timely and appropriate action satisfactory to the
Bank to address such practices when they occur, including by failing to inform the Bank
in a timely manner at the time they knew of the practices;
d. Pursuant to the Bank’s Anti- Corruption Guidelines and in accordance with the Bank’s
prevailing sanctions policies and procedures, may sanction a firm or individual, either
indefinitely or for a stated period of time, including by publicly declaring such firm or
individual ineligible (i) to be awarded or otherwise benefit from a Bank-financed
contract, financially or in any other manner;1 (ii) to be a nominated2 sub-contractor,
consultant, manufacturer or supplier, or service provider of an otherwise eligible firm
being awarded a Bank-financed contract; and (iii) to receive the proceeds of any loan
made by the Bank or otherwise to participate further in the preparation or
implementation of any Bank-financed project;
e. Requires that a clause be included in bidding/request for proposals documents and in
contracts financed by a Bank loan, requiring (i) bidders (applicants/proposers),,
consultants, contractors, and suppliers, and their sub-contractors, sub-consultants,
service providers, suppliers, agents personnel, permit the Bank to inspect3 all accounts,
records and other documents relating to the procurement process, selection and/or
contract execution, and to have them audited by auditors appointed by the Bank.

1
For the avoidance of doubt, a sanctioned party’s ineligibility to be awarded a contract shall include, without limitation,
(i) applying for pre-qualification, expressing interest in a consultancy, and bidding, either directly or as a nominated sub-
contractor, nominated consultant, nominated manufacturer or supplier, or nominated service provider, in respect of such
contract, and (ii) entering into an addendum or amendment introducing a material modification to any existing contract.
2
A nominated sub-contractor, nominated consultant, nominated manufacturer or supplier, or nominated service provider
(different names are used depending on the particular bidding document) is one which has been: (i) included by the
bidder in its pre-qualification application or bid because it brings specific and critical experience and know-how that
allow the bidder to meet the qualification requirements for the particular bid; or (ii) appointed by the Borrower.
3
Inspections in this context usually are investigative (i.e., forensic) in nature. They involve fact-finding activities
undertaken by the Bank or persons appointed by the Bank to address specific matters related to investigations/audits,
such as evaluating the veracity of an allegation of possible Fraud and Corruption, through the appropriate mechanisms.
Such activity includes but is not limited to: accessing and examining a firm's or individual's financial records and
information, and making copies thereof as relevant; accessing and examining any other documents, data and information
(whether in hard copy or electronic format) deemed relevant for the investigation/audit, and making copies thereof as
relevant; interviewing staff and other relevant individuals; performing physical inspections and site visits; and obtaining
third party verification of information.
Section 8. Conditions of Contract and Contract Forms (Lump-Sum) 87

Section 7. Terms of Reference

REPUBLIC OF TÜRKİYE
MINISTRY OF INDUSTRY AND TECHNOLOGY
General Directorate of Industrial Zones

TÜRKİYE ORGANIZED INDUSTRIAL ZONES PROJECT


(P171645)

TERMS OF REFERENCE (TOR)


FOR LUMP SUM CONTRACT
PHASE-I

CONSULTANCY SERVICES FOR


DESIGN REVIEW AND PREPARATION OF TENDER DOSSIERS OF
SUB-PROJECTS

(Group 3)

(REF: GDoIZ-C1-CS-QCBS-03)
1. Introduction

The Ministry of Industry and Technology (MoIT), through the Ministry of Treasury and
Finance (MoTF), has received financing from the International Bank for Reconstruction and
Development (IBRD) (the “Bank”) in the form of loan toward the cost of Türkiye Organized
Industrial Zones Project (OIZP) and intends to apply a portion of the proceeds of this loan for
Consulting Services.

The objective of OIZP is to increase the efficiency, environmental sustainability, and


competitiveness of select Organized Industrial Zones (OIZs) in Türkiye. 250.3 million Euros
OIZP, to be implemented by MoIT General Directorate of Industrial Zones (GDoIZ), will
support basic and green infrastructure investments in OIZs. A smaller part of the loan will also
be dedicated to enhance the competitiveness of OIZs through investment in innovation and
training centers linking OIZs with science and research organizations, and academia.

Within the scope of OIZP, a consulting firm will be employed for design review, preparation
of tender documents/dossier, technical assistance during tender process of the sub-projects
shown in Table 1.

2. Project Description

The project will finance sub-projects on infrastructure and facilities that improve Organized
Industrial Zones’ (OIZ’s) environmental, social and technological levels, and technical
assistance and capacity building activities for MoIT and OIZs. The Project has two main
components: (i) Component 1: Supporting infrastructure and the enabling environment for OIZ
sustainability, competitiveness, and efficiency; and (ii) Component 2: Technical assistance,
capacity building and project management. Each component consists of several sub-
components.

Component 1: Supporting infrastructure and the enabling environment for OIZ sustainability,
competitiveness, and efficiency: This component would have the following three sub‐
components:

(i) Supporting investments in basic OIZ infrastructure, leveraging “green” solutions


to the extent possible; This sub-component would support more traditional, basic
OIZ infrastructure, especially in less developed OIZs and/or regions of Türkiye.
Examples include roads, power, water/gas supply, communications networks and
administrative buildings. The finance would be directed at infrastructure
investments in OIZs that meet pre-defined criteria for sustainability,
competitiveness, and efficiency.
89

(ii) Supporting investments in innovative green infrastructure in OIZ: The focus will
be on improved resource efficiency (efficient use of materials, energy, water,
infrastructure, and natural resources), renewable energy investments and
industrial symbiosis. Examples include investments in energy supply from
renewable sources (e.g., rooftop solar photovoltaic, biogas, solar wall), LED
street lighting, advanced wastewater treatment, improved energy efficiency of
administrative buildings, and recycling/reusing waste materials for production
inputs (e.g., steam highways). It could also include investments to facilitate
industrial symbiosis between two or more firms, e.g., pipes to share heat or steam
that is a by-product of one industrial process and is needed as input into another
production process. Green infrastructure would have both environmental and
competitiveness benefits by reducing raw material, electricity, water, and waste
disposal expenditures for OIZ management and resident firms. This type of
infrastructure improvement would also be expected to help zones obtain a “Green
OIZ” certification.

(iii) Supporting investments in OIZ innovation centers: This sub-component will help
to establish new innovation centers or improvement of existing innovation centers
within OIZs. Examples include investments in shared-use facilities for skills
training and/or education, R&D, product standards and testing services, and
model factories to demonstrate new technologies and new practices, etc. The
purchase of materials, equipment, and training curricula development could also
potentially be covered, as could the delivery of training and consulting services
to OIZ firms.

Component 2: Technical assistance and capacity building: This component would have the
following two sub‐components:

(i) Technical assistance and capacity building for MoIT and OIZs; This sub-
component would support the development of the institutional and regulatory
frameworks for OIZs and setting forth key performance indicators for Green
OIZs, technical assistance needed for upgrading OIZs and certification as Green
OIZs.
(ii) Project management and support to the Project Implementation Unit (PIU) to be
established in MoIT: This sub-component will support the PIU, which would
assist MoIT with technical supervision of the Project activities, including
procurement and financial management, environmental and social management,
technical supervision of project activities, monitoring progress implementation,
undertaking audits, and developing and implementing a project results
monitoring system.

3. Institutional Roles

The relevant parties who will play an active roles in different parts during the whole
implementation of Project components are as follows:
Client will be the relevant OIZ which is the implementing unit of the Project and which will
signed the contract with selected Consultant.

Contractor will be the implementing firm of Works contract.

Consultant will be responsible for carrying out the whole design and supervision activities. In
addition, the Consultant will supervise the Contractors’ activities.

MoIT is responsible for implementation of OIZP and supervision of OIZs’ operations and for
managing the government’s investment program in OIZ infrastructure.

MoIT GDoIZ will assure overall implementation responsibility of OIZP and will serve as its
implementing agency in accordance Loan Agreement No.9205-TR. For this purpose a Project
Implementation Unit (PIU) was established within GDoIZ to oversee all aspects of project
implementation across all components.

MoIT GDoIZ will allocate a part of the loan to OIZs for financing the investments of sub-
projects.

With each OIZ under the OIZP, MoIT GDoIZ will engage in the written sub-project and sub-
financing agreements which are framing the rights, obligations, and responsibilities of the
signatory parties.

According to agreements, OIZs will set up Project Coordination Units (PCU) at local level to
ensure effective sub-project implementation.

Environmental and Social Management Framework (ESMF), Stakeholder Engagement Plan


(SEP), Labour Management Procedures (LMP) and Resettlement Framework (RF) of OIZP
was prepared, disclosed and published by GDoIZ.

GDoIZ is responsible to carry out the preparation of appropriate (quality enough to have no-
objection from World Bank) environmental and social (E&S) documents such as
Environmental and Social Impact Assessment (ESIA) and/or Environmental and Social
Management Plan (ESMP), Stakeholder Engagement Plan (SEP), Resettlement Plan (RP)
and/or Ex-post Social Audit (EPSA) etc. for the sub-projects.

In accordance with the OIZ Implementation Regulation and Loan Agreement (9205-TR) , the
tenders for the investments made with Ministry loans are under the responsibility of the
GDOIZ. Therefore, e procurement process in selection of Consultants and the Contractors for
the sub-projects within the scope of the OIZP will be carried out by GDoIZ. However, The
contracts with Consultants and Contractors will be signed by relevant OIZ/s. During
implementation of these contracts, all reports/outputs/drawings shall be approved by the OIZ
as the Client and also shall be approved by the GDOIZ depending the role of the MOIT stated
in Loan Agreement; to ensure project management and implementation in satisfactory.
91

Under this tender, the contracts with Consultants will be signed by Oztim OIZ, İvedik OIZ and
Korgun OIZ. In this frame, the outputs prepared by the Consultant under this ToR will be
submitted to related OIZ and the GDOIZ both for approval. Relevant OIZ is mentioned as “the
Client” in the ToR.

4. Objective of the Assignment

The objective of this assignment is to review and finalize designs, prepare tender
documents/dossiers (including technical specifications, bill of quantities, SPN (specific
procurement notice), RfB (request for bidding), etc.) in compliance with sub-project’s E&S
documents and related regulations and internal procedures of the GDoIZ, as well as to provide
technical assistance to the GDoIZ during the tendering process, for sub-projects of OIZs listed
in Table 1.

5. Scope of the Services

The Consultant shall review and finalize existing designs (architectural, civil, mechanical,
electrical, infrastructure drawings) including all required calculations, drawings, details and
specifications of the project components and submit to the Client for approval and take
necessary steps to get approval form of the GDoIZ.

The Consultant shall also prepare the Tender Documents/Dossiers in compliance with sub-
project’s E&S documents (with all commercial and technical content) including technical
specifications, cost estimate, BoQ’s (bills of quantities, SPN (specific procurement notice),
RfB (request for bidding), and provide technical assistance to the GDoIZ during the tendering
process as per World Bank Regulations, of the sub-projects of OIZs listed in Table 1.

This Terms of Reference covers the services for sub-projects listed in Table 1 below. The
capacities and estimated durations are also mentioned in the table. Further information will be
provided to Consultant by the GDoIZ.

Table.1

Estimated
Co Duration Defects
mp Capacity of Notificatio
OIZ’s one constructi n Period
No Province Name Project Name nt on
Construction of Fiber 17,6 km 12 12
Optic Lines Between
1 Ankara Ostim Electrical Transformer 1,1
and Distribution
Centers
SCADA 1 unit 12 12
2 Ankara İvedik 1,1
Solar Power Plant 257.54 6 12
3 Ankara İvedik (SPP) Construction 1,2 kW
Solar Power Plant 2.203 kW 8 12
4 Ankara Ostim (SPP) Construction 1,2
Infrastructure 26,6 ha 12 12
5 Çankırı Korgun 1,1
Solar Power Plant 3 MW 6 12
6 Çankırı Korgun (SPP) Construction 1,2

Since any delay in the review will directly affect planned procurement and commencement
date for construction works and construction period, the Consultant will review all designs and
documents with due care and diligence during the envisaged periods so as not to cause any
delay. The Consultant is supposed to be in strong liaison with the Client and the GDoIZ and
provide economical and efficient solutions. Further details of the scope of services is outlined
in the following sections of this Terms of Reference (ToR).

The Consultant will ensure that the sub-project’s E&S documents such as Environmental and
Social Impact Assessment (ESIA), Environmental and Social Management Plan (ESMP),
Stakeholder Engagement Plan (SEP), etc. is updated and revised in case the design review
leads to changes resulting in additional environmental permit/approval and/or additional
environmental and social assessment studies.

Detailed Description of the Consultant’s Tasks


The specific tasks are described as follows:

TASK 1. To Carry Out the Design Review and update (if necessary) E&S documents

(a) The Consultant shall check/review, complete, revise (if needed) and finalize all existing
designs and the construction drawings to ensure that they are adequate for competitive
construction bids and for executing the work.

(b) The Consultant verify the compliance of the designs and construction documents with
most recent legislations and regulations of the Bank and Türkiye. The consultant shall also
make sure the compliance with the good international practice with the Bank’s General and
Sector specific Environmental, Health, and Safety (EHS) Guidelines, Environmental, Social,
Health and Safety (ESHS) policies and World Bank Environmental and Social Standards.
93

(c) The Consultant will ensure that the design is consistent with the sub-project’s’ E&S
Documents such as ESIA, ESMP etc. and incorporate any necessary risk mitigation measures
into the engineering design. The Consultant will be responsible for updating the design
documents as necessary based on the findings from the ESIA and/or ESMP prepared for the
sub-project.” or a similar task.

(d) The Consultant will update and revise E&S documents such as ESIA, ESMP etc. in
case the design review leads to changes resulting in additional environmental permit/approval
and/or additional environmental and social assessment studies.

(e) The design review will also aim to enhance the resilience of the proposed investments,
as appropriate, to climate change-exacerbated risks such as droughts, floods, and degraded
water quality.

(f) The Consultant shall check the compatibility of drawings, technical specifications, unit
price definitions, bill of quantities and complete the missing information.

(g) The Consultant shall check that materials described in the drawings or technical
specifications are not single source materials and suitable for the sub-projects.

(h) Specific requirements and specifications of the Client shall be considered and the
designs shall be checked whether these criteria are reflected in the designs.

(i) The Consultant shall obtain, if needed pursuant to the legislations/regulations the
consent/approval of the relevant Authorities and/or their local branches to the final designs
before submitting those for approval to the GDoIZ.

(j) The Consultant whether required by the Client upon its/their review on the submitted
design/s, calculations and drawings or as a result of the review/s done by the Consultant himself
shall revise designs/details or provide additional design/detail/s as per the comments and
recommendations of the Client. This is as of the normal development of the sub-projects and
no additional cost to the Client.

(k) The Consultant shall envisage/calculate sub-projects contributions to KPI (key project
indicators) of OIZP in terms of monitoring and evaluation frame of the Project. Provide
assistance to the Client and the GDoIZ for establishment of monitoring methodology for this
purpose during whole project lifetime.

(l) The Consultant shall execute the services in accordance with recent laws and
regulations.

(m) The Consultant shall update the procurement plan of sub-projects as per the
approved/revised work schedules of the Contractor/s and his Contract.

(n) The Consultant shall ensure that all activities related to Consultant’s tasks, particularly
the ones to be conducted at site, are carried out according to best environmental, social and
OHS practices to avoid any associated impacts. Additionally, the Consultant shall plan and
implement all mitigation/prevention measures to address Covid-19 or any other communicable
disease/pandemic risk related to his task throughout all work activities.

The Consultant shall be liable and responsible for the technical viability, accuracy and content
of the design drawings and documents including but not limited to all required calculations,
drawings, details, analysis and specifications of the project components. The Consultant shall
be responsible to develop complete set of technical documents to achieve successful bidding
process and contract implementation.

TASK 2. To Provide Technical Assistance (TA) to the Client and the GDoIZ

Task 2a. To Provide TA on the Preparation of Works Procurement Documents/Dossiers:

Consultant shall prepare all tender dossiers/documents of the sub-projects demonstrated in


table 1, in accordance with the World Bank Procurement Regulations for IPF Borrowers – July
2016 revised in November 2017, August 2018, and November 2020 (“Procurement
Regulations”). Tender dossiers shall include but not limited to; RfB (Request for Bids),
Technical Specifications, Employer’s Requirements, Bill of Quantities (BoQ’s), final technical
documents and detailed designs.

In this regard, The Consultant shall support the GDoIZ for update of the procurement plan of
sub-projects.
Required provisions shall be included in the tender documents according to the “The
Environmental and Social Framework (ESMF), Resettlement Framework (RF), Labor
Management Procedures (LMP), Environmental and Social Impact Assessment (ESIA)/
Environmental and Social Management Plan (ESMP), Stakeholder Engagement Plan (SEP)
and Resettlement Plan (RP)/Ex-post Social Audit study documents” being prepared and
submitted under another consultancy service.

The Consultant shall prepare the tender dossiers/documents in close cooperation with the
GDoIZ and with due care and diligence. Any of the items in these documents shall not
contradict with each other and all material specifications shall be in accordance with the
specifications of the Turkish standards and/or international standards.

The Consultant shall check/review, complete, prepare and finalize the designs, plans, technical
specifications, Employer’s Requirements, BoQ’s (including breakdown of costs for the
implementation of E&S Documents) tender documents etc. and all additional documents,
detailed designs in such a way that the necessity for variation orders during the construction
stage is minimized. The Consultant shall be responsible to develop a set of complete bidding
documents (with all commercial and technical content) for successful completion of the
bidding process and contract implementation with a consideration given to the sub-projects’
implementation schedules.
95

The Consultant shall make any reasonable modification to documents, reports, etc. irrespective
of its/their being approved by the Client and the GDoIZ during the various stages of approval.

Task 2b. To Provide TA in Procurement & Evaluation and Contract Award Stages

The Consultant shall provide technical assistance throughout the bidding process conducted
for the all works procurements including preparation of clarifications and addendum if deemed
necessary, technical evaluation of the bids, drafting of technical input to evaluation reports and
the contract. The responsibility of the Consultant shall continue until the successful conclusion
of every and each contract tendered. The Consultant may carry out these works at the same
time or at different times for two OIZs. The timing of the works may vary according to the
completion status of the tender dossier and annexes.
If for any reason any of the contract/s could not be concluded for the first round of the bidding,
the GDoIZ upon consultation with World Bank and relevant OIZ may consider (i) to rebid the
contract/s on its own without any further input from the Consultant or (ii) to amend the Contract
Value as per the agreed Contract rates and renegotiated staff and time allocation to allow for
the extra time spent by the Consultant for the second round of the Bidding Process.

The Consultant shall not be entitled for any compensation or payment during such period,
unless Parties agree for additional input from the Consultant during second round of bidding.
If such duration exceeds six (6) months, both Parties will agree on the path forward in writing.

6. Reporting Requirements and Time Schedule for Deliverables

The reports/documents for each task will be submitted to and approved by the Client and
GDoIZ. The consulting firm must obtain approval for each deliverable before moving to
subsequent tasks. The table below summarizes the reports and includes an indicative timeline.

Task Reports/Deliverables Deadline for submission*


(all for each sub-project) (End of the Month)

1 Sub-Project Evaluation (Design 2


Review) Reports
For Ostim, İvedik and Korgun OIZs
i.Draft Technical Documents of 2
Construction of Sub-projects
(designs/details/calculations/BoQs/
reports/specifications)
Final version of Technical Documents 2
ready for Procurement Process

Updated version of E&S Documents if 2


needed
2a Full Tender Dossiers for each Sub- 3
project, including RfB (Request for
Bids), Technical Specifications, Bill of
Quantities (BoQ’s), final technical
documents.
2b Providing support to the tender stage Within 30 days after the deadline for
(clarifications etc.) and Technical input submission of bid/s.
to Tender Evaluation Report for each
contract/sub-project

*after effectiveness of the contract

Sub-Project Evaluation (Design Review) Reports need to be in Turkish and English languages.
First drafts of all reports will be submitted in Turkish as soft copy (hard copy upon request) to
the GDoIZ for discussion purposes. The submitted reports will be reviewed by the GDoIZ and
approved or returned for revision and/or resubmission in 10 business days. The final versions
of all reports will be submitted in Turkish and English (1 hard copy and 1 soft-copy in
electronic storage device) for each sub- project. In case of conflict the Turkish version will
prevail.

The technical documents (designs/details/calculations/BoQs/reports/specifications) regarding


the procurement process of construction of sub-projects will be in Turkish language. First
drafts of all technical documents will be submitted as soft copy (hard copy upon request) to
the GDoIZ for discussion purposes. The submitted documents will be reviewed by the GDoIZ
and approved or returned for revision and/or resubmission in 10 business days. The final
versions of all documents will be submitted (1 hard copy and 1 soft-copy in electronic storage
device) for each sub- project.

The metric system of weights and measures shall be used. The drawings shall be submitted in
the format, labelling, grouping and details as required by the GDoIZ. The plot size, parcel, map
sheet for all buildings shall be listed and integrated into the drawings and other required
documents.

Digital formats shall be as follows:


Format of Reports/Documents : MS Office Word/Excel/PowerPoint & PDF
Format of Drawings : AutoCAD 2006 (or newer) & PDF
Printing formats shall be as follows;
Format of Reports/Documents: A4 or A3 including where appropriate drawings could be
reduced to A3 size
Format of Drawings : A1 size (unless otherwise required or agreed)
Scale of Drawings : To be agreed with the GDoIZ.

In relation to the ongoing stages of the Consultancy Services, the submission requirements
given above should be followed by the Consultant as a guideline for the extent and type of
documentation that will be required by the GDoIZ during the performance of the Services. The
97

Consultant shall allow in its fee for the submission of all reports, drawings, documents, etc.
either specifically requested in this Terms of Reference or those that may be implied there from
and the Contractor/s’ contract/s. The GDoIZ may however vary such requirements during the
course of the Services to be performed.

Should additional copies be required extra over to those stated above or to be implied from this
Terms of Reference, these shall be supplied by the Consultant(s) at the cost of reproduction of
such documents, reports or drawing.

As indicated in the General Conditions of Contract all the drawings, reports, plans,
specifications, and any other documents produced under this Contract are the property of the
Client.

7. Timeline:
The estimated time period for all activities under the Scope of Services is 3 (three) months,
(excluding the period of procurement process of sub-projects)

Tasks Time Schedule*


(End of the Month)

Task 1. To Carry Out the Design Review and update 2


E&S documents if necessary
Task 2. To Provide Technical assistance to the GDoIZ 3

Task on the Preparation of Works procurement


2a. documents/dossiers:

Task in Procurement & Evaluation and Contract 3**


2b. Award stages:

* after effectiveness of the contract


** Depending on the procurement plan and maturity of each sub-project. This period may be
extended depending on the situation.

8. Client’s Input and Counterpart Personnel

The Client will timely provide to the Consultant the inputs, design drawings, project data,
reports etc. about the Group-3 sub-projects, with the RfP. The Consultants shall verify the
provided inputs during the field studies and in all cases; the assignment shall be undertaken
according to the Consultant’s own inputs.
If any delay or no response received from other third parties during the execution of
aforementioned tasks, the Consultant shall inform the Client in a timely manner with indicating
the possible grounds. The Client will accelerate the process or give consent to proceed the task.

The Consultants will be fully responsible for providing their office. All sort of running
expenses shall be under the Consultant’s responsibility. The Consultant shall not be required
to deliver any equipment and materials provided by the reimbursable expenses and which have
been used for the Services to the Client.

All local transport for the Consultant staff shall be provided by the Consultant and shall be
included in the proposal submitted.

9. FACILITIES PROVIDED BY THE CONSULTANT

The Consultant shall provide sufficient, qualified and experienced staff to ensure proper
service to fulfil the tasks defined in these terms of reference. All costs for equipment and
administrative and logistic support must be covered by the Consultant and included in the bid
price, including:

• All costs arising from the activities of his staff during the contract period,
including accommodation, allowances, transportation, insurance, etc.

• Automotive, equipment, office supplies and hardware and software to ensure that
the services are fully functional;

• All communication costs, including fax, email, telephone, etc.

• All the equipment, instruments, services and logistical support required for the
implementation of the contract, and any costs incurred during its preparation of documents
and drafts, copying, printing, etc.

• Other equipment, instruments, services and logistical support necessary for the
implementation of the contract.

• Excellent written and spoken English and Turkish is required. If the Consultant will
require a translation services, it will be at his own expenses and the Consultant will be
responsible for the accuracy of the translation.

• The Consultant is required to obtain all the other elements necessary for the work of
its professional staff who is engaged at his own expense for the performance of this Contract.

• All expatriate staff who will work in Türkiye should obtain a work permit and all
who are resident for more than 90 days should obtain a non-resident visa. The consultant will
obtain all required permits, visas for all expatriate staff at his own cost. Furthermore, the
99

Consultant will be responsible to ensure that all proposed personnel are eligible to obtain such
permits and visas. The information related to visas can be obtained from the embassies and
consulates of Türkiye. The Client will assist the Consultant for the issue of work permits.

At the beginning of every month from the effectiveness with the signature of the Contract, the
Client and the Consultant shall review the staff input for the next month and based on the
agreed staff plan, the Consultant shall mobilize its personnel.

10. Change in the Scope of Consultant’s Services

Change in the scope of services will be done as per the terms and the conditions of the contract.

11. Consultant’s Profile and Team Composition & Qualification Requirements for
the Key Experts

11.1 Consultant’s Profile

The Consultant shall typically comprise a firm with experience in carrying out similar tasks,
specifically to include the following minimum qualifications;

• Experience in consultancy services financed by international financing institutions,


preferably World Bank, in the last 10 years.

• Experience in the design/design review and construction supervision services that are
similar to the required services in size, similarity and complexity, in the last 10 years.

• The Consultants should demonstrate sound administrative and financial capacity.

• The Consultants should demonstrate availability of the key experts for the performance of
the services described in the TOR;

The attention of interested Consultants is drawn to Section III, paragraphs 3.14, 3.16, and 3.17
of the World Bank’s ‘Procurement Regulations for IPF Borrowers’ November 2020, as
amended, setting forth the World Bank’s policy on conflict of interest.

Consultants may associate with other firms to enhance their qualifications, but should indicate
clearly whether the association is in the form of a joint venture and/or a sub-consultancy. In
the case of a joint venture, all the partners in the joint venture shall be jointly and severally
liable for the entire contract, if selected.

11.2 Team Composition & Qualification Requirements for the Key Experts

The language of this assignment is English. All the team members assigned by the Consultant
must possess proficiency in English and Turkish language. Day-to-day communication
language will be Turkish or English at the field level to ensure smooth communication among
all participants, direct or indirect, of the relevant OIZ

The Consultant shall provide an experienced in similar projects’ auditing and design team with
proven technical and managerial competence and experience.

All key staff and support staff shall be mobilized immediately after effectiveness of the
contract.

Key staff’s qualifications shall include but not limited to the following:

All Tasks; To Carry Out the Design Review and update (if necessary) E&S documents
To Provide Technical Assistance to the GDOIZ for all Group-3 Projects
Specific
Experience on
the Related
KEY EXPERTS Total
Professional Assignment
CONSULTANT CENTRAL Estimated
Experience (Years)
OFFICE Staff-
(Years) (Similar projects’
For group-3 projects in total Months
design
experience)

Design Team Leader (1)


(Civil/Electrical/Mechanical/Environ
mental Engineer) 3 >15 >5
At least three (3) years working
experience in manager position.
Design Engineer-1
3 >8 >5
(Civil Engineer) (1)
Design Engineer-2
3 >8 >5
(Electrical Engineer) (1)
Geotechnical Engineer (1)
3 >8 >5
Survey Engineer (1) 3 >8 >5
Cost and Planning Engineer (1)
(preferably Civil Engineer)
University degree in engineering with 3 >8 >5
specific experience in preparation of
bill of quantity,
Procurement Specialist (1)
3 >8 >5
(preferably Engineer)
Mechanical Engineer (1)
3 >8 >5
Environmental Specialist (1)
Environmental Engineer with specific 3 >5 >3
experience in the national
101

environmental legal framework,


environmental impact/risk assessment,
preparation of environmental
assessment tools (ESMP, ESIA, etc.)
and knowledge in environmental
safeguard policies and Environmental
and Social Standards (ESSs) of the
World Bank’s Environmental and
Social Framework (ESF) or other
international financing institutions,
Good International Industry
Practices (GIIPs)

Social Specialist (1)


University degree in sociology with
specific experience in the World
Bank’s Environmental and Social
Framework (ESF) or other
international financing institutions, 3 >5 >3
using SPSS Statistics Programme
actively, to have conducted at least 1
study/research on quantitative data
analysis and reporting

Occupational Health and Safety


(OHS) Expert (1)
A or B Class OSH Expert Certificate
International OSH Certificate such as
IOSH Managing Safely, NEBOSH 3 >5 >3
IGC is an asset.
Accident Investigation and Root Couse
Analyse Certificate

Sub Total 33
Non-Key Experts (1) 2 >3 >1
Grand Total 35
To assure the required design review and technical assistances, in addition to input from
the Key Experts, Non-Key experts will be provided as:
• Technical Support Staff Requirement Junior Design Engineers/Architects shall have
minimum three (3) years’ experience. Junior Engineers will not be evaluated as key staff.
• Administrative Support Staff Requirement: Support staff for the administrative
services shall be proposed additionally as required.
During this stage; the Consultant is responsible for the establishment of a design review group
who is experienced in the preparation of projects/designs in similar nature. Therefore, the
Consultant shall separately indicate the staff to be assigned in the review of designs and
preparation of documents by indicating positions planned to be assigned for each staff in their
proposal.

The staff-months will be divided among the OIZs according to the maturity level of the sub-
projects. Consultant will sign separate contracts with each OIZ and payments to the Consultant
will be made upon Consultant’s submission of deliverables and approval of them by the Client.
103

Construction Works under Group-3

Ankara OSTİM OIZ Construction of Fiber Optic Lines Between Electrical Transformer
and Distribution Centers
Within the scope of this work shall be construction, 30.250 m F/O 48 Fiberoptic cabling and
cabling excavation-fill, 2496 F/O Fiberoptic terminations, 176 cable connection manholes,
24.750 m HDPE piping, 16.500 m trench excavation.
Fiber optic (F/O) communication infrastructure construction work in order to transfer the
operation and performance information of the equipment located in a total of 98 transformer
stations (TS) and 6 distribution centers (DC) in the electricity distribution network to the
central SCADA system.

Ankara OSTİM OIZ Installation of Solar Power Plant (SPP):


Within the scope of the project, SPP systems and necessary connections will be installed at 11
different locations belonging to the Ostim OIZ Directorate, with a total capacity of 2.150 MW,
which can generate an average of 3,186,440 kWh electricity annually.

Ankara İvedik OIZ:


Within the scope of the project, Fiber optic (F/O) communication infrastructure construction
work in order to transfer the operation and performance information of the equipment located
in IVEDIK OIZ.

Ankara İvedik OIZ Installation Solar Power Plant (SPP):


In the project, it shall be construction to install a rooftop solar energy system. A facility with a
power of 165.17 wp with 363 solar energy panels will be installed on an area of 790 m2 on the
OIZ administration building. A facility with 203 solar energy panels and 92.37 wp power will
be established on an area of 441.9 m2 on the OIZ science works building.

Çankırı Korgun OIZ:


Within the scope of this project;
1.40 km potable water line,
1.15 km treated wastewater line,
1,4 km stormwater line,
1.30 km wastewater line,
2.21 km road construction,
4.45 km natural gas line,
11.36 km electricity distribution line,
3 distribution centers,
2,75 km environmental LED lighting system cable line, 56 lighting poles and fixtures,
1 set CCTV Camera system,
1 set Telecom infrastructure will be installed.
Çankırı Korgun OIZ:
Within the scope of the project, a solar panel field shall be installed with a capacity of 3 MW
on a 40.000 m2 plot on the land of the Korgun OIZ.
REPUBLIC OF TÜRKİYE
MINISTRY OF INDUSTRY AND TECHNOLOGY
General Directorate of Industrial Zones

TÜRKİYE ORGANIZED INDUSTRIAL ZONES PROJECT


(P171645)

TERMS OF REFERENCE (TOR)


FOR TIME-BASED CONTRACT

CONSULTANCY SERVICES FOR


CONSTRUCTION SUPERVISION
OF SUB-PROJECTS

(Group 3)

(REF: GDoIZ-C1-CS-QCBS-03)
105

3. Introduction

The Ministry of Industry and Technology (MoIT), through the Ministry of Treasury and
Finance (MoTF), has received financing from the International Bank for Reconstruction and
Development (IBRD) (the “Bank”) in the form of loan toward the cost of Türkiye Organized
Industrial Zones Project (OIZP) and intends to apply a portion of the proceeds of this loan for
Consulting Services.

The objective of OIZP is to increase the efficiency, environmental sustainability, and


competitiveness of select Organized Industrial Zones (OIZs) in Türkiye. 250.3 million Euros
OIZP, to be implemented by MoIT General Directorate of Industrial Zones (GDoIZ), will
support basic and green infrastructure investments in OIZs. A smaller part of the loan will also
be dedicated to enhance the competitiveness of OIZs through investment in innovation and
training centers linking OIZs with science and research organizations, and academia.

Within the scope of OIZP, a consulting firm will be employed for supervision of construction
of the sub-projects shown in Table 1.

4. Project Description

The project will finance sub-projects on infrastructure and facilities that improve Organized
Industrial Zones’ (OIZ’s) environmental, social and technological levels, and technical
assistance and capacity building activities for MoIT and OIZs. The Project has two main
components: (i) Component 1: Supporting infrastructure and the enabling environment for OIZ
sustainability, competitiveness, and efficiency; and (ii) Component 2: Technical assistance,
capacity building and project management. Each component consists of several sub-
components.

Component 1: Supporting infrastructure and the enabling environment for OIZ sustainability,
competitiveness, and efficiency: This component would have the following three sub‐
components:

(i) Supporting investments in basic OIZ infrastructure, leveraging “green” solutions


to the extent possible; This sub-component would support more traditional, basic
OIZ infrastructure, especially in less developed OIZs and/or regions of Türkiye.
Examples include roads, power, water/gas supply, communications networks
and administrative buildings. The finance would be directed at infrastructure
investments in OIZs that meet pre-defined criteria for sustainability,
competitiveness, and efficiency.

(ii) Supporting investments in innovative green infrastructure in OIZ: The focus will
be on improved resource efficiency (efficient use of materials, energy, water,
infrastructure, and natural resources), renewable energy investments and
industrial symbiosis. Examples include investments in energy supply from
renewable sources (e.g., rooftop solar photovoltaic, biogas, solar wall), LED
street lighting, advanced wastewater treatment, improved energy efficiency of
administrative buildings, and recycling/reusing waste materials for production
inputs (e.g., steam highways). It could also include investments to facilitate
industrial symbiosis between two or more firms, e.g., pipes to share heat or steam
that is a by-product of one industrial process and is needed as input into another
production process. Green infrastructure would have both environmental and
competitiveness benefits by reducing raw material, electricity, water, and waste
disposal expenditures for OIZ management and resident firms. This type of
infrastructure improvement would also be expected to help zones obtain a
“Green OIZ” certification.

(iii) Supporting investments in OIZ innovation centers: This sub-component will


help to establish new innovation centers or improvement of existing innovation
centers within OIZs. Examples include investments in shared-use facilities for
skills training and/or education, R&D, product standards and testing services,
and model factories to demonstrate new technologies and new practices, etc. The
purchase of materials, equipment, and training curricula development could also
potentially be covered, as could the delivery of training and consulting services
to OIZ firms.

Component 2: Technical assistance and capacity building: This component would have the
following two sub‐components:

(i) Technical assistance and capacity building for MoIT and OIZs; This sub-
component would support the development of the institutional and regulatory
frameworks for OIZs and setting forth key performance indicators for Green
OIZs, technical assistance needed for upgrading OIZs and certification as Green
OIZs.
(ii) Project management and support to the Project Implementation Unit (PIU) to be
established in MoIT: This sub-component will support the PIU, which would
assist MoIT with technical supervision of the Project activities, including
procurement and financial management, environmental and social management,
technical supervision of project activities, monitoring progress implementation,
undertaking audits, and developing and implementing a project results
monitoring system.

The Project Development Objective (PDO) is to increase the efficiency and environmental
sustainability of select Organized Industrial Zones (OIZs) and to enhance the competitiveness
of beneficiary OIZs in Türkiye.

3. Institutional Roles

The relevant parties who will play an active role in different parts during the whole
implementation of Project components are as follows:
107

Client will be the relevant OIZ which is the implementing unit of the Project and which will
signed the contract with selected Consultant.

Contractor will be the implementing firm of Works contract.

Consultant will be responsible for carrying out the whole design and supervision activities. In
addition, the Consultant will supervise the Contractors’ activities.

MoIT is responsible for implementation of OIZP and supervision of OIZs’ operations and for
managing the government’s investment program in OIZ infrastructure.

MoIT GDoIZ will assure overall implementation responsibility of OIZP and will serve as its
implementing agency in accordance Loan Agreement No.9205-TR. For this purpose a
Project Implementation Unit (PIU) was established within GDoIZ to oversee all aspects of
project implementation across all components.

MoIT GDoIZ will allocate a part of the loan to OIZs for financing the investments of sub-
projects.

With each OIZ under the OIZP, MoIT GDoIZ will engage in the written sub-project and sub-
financing agreements which are framing the rights, obligations, and responsibilities of the
signatory parties.

According to agreements, OIZs will set up Project Coordination Units (PCU) at local level to
ensure effective sub-project implementation.

Environmental and Social Management Framework (ESMF), Stakeholder Engagement Plan


(SEP), Labor Management Procedures (LMP) and Resettlement Framework (RF) of OIZP
was prepared, disclosed and published by GDoIZ.

GDoIZ is responsible to carry out the preparation of appropriate (quality enough to have no-
objection from World Bank) environmental and social (E&S) documents such as
Environmental and Social Impact Assessment (ESIA) and/or Environmental and Social
Management Plan (ESMP), Stakeholder Engagement Plan (SEP), Resettlement Plan (RP)
and/or Ex-post Social Audit (EPSA) etc. for the sub-projects.

In accordance with the OIZ Implementation Regulation and Loan Agreement (9205-TR), the
tenders for the investments made with Ministry loans are under the responsibility of the
GDOIZ. Therefore, e procurement process in selection of Consultants and the Contractors for
the sub-projects within the scope of the OIZP will be carried out by GDoIZ. However, the
contracts with Consultants and Contractors will be signed by relevant OIZs. During
implementation of these contracts, all reports/outputs/drawings shall be approved by the OIZ
as the Client and also shall be approved by the GDOIZ depending the role of the MOIT
stated in Loan Agreement; to ensure project management and implementation in satisfactory.
Under this tender, the contracts with Consultants will be signed by Ostim OIZ, İvedik OIZ
and Korgun OIZ. In this frame, the outputs prepared by the Consultant under this ToR will
be submitted to related OIZ and the GDOIZ both for approval. Relevant OIZ is mentioned as
“the Client” in the ToR.

4. Objective of Assignment

The objective of this assignment is to supervise construction works during implementation and
defects notification periods, for sub-projects of OIZs listed in Table 1.

5. Scope of the Services

The Consultant will be required to carry out construction supervision, supervision during the
trial operation (commissioning period by the work contractor) and supervise remedial works
to rectify defects in compliance with sub-project’s E&S documents that arise during the
Defects Notification Period (DNP) as per World Bank Regulations, of the sub-projects of OIZs
listed in Table 1.

This Terms of Reference covers the services of sub-projects listed in Table 1 below. The
capacities and estimated budgets are also mentioned in the table. Further information will be
provided to Consultant by the GDoIZ

Table.1

No Province OIZ’s Project Name Componen Capacity Estimate Defects


Name t d Notific
Duration ation
of Period
construct
ion
1 Construction
of Fiber Optic
Lines Between
Electrical
Ankara Ostim 1,1 17,6 km 12 12
Transformer
and
Distribution
Centers
2
Ankara İvedik 1,1 1 unit 12 12
SCADA
109

3 Solar Power
257.54
Ankara İvedik Plant (SPP) 1,2 6 12
kW
Construction
4 Solar Power
Ankara Ostim Plant (SPP) 1,2 2.203 kW 8 12
Construction
5
Çankırı Korgun 1,1 26,6 ha 12 12
Infrastructure
6 Solar Power
Çankırı Korgun Plant (SPP) 1,2 3 MW 6 12
Construction

Further details of the scope of services is outlined in the following sections of this Terms of
Reference (ToR).

Description of the Consultant’s Tasks

Principles of Consultant’s Assignment

a) The Consultant as " “the Project Manager” shall be responsible to carry out all the duties
envisaged in World Bank’s Standard Procurement Documents (SPD). The Consultant shall
also be responsible as “the Project Manager” to provide details and instruct the contractors
whenever it necessitates, during the course of works and execute the services in accordance
with recent laws and regulations (including the sub-project specific ESMP/ESIAs).

b) The Supervision responsibility of the Consultant shall be for all the Works Contracts signed
as a result of the bidding processes concluded under his technical assistance and shall
continue until the expiration of the Defects Liability/Notification Period/Warranty Period;
final acceptance issuance.

c) Significant issues shall be subject to approval of the Client as indicated in the General
Conditions (GCC) or Special Conditions (SCC) of the Construction Contracts. The
Consultant shall carry out all the Services with all due diligence, care and in timely manner
so as not to cause any delay. It is deemed that the Consultant familiarized himself with the
nature of OIZP/sub-projects and is expected to take all sorts of precautions during the
performance of Services to fulfil his tasks in a timely manner and to get the works completed
by the Contractor/s on time.

d) The Consultant’s Key Experts (e.g. Civil, Mechanical, Electrical, Environmental Engineers
and Architects, Environmental and Social specialists and Occupational Health and Safety
(OHS) experts) shall check and review the existing designs for their applicability to field.
If any revision is needed in the existing designs, a report will be provided to the Client.
Upon the report submitted by consultant, “Project Designer” will revise the designs. the All
costs of “Project Designer” revision belong to the Client. The Consultants shall provide
sufficient, qualified and experienced staff to ensure proper construction supervision of the
works and engineering services both during the Construction period and during the Defects
Notification/Maintenance period.

e) The Consultant shall consider and include OIZP's Performance Indicators during whole
project lifetime. The Consultant shall monitor, calculate/measure related parameters for the
indicators qualitatively and quantitatively according to the applicable procedures and
inform the Client via interim reports. The Consultant shall ensure the construction progress
complies with the work-plan, site access plan and restrictions (for access to users during the
construction phase).

f) The Consultant shall supervise and oversee all aspects of the construction and installation
of the various components of the works and engineering services to ensure strict compliance
with the drawings, contract documents and sub-project’s E&S documents, subject to any
expressed or implied terms contained in the Contract entered into between the Client and
the Contractor,

g) The Consultant shall check the Contractor’s valuations for payment on account and issue
certificates according to the Conditions of Contract used and shall also be responsible for
agreeing with the Client on each payment certificates in payable amount. The actual
procedure and presentation of the certificates, supporting documents, etc. shall be discussed
and agreed with the Client.

h) The Consultant shall review and report on any financial claims submitted by the Contractors
within 2 weeks of receipt of such claim submission. Report on any claim shall include (not
limited to) determinations, the justification letter, cost-benefit analysis, all probable effects
on approved work plan and the final decision on any variation.

i) Based on the approved work schedule and cash flows of the Contractor/s; monitor the
progress compared to the initially envisaged plan/s and inform the Client about the failures.

j) The Consultant shall not delay any action required to be taken by the Consultant during the
construction. In any case, all the correspondences received from the contractor shall be
reviewed, evaluated and responded the latest within one week.

k) Some of the works may be executed by the Contractor in night hours rather than daily hours
because of the sustainability of services for any reason. In that case, Consultant will arrange
his staff employment according to this condition without any extra cost to the Client and
the Contractor. However, the work Contractor will give a notice to the consultant regarding
the night shift before starting the work.

l) The Consultant shall assist in the setting of all disputes or differences, which may arise
between the Client and the Contractors, in a timely manner. In the case of litigation and
arbitration the Consultant shall assist the Client in the preparation of the documents needed
111

by the Client.

m) Inform the Client about the cost and time impact and any other consequences of any sort of
works contractor’s claim (such as revisions, recommendations, etc.) The Client reserves the
right to use RFP General Conditions 19.1 Termination clause from the consequences of the
fact of which the Client is not informed in advance.

n) The Consultant shall take necessary measures, continuously monitor and supervise the
Contractor’s operations for environmental, social, occupational health and safety aspects.
In this context, alongside with the sub-project’s E&S documents such as ESIA and/or
ESMP, SEP and etc., the most recent Turkish environmental, health and safety regulations
are required to be taken into consideration particularly during the supervision of the
construction works.

o) The Consultant shall conduct conformity monitoring of Environmental and Social liabilities
including OHS issues mentioned in the sub-project E&S documents such as ESIA and/or
EMSP, SEP and etc. 1 for construction works. All regular reporting obligations mentioned
in these documents shall be followed for the construction activities.

p) The Consultant shall ensure implementation of LMP of the OIZP, sub-project’s RP, EPSA
and SEPs and etc. as required, in a manner acceptable to the Bank and make sure that no
construction activity shall commence before the land acquisition and/or resettlement
process completed for the privately-owned land and permits/licenses received to
use/transfer rights of public lands.

q) The Consultant shall follow up the grievance mechanism mentioned in SEP of sub-projects
and monitoring the contractors’ recording and resolution of grievances and reporting these
to Client in monthly monitoring reports according to the format given in SEP. These
mentioned reports will be submitted to World Bank by GDoIZ.

r) The Consultant shall ensure that all activities related to Consultant’s tasks are carried out
according to best environmental, social and OHS practices to avoid any associated impacts.
Additionally, the Consultant shall plan and implement all mitigation/prevention measures
to address Covid-19 or any other communicable disease/pandemic risk related to his task
throughout all work activities.

Not limited to the above, the specific tasks are described as follows:

TASK 1. Tasks Prior to Start of Construction Works

The responsibility of the Consultant shall include, but not limited to, the following tasks in
addition and compliance with the responsibilities defined under construction contract:

1
The Final sub-project’s E&S documents will be disclosed at MoIT’s public network (web) pages and will be an attachment of RfB
documents for the respective Works Contracts.
(a) Interpret the drawings and specifications and to consult with the Contractors as required to
ensure compliance with the Contract and the construction/installation work
plan/programme.

(b)Review the qualifications of the proposed key management personnel of the Contractor/s
and make appropriate recommendations to the Client;

(c) Receive from the Contractor/s, check for compliance with contract requirements and advise
the Client on all performance securities, insurance certificates or policies and guarantees
relating to the contract before submitting to the Client for acceptance;

(d)Before the start of the works and during the works, facilitate any communication and attend
any meeting between Contractor/s and the owners of facilities (water, telephone, electricity,
gas) sharing the road right-of-way; in particular, give advice on proposed modifications by
the owners of facilities;

(e) Ensure that E&S provisions (including OHS) set out in the contract documents are
respected;

(f) Ensure that traffic operational safety is met before commencing the works and issue any
work plan or drawing in that respect;

(g)Check correctness of co-ordinates and levels of all survey reference markers and require the
Contractor/s to make an independent check;

(h)Check the Contractor/s’ setting out and levels of the designed works;

(i) Verify estimated quantities in the Bills of Quantities and promptly advise the Client of any
prospective Time and Cost effects and make appropriate recommendations;

(j) The Consultant shall have a quality review of the designs, plans, technical specifications,
BOQs, etc. that were originally prepared during the Lump-Sum (first phase design services)
contract and any alteration request of Contractor(s). If it is need, Consultant shall prepare
any additional documents and detailed designs that would minimize variation orders during
the construction/installation stage. However, in case it is considered necessary by the
Consultant or the Client that any alterations in any of the Contract Documents, Plans
including E&S documents or Specifications are advisable (due to reasons not attributable
to the works Contractor), the Consultant shall prepare and submit such alterations to the
Client for approval, in a timely manner, supported by the necessary calculations, details,
time and cost implications. The Consultant shall state whether the alterations will cause any
delay in the work program, and therefore the contractor(s) to be entitled any time extension
or not, supported by necessary documentation. On receiving written approval from the
Client, the Consultant shall promptly amend the existing designs or supply any additional
designs, plans, drawings and specifications where required or found necessary for the
satisfactory completion of the works. Furthermore, the Consultant shall review and approve
Contractor’s and manufacturer’s drawings and where appropriate incorporate these
113

drawings into the overall design and review alterations which might be requested by the
Contractors during the course of Works. The Consultant shall fully inform the Client about
the cost and time impact and any other consequences of his any sort of proposals (such as
revisions, recommendations, etc).

(k)Take measures for the proper implementation of LMP of the OIZP and sub-project’s SEP
including the grievance mechanism.

(l) During the preparation phase of the project, an authorised representative will be appointed,
to be responsible for control preparation and implementation of whole work.

(m) During the preparation and implementation stages of the project, health and safety
coordinator who is the same person with OHS expert will be appointed according to the
regulation of OHS in construction works. .

(n)The Consultant will approve health and safety plan (OHS Plan) which prepared by
Contractor according to the regulation of OHS in construction works and in compliance
with sub-project’s E&S documents and will ensure implementation of the OHS Plan during
construction phase on site.

Reporting Requirements for Task 1:

The Consultant should prepare an Inception Report including but limited with the Consultant’s
Site Supervision Procedures Manual within 3 weeks after the start of the construction under
each sub-project. For each sub-project, separate inception reports will be submitted.

TASK 2. Tasks During Construction

Supervision tasks

The responsibility of the Consultant shall include, but not limited to, the following tasks:
• Approve and monitor the Contractor/s’ work program and the source of materials;

• Approve and monitor the implementation of the Contractor/s’ Quality Assurance (QA) Plan;

• Explain and/or adjust ambiguities and/or discrepancies in the Contract Documents;

• Inspect for approval all working drawings and as-built drawings prepared by the
Contractor/s;

• Inspect and test materials and works to ensure compliance with specifications, and/or
removal and substitution of improper materials and/or work as required;

• Issue interim certificates for payment to the Contractor/s on the basis of measured work
items or to certify the completion of the works or parts thereof;
• Carry out generally all the duties of the Consultant as specified in the Contract, within
the limitations specified therein;

• The Consultant shall arrange weekly site meetings and monthly progress meetings with
Contractors, inform the Client about progress of the work, activities, occupational health
and safety issues, E&S issues, attend any meetings reasonably convened by the Client and
provide any information or evidence reasonably required by the Client at any public
meetings or inquiries which might be held in connection with the Project. The minutes of
meetings signed by all Parties shall be recorded.

• Advise the Client on all matters relating to compensation events and claims reported by the
Contractor/s and make recommendations thereon;

• The Consultant shall stipulate the criteria, the planning and the procedure for all tests and
inspections necessary for the materials, equipment, plant and workmanship and the
commissioning of the Works and shall provide supervision and inspection for these tests.
The Consultant shall compile a record of all such tests and compare the results with the
specifications, standards or with the performance criteria that has been guaranteed by the
suppliers or contractors,

• The Consultant shall randomly collect material samples and perform relevant tests and
analyses at specified intervals without waiting the written mandate of the Client. The
Consultant shall keep accurate and detailed site records.

• As in compliance with the format and ingredients determined by the Client, prepare monthly
monitoring and quarterly reports in comparative with Contractor/s’ original (initial) work
schedules and inform the Client in written for delays.

• Attend to the work inspections carried out by the State Authorities in accordance with the
Turkish Law;

• Organize provisional and temporary technical acceptance of works and submit all
supervision documents to the temporary/provisional acceptance, and final acceptance
committee according to the Applicable Law;

• Issue the Certificates of Completion of the Works (temporary/provisional acceptance


Certificate), Defects Liability/Notification and Final Acceptance Certificates;

• Assist the Client in temporary/provisional acceptance the site of the works.

• Ensure the Contractor/s’ compliance with the agreed sub-project’s E&S documents such as
ESIA and/or ESMP, SEP, etc.; to control and appraise the progress of the works, to order
suspension of works and to authorize, with the Client’s approval, extensions of the period
for completion of the works.
115

• The Consultant shall take necessary measures, continuously monitor and supervise the
Contractor’s operations for environmental, social, and occupational health and safety
aspects. In this context the most recent Turkish environmental and safety regulations as well
as the Client and WB Environmental and Social Standards and World Bank Group’s (WBG)
General and Sector Specific EHS Guidelines, Environment, Social, Health and Safety
(ESHS) policies are required to be taken into consideration particularly during the
supervision of the construction works. Within this scope, Consultant shall also be responsible
for the supervision of the Contractor/s’ onsite occupational health and safety, environmental
and social management practices/plans (such as waste management, noise, OHS,
resettlement plan etc.) and ESHS obligations and report to the Client in his monthly
monitoring reports. The details of the Environmental, Social, Health and Safety (ESHS)
Management and the responsibilities of the “Consultant” shall also be detailed in the
Contractor/s’ contract. The Consultant shall have the responsibility for relevant supervision,
oversight and instruction of the applications to the Contractor/s.

Administration of the Civil Works Contracts

The responsibility of the Consultant shall include, but not limited to, the following tasks:
• Financial management of the Civil Works Contracts. Based on (i) the Contractor/s’
programme of works and cash-flow predictions which should be revised at required time
intervals and, (ii) upon own judgement, the Consultant shall prepare monthly, as part of
monthly reports, disbursement tables showing the status of previous disbursements and a
tentative prediction of future disbursements on a monthly basis;

• Monitor validity of the Contractor/s’ insurance policies and guarantees and timely advice
the Client on their expiry dates, necessity to request the extensions of the validity and where
necessary change the amount of the insurance policies and guarantees;

• Provision and administration of the management of project correspondence and documents


in accordance with the approved plan and procedures, and timely updates of the records and
reports thereof;

• Continuous follow-up of the Contractor/s work programmes and monitoring cash-flow in


relation to the planned schedules and alert immediately the Client if any change occurs in
the progress of disbursements;

• Day-to-day measurement and recording of quantities of works carried out by Contractor/s;

• Daily recording of work site events in a work site logbook;

• Recapitulation of quantities of work carried out monthly for each contractual item of work;

• Monthly comparison of actual progress against progress as scheduled;

• Review Contractor/s’ Monthly Statements and issue the corresponding Payment


Certificates as appropriate;
• Attendance at periodic site meetings and monthly progress meetings and ensuring minutes
signed by all parties are recorded.

• The required procedures to carry out the site supervision and contract administration tasks
shall be prepared by the Consultant and submitted for the approval of the Client in a
Consultant’s Site Supervision Procedures Manual.

Supervision of E&S and OHS Procedures

The E&S related services include those of the Consultant’s as referred in the World Bank’s
Standard Procurement Document. The Consultant shall ensure that the Contractor/s’ E&S
performance is in accordance with sub-project’s E&S documents such as ESIA and/or ESMP,
SEP, etc. and good international industry practice and delivers the Contractor/s’ E&S
obligations.

• Ensure that all occupational health & safety measures are respected by the Contractor in
compliance with the monitoring and reporting requirements of relevant official authorities
and the World Bank.

• The Consultant shall take necessary measures, continuously monitor and supervise the
Contractor’s operations for environmental, social and occupational health and safety
aspects. The Consultant shall ensure that the Contractor’s activities are following the sub-
project’s E&S documents and OHS Plan. The Consultant shall supervise the Contractor’s
implementation of environmental, social and OHS mitigation measures as identified in the
sub-project’s E&S documents and OHS Plan. The Consultant shall provide feedback and
give notice to the Client regarding environmental and social issues at sites.

• If the Contractor is found to be non-compliant with sub-project’s E&S documents


requirements, the Consultant shall file a non-conformity report and any relevant payment
orders should be put on hold, until non-compliance issues are remedied satisfactorily or
issue a fine in consultation with Client.

• The Consultant shall supervise the Contractor on behalf of the Client for performing and
implementation of all OHS activities (including mitigation/prevention measures to address
Covid-19 or any other communicable disease/pandemic risk) in accordance with the
enforcement of the related Turkish Laws and legislations, and measures specified in the
sub-project’s E&S documents and OHS plan. The consultant duties and responsibilities
shall include:

o Conduct regular visits which are daily controls, weekly inspection monthly
audits to all construction sites to check the contractor’s OHS documents and
compliance, provide on-the job trainings, ensure compliance of the works
with OHS practices and regulations, and issue non-compliance notices to
the contractor and report the same to the Client.
117

o Ensure that the workers are provided OHS training and have complete
health records and personal files in accordance with pertinent legal
requirements, and avoid access of the workers to work site if there any non-
compliance

o Make available an OHS expert in high-risk worksites (e.g.: high elevations


scaffolds, confined space, crane works, digging works, etc.).

o Check and approve conformity of equipment/ machines on worksites with


national standard and avoid their use in case of non-compliance. Promptly
notify the Client of any incident or accident related to the Project which has,
or is likely to have, a significant adverse effect on the environment, the
affected communities, the public and workers such as occupational health
and accidents or that result in threatening community health and safety.
Then PCU will immediately (not later than 48 hours) inform PIU and PIU
shall immediately notify the World Bank upon receipt of such notification.
Provide sufficient detail regarding the incident or accident, finding of the
Root Cause Analysis, indicating immediate measures taken or that are
planned to be taken to address it, compensation paid, and any information
provided by the contractor.

o Participate in the contractor's regular OHS meetings which will be hold


monthly and provide input for needed improvements.

o The Consultant shall perform periodic checks of lifting vehicles, boiler and
tanks and control scaffolding, welding tubes, small hand tools, etc. are
complied with the standards (e.g., CE, TSE, BS)

o The Consultant shall control and approve method statements, which will be
prepared by contractor before each work start. If needed consultant help
contractor to prepare the document.

o Consultant shall conduct safety visit to site periodically with representatives


(including Contractor’s OHS expert) of the works Contractor.
o In case of urgent, imminent and life-threatening non-conformities, the
Consultant suspends the construction of the relevant work until the
nonconformity related to that work is rectified. In this case, the Consultant
promptly informs the Client about the status.

• The Consultant should ensure Contractor that the grievance mechanism mentioned in SEP
of sub-project set forth by Client is utilized and made available, accessible and visible in
Project site.

• The Consultant shall provide feedback and give notice to the Client regarding OHS,
environmental and social issues at sites.
• The details of the Environmental and Social, Health and Safety Management and the
responsibilities of the “Consultant” shall also be detailed in the Contractor’s contract.
Consultant shall have the responsibility for relevant supervision and instruction of the
applications to the Contractor.

• The consultant will assist the Client in the Stakeholder Meetings / Public Consultation
Meetings for the Project that will be led by the Client. The meetings might be carried out
virtually. Both virtual and physical consultation meetings will be held with participation of
the Client’s representative/s. Presentation material(s) including relevant content of per sub-
project to be shared during the consultation meetings shall be prepared by the consultant
and the presentation shall be delivered by the relevant personnel of the consultant. Content
of each presentation for per sub-project is subject to review and approval of the Client.

• The Consultant will witness the water, soil, noise, air quality or any other environmental
sampling and testing at site that will be conducted by the Contractor as per sub-project’s
E&S documents requirements.

Grievance Mechanism

• The Consultant shall ensure that the Contractor records any grievance received by local
community or worker and report it in monthly progress report to the Client. The Consultant
provide information of contractor performance about receiving, recording, evaluating and
closure of grievances.

• The Consultant will witness the water, soil, noise, air quality or any other environmental
sampling and testing at site that will be conducted by the Contractor as per sub-project’s
E&S documents requirements

• The Consultant should ensure Contractor that grievance mechanism mentioned in SEP of
sub-project set forth by Client is utilized and made available, accessible and visible in
Project site.

• The Consultant shall be in contact with the Client in responding to inquiries and grievances
received at construction sites in timely manner, provide including but not limited to
logistical and data collection support to communication activities to be carried out at such
as informative meetings and trainings in the project site before construction work starts and
contribute to community awareness raising operations.

Reporting Requirements for Task 2:

The Consultant should submit separate monthly monitoring reports for each sub-project.

Interim Monthly Monitoring Reports for Works Contract. These will describe the physical
and financial progress of the works and will address contractual and technical matters. These
reports shall provide information on (tentative list below that can be amended):
119

(i) a description of physical progress, with reference to the program (including


progress charts and dated photographs in colour giving all information regarding
the progress of the Works);

(ii) explanations for differences between actual and forecast progress;

(iii) a summary financial report containing cash-flow forecasts and budget expenditure:

(iv) status of payments and requests for payment:

(v) explanations for differences between actual and forecast cash-flow o summary of
claims and disputes;

(vi) major milestones, obstacles, achievements, constraints on progress and problems


encountered and appropriate identified solutions;

(vii) remarks on procedural issues;

(viii) variations and proposals for future variations to the timing and budgets of
individual activities;

(ix) a projection of activities for the forthcoming month;

(x) recommendation for further actions and improvements, both short- and long- term;

(xi) records of human resources, mechanical equipment and materials, testing and
quality control, with copies of the test results and, statistical evaluation of the test
results in table or graphical form. Action taken with regard to poor results shall be
stated;

(xii) local issues/stakeholder issues (including any grievances received by nearby


communities and/or workers);

(xiii) a summary of site-specific E&S and OHS issues (update on the status of
implementation of the respective sub-project’s E&S documents, OHS Plan, and
also outline any environmental, social and OHS problems being encountered and
recommendations on how these problems may be overcome);

(xiv) The report shall include the percentages of the Work items completed and planned,
and also the actual and planned quarterly (each 3 months periods) cash-flows for
each work item as of the reporting period prepared in the project planning tools
(Primevera or MS Project) accepted by the Client.

(xv) The report shall also include environmental and social and OHS management
practices followed for mitigation of environmental and social impacts of the works.
The report shall be submitted to the Client by the tenth day of following month in English and
Turkish languages. Any comment by the Client on the report shall be reviewed and re-
submitted to the Client within a week.

Consultant shall also prepare a report in table form showing summary of cumulative progress
in main work activities on weekly basis. The report shall be submitted to the Client in an
acceptable format by the Monday of each week via electronic mail.

Quarterly Reports for Supervision Contract

Including progress of the Supervision Contract with required information about work of staff
on each construction site, and documents for payment procedures of Supervision Contract.

Draft project completion report, to be delivered 4 weeks to completion of the contract period
. These will provide an overview and measure of success of the project. They shall contain: (i)
a summary of information contained in the previous monthly monitoring reports; (ii) an overall
review of the project; (iii) a description of physical progress, with reference to the program;
(vi) explanations for differences between actual and forecast progress; (v) a summary financial
report containing cash-flow forecasts and budget expenditure; (vi) the status of payments and
requests for payment; (vii) explanations for differences between actual and forecast cash-flow
on summary of claims and disputes; (viii) an assessment of impact of project on the number of
people employed; (ix) a report on problems encountered and how they were overcome; (x)
recommendations for maintenance works; (xi) report on the compliance with sub-project’s
E&S documents (the report will summarize the environmental, social, and OHS compliance of
the Contractor throughout the contract implementation, and certify that all finalization works
such as site rehabilitation, landscaping, removal of equipment and auxiliary infrastructure and
proper management of waste materials have been duly implemented as per the respective sub-
project’s E&S documents) The Consultant shall review and approve in consultation with the
Client the relevant completion reports with enclosed test results for the particular work sections
submitted by the Contractor. These reports shall address all Tests on Completion and Tests
after Completion including their results. The approval of the completion reports shall be a pre-
condition for issue of any Temporary/provisional acceptance Certificate and Tests after
Completion. This report also demonstrates results of the parameters which contributes to
Performance Indicators of the TOIZP; explanations between forecast and actual values of these
indicators.

Final inspection report. The final inspection report of the Consultant shall address the status
of the work items at the time of Temporary/provisional acceptance by the Client. The minor
outstanding works, defects, failures, shortcomings are to be listed and compiled. Possible
remedial actions by the Contractor as needed, are to be listed and noted, including the given
period of time the Contractor is to rectify. The material handed over by the Contractor to the
121

Client will be checked and listed for status and completeness.

Other reports upon request. The Client may request the Consultant to submit specific reports
on the issues related to the execution of the works. The Consultant will make the requested
report in such manner within a reasonable time. The Consultant is obliged to provide all
assistance to the Client, upon request, in drawing up reports to the bodies that comprise the
institutional framework for project implementation described in the introduction to this project
task, relating to project implementation reports, financial reports and etc.

TASK 3 Tasks During Defects Notification Period

The defects liability period commences upon the issue of the temporary/provisional
acceptance certificate.

a) Preparation and submission of as-built drawings, shop drawings, operating and


maintenance manuals for all items of equipment and plants incorporated in or associated
with the works, shall be controlled and followed by the Consultant in timely manner. As-
built drawings, operating and maintenance manuals should be obtained from the Contractor
before the issuing of temporary/provisional acceptance certificate. Otherwise, the Client
might ask the Consultant for the conversion of the approved shop drawings into as-built
drawings if Client considers that the Consultant is not strictly following up the work. The
Consultant shall also prepare and submit to the Client’s approval a report giving all
information about the “as-built-conditions” including (but not limited to) calculations,
drawings, specifications, test reports and final cost analysis.

b) The Consultant shall continue to be responsible for the supervision and inspection of the
construction and completion of the Works during the Defects Liability/Notification Period
as defined in the construction contracts. The level of supervision shall be appropriate to the
scale of the works being carried out and include the supervision on the E&S and OHS
responsibilities of the Contractor. The Consultant will provide adequate number of
technical staff acceptable to the Client on each construction site during the DNP. These
inspections and supervision are to ensure that works, agreed to be carried out during the
Defects Liability/Notification Period, are properly carried out and have been completed and
that any failure of any part of the Works has been rectified. If any defect is discovered,
during this period, the Consultant shall promptly investigate the reason for it, report to the
Client and take required actions to rectify the defect.

c) A report of these inspections shall be submitted to the Client, which shall include all details
of any defects, faults, accidents or breakdowns, which have occurred together with the
estimated costs of repair and the time scales within which they will be completed. Moreover,
the Consultant shall submit quarterly report/s summarizing all the activities during subject
quarter of Defects Liability/Notification Period. A final report shall be submitted at the end
of the Defects Liability/Notification Period giving full details of all works carried out during
that period. This report shall be submitted by the Consultant to the Client at least 30 days
prior to the Consultant’s issuing Defects Liability/Notification Certificate for the completed
Works.

d) The Consultant will provide minimum number of technical staff acceptable to the Client on
each construction site during the Defects Liability/Notification Period. Defects are expected
to be minimum for a competent Consultant Firm during defects liability/notification period.
Therefore, consultant should consider minimum number of staffs assigned in DNP
consisting of technicians.

e) The Consultant is required to provide perfect supervision/inspection services during the


period, to preparation of defect lists and monitor correction of defects. If required,
Consultant will instruct the Contractor/s and closely inspect the repair of works in the
Defects Liability/Notification Period. Until finishing of Defects Liability/Notification
Period, the Consultant shall execute all interim controls, inspections. In demand of Client,
the Consultant shall deal with determined defect or failure. The Consultant will inform the
Client and Contractor/s in case of finding defects in interim audit/controls.

Reporting Requirements for Task 3:

The Reports should cover, but not necessarily be limited to, the information as follows:
Final completion report, to be delivered after comments on the draft project completion report
provided by the Client, 2 weeks after completion of the contract period and issue of Final
Acceptance (Performance) Certificate. The contents will be as for the draft completion report,
with the incorporation of comments/suggestions from the reviewing parties.
The report shall contain at least:

(i) Copies of requests for issuance of a final acceptance certificate;

(ii) A list of approved As-Built Design submitted by the Contractor showing all the
modifications in relation to the Main design elements or surveyor of performed
works;

- Quality assessment of materials and workmanship;


- Data on the technical difficulties encountered and how they were solved;
- Comment on the As-Built Design,
- List of Instructions for Use and Maintenance,
- Final Report on Contractor’s E&S and OHS performance (Code of Conduct, compliance
with sub-project E&S documents, consent/permits and other relevant project requirements).

The report shall be delivered to the Client upon completion of the works all job records,
reproducible “as-built” drawings including (but not limited to) calculations, drawings,
specifications, test reports and final cost analysis and the instruction necessary for the
satisfactory operation and maintenance of the works.
123

• DNP quarterly reports. A report of the DNP inspections shall be submitted to the
Client, which shall include all details of any defects, faults, accidents or breakdowns, which
have occurred together with the estimated costs of repair and the time scales within which they
will be completed. The reports shall be prepared on a quarterly basis.

• DNP final report shall be submitted by the time of the expiration of the DNP giving
full details of all works carried out during the period. This report shall be submitted by the
Consultant to the Client at least 30 days prior to issuing the Defects Notification Certificate for
the completed Works.

11. Reporting Requirements and Time Schedule for Deliverables

The reports for each task will be submitted to and approved by the Client. The consulting firm
must obtain approval for each deliverable before moving to subsequent tasks. The table below
summarizes the reports and includes an indicative timeline.

Task Reports/Deliverables Submission Deadline


(all for each sub-project) (after effectiveness of the
contract)
1 Together with the Consultant’s
Inception Report for each Works Contract Site Supervision Procedures
Manual within 3 weeks at the start
of each sub-project.
2 Including progress of the
Quarterly Reports for Supervision Contract Supervision Contract with required
information and documents for
payment procedures of
Supervision Contract
Together with the submission of
Interim Monthly Progress Reports for each Works the interim payment certificate for
Contract each month,
By the tenth day of the current
month (for the past month
activities) after signing of each
construction contract

Quarterly Progress Reports for Works Contract on Together with the concurrent
ES and OHS issues monthly report
Together with the submission of
Draft Project Completion Report, the temporary/provisional
Final Inspection Report; acceptance certificate.

3 2 weeks after completion of the


contract period with the issue of
Final Completion Report; temporary/provisional acceptance
certificate as agreed with the
client
DNP Quarterly Reports Quarterly during DNP

DNP Final Report at the time of drafting


DNP Certificate by the expiration
of the DNP

All Documents need to be in Turkish and English languages. First drafts of all reports will be
submitted in English as soft copy (hard copy upon request) to the Client for discussion
purposes. The submitted documents will be reviewed by the Client and approved or returned
for revision and/or resubmission in 10 business days. The final versions of all documents will
be submitted in Turkish and English (1 hard copy and 1 soft-copy in electronic storage device)
for each sub- project. In case of conflict the English version will prevail.

Additionally, after finalizing the reports and “as built” drawings, these shall be submitted to
the Client in 2 (two) set of hard copy and 2 set of soft copy in usb drive acceptable by the
Client. Each copy shall be durably bound in a volume or volumes depending on bulk, and the
transparent copies shall have a suitable protective cover/box. All copies shall be labelled in
accordance with the needs of the Client.

The metric system of weights and measures shall be used. The drawings shall be submitted in
the format, labelling, grouping and details as required by the Client. The plot size, parcel, map
sheet for all buildings shall be listed and integrated into the drawings and other required
documents.

Digital formats shall be as follows:


Format of Reports/Documents : MS Office Word/Excel/PowerPoint & PDF
Format of Drawings : AutoCAD 2006 (or newer) & PDF
Printing formats shall be as follows;
Format of Reports/Documents : A4 or A3 including where appropriate drawings could be
reduced to A3 size
Format of Drawings : A1 size (unless otherwise required or agreed)
Scale of Drawings : To be agreed with the Client.
125

In relation to the ongoing stages of the Consultancy Services, the submission requirements
given above should be followed by the Consultant as a guideline for the extent and type of
documentation that will be required by the Client during the performance of the Services. The
Consultant shall allow in its fee for the submission of all reports, drawings, documents, etc.
either specifically requested in these Terms of Reference or those that may be implied there
from and the Contractor/s’ contract/s. The Client may however vary such requirements during
the course of the Services to be performed.

Should additional copies be required extra over to those stated above or to be implied from
these Terms of Reference, these shall be supplied by the Consultant(s) at the cost of
reproduction of such documents, reports or drawing.

Upon the completion of Works, the Consultant shall submit all the original copies of
correspondences, documents, test results, drawings etc., relating to the Services and Works, to
the Client together with indices in acceptable files and forms by the Client.

As indicated in the General Conditions of Contract all the drawings, reports, plans,
specifications, and any other documents produced under this Contract are the property of the
Client.

12. Timeline:
The estimated time period for all activities under the Scope of Services is 42 months and 3
weeks (including Trial Operation and Defects Liability/Notification Period) from the
consultancy contract signing date.

Task Time Schedule


(after contract signing for each
works contract)
Task 1. Tasks Prior to Start of Construction Works 3 weeks

Task 2. Tasks During Construction 12 months for Ostim OIZs


Supervision tasks Construction of Fiber Optic
Administration of the Civil Works Contracts Lines Between Electrical
Supervision of E&S and OHS Procedures Transformer and Distribution
Grievance Mechanism Centers and Ivedik OIZs
Completion of Works SCADA

8 months for Ivedik OIZs


Construction of Solar Power
Plant
6 months for Ostim OIZs
Construction of Solar Power
Plant

12 months for Korgun OIZ


Infrastructure project

6 months for Korgun OIZ SPP


project
Task. 3 Tasks During Defects Notification Period 12 months all Group Projects

13. Client’s Input and Counterpart Personnel

The Client will timely provide to the Consultant the inputs and facilities, assist the firm in
obtaining licenses and permits needed to carry out the services, and make available relevant
project data and reports.

The following items shall be provided free of charge by the Client to the Consultant: The
existing designs, maps, topographic plans, analysis results, relevant documents and reports of
the design drawings etc. The Consultant shall return all such drawings and documents received
to the Client upon the completion of services.

In addition, the Client shall, where possible, assist the Consultant in obtaining approvals,
permissions from the relevant State Authorities in respect of the Services to be performed.

In addition, the Client shall, where possible, assist the Consultant in obtaining approvals,
permissions from the relevant State Authorities in respect of the Services to be performed The
Civil Works Contractor/s’ bidding documents shall be arranged to incorporate clauses to
provide temporary office area to the Consultant at the construction site depending on the size
and location of the construction site, the size and number of rooms shall be jointly determined
by the Client and the Consultant considering the needs of the Client as well. However, these
will be constructed by the Contractor/s and will take some time.

Office accommodation of a reasonable standard and of approximately 10 square metres for


each expert working on the contract is to be provided by the following party in accordance
with the implementation stages.
127

Awarded consultants and their nominated sub-consultants (if applicable) shall have a local
branch office in Ankara for the administrative communication aspects (corresponding letters,
printing or plotting of project document, etc.).

The Consultants will be fully responsible for providing their central office until the contractors
are in place to make site offices available. The central office shall be furnished and equipped
by the Consultants, whereas the site offices shall be furnished by the Contractor/s. All sort of
running expenses except water and electricity (to be provided by the Contractor/s) shall be
under the Consultant’s responsibility. The Consultant shall not be required to deliver any
equipment and materials provided by the reimbursable expenses and which have been used for
the Services to the Client.

All local transport for the Consultant staff including the site supervisory staff shall be provided
by the Consultant and shall be included in the proposal submitted.

14. LIMITATIONS OF THE CONSULTANT’S AUTHORITY

A. The Consultant shall have no authority to relieve the Contractor/s of any of their duties
and obligations under the Works Contracts without approval of the Client.

B. The Consultant shall note that the Client is under obligation to seek the Client’s
concurrence before agreeing to or implementing any modification or waiver of the
terms and conditions of the Contracts including granting an extension of the stipulated
time for performance.

C. The Consultant will seek prior written approval of the Client for the following:

a) issuing / approving any Payment Certificates (PC) for the Contractor/s’ Advance
Payments;

b) agreeing / instructing any changes in the project designs;

c) approving or issuing of any Contract Variation, except in an emergency situation as


determined by “the Project Manager in accordance with the Conditions of Contract;

d) in the event of additional work, the Consultant shall report on the relative merits of
tendering vis-a-vis issuing a variation for such additional works;

e) approving a proposal for Variation submitted by the Contractor/s;

f) making variations in work quantities which bring the total cost in excess of the value
of the Contract Price specified in the relevant contract provisions;

g) determining any new rate or price with respect to any Variation;

h) approving any extension of the Intended Completion Date;


i) approving any compensation event for any additional cost including any cost associated
with extension of the Intended Completion Date;

j) suspending the Works in accordance with the Conditions of Contract;

k) approval of the subcontracting of any part of the works;

Any response by the Consultant which requires Clients approval, except as otherwise
expressly specified, shall be notified in writing to the Contractor within 28 days of receipt.
(14 days for the Consultant, 7 days for the Client, then 7 days for the Consultant to consider
Clients comments).

15. FACILITIES PROVIDED BY THE CONSULTANT

The Consultant shall provide sufficient, qualified and experienced staff to ensure proper site
supervision of the works and engineering services both during the construction, trial operation
and defects notification period, and ensure that the works are executed in accordance with recent
regulations and rules. All costs for equipment and administrative and logistic support must be
covered by the Consultant and included in the bid price, including:

• All costs arising from the activities of its staff during the contract period, including
accommodation, allowances, transportation, insurance, etc.

• Automotive, equipment, office supplies and hardware and software to ensure that the
services are fully functional;

• All communication costs, including fax, email, telephone, etc.

• All the equipment, instruments, services and logistical support required for the
implementation of the contract, and any costs incurred during its preparation ofdocuments
and drafts, copying, printing, etc.

• Other equipment, instruments, services and logistical support necessary for the
implementation of the contract.

• Excellent written and spoken English and Turkish is required. If the Consultant will require
a translation services, it will be at his own expenses and the Consultant will be responsible
for the accuracy of the translation.

• The Consultant is required to obtain all the other elements necessary for the work of his
professional staff who is engaged at his own expense for the performance of this Contract.

• All expatriate staff who will work in Türkiye should obtain a work permit and all who are
resident for more than 90 days should obtain a non-resident visa. The consultant will obtain
129

all required permits, visas for all expatriate staff at his own cost. Furthermore, the
Consultant will be responsible to ensure that all proposed personnel are eligible to obtain
such permits and visas. The information related to visas can be obtained from the embassies
and consulates of Türkiye. The Client will assist the consultant for the issue of work permits.

• At every 6 months from the effectiveness with the signature of the Contract, the Client and
the Consultant shall review the staff input for the next 6 months and based on the agreed
staff plan, the Consultant shall mobilize its personnel.

16. Consultant’s Profile and Team Composition & Qualification Requirements for
the Key Experts

12.a Consultant’s Profile

The Consultant shall typically comprise a firm with experience in carrying out similar tasks,
specifically to include the following minimum qualifications;

• Experience in consultancy services financed by international financing institutions,


preferably World Bank, in the last 10 years.

• Experience in the design/design review and construction supervision services that are
similar to the required services in size, similarity and complexity, in the last 10 years.

• The Consultants should demonstrate sound administrative and financial capacity.

• The Consultants should demonstrate availability of the key experts for the performance of
the services described in the TOR;

The attention of interested Consultants is drawn to Section III, paragraphs 3.14, 3.16, and 3.17
of the World Bank’s ‘Procurement Regulations for IPF Borrowers’ November 2020, as
amended, setting forth the World Bank’s policy on conflict of interest.

Consultants may associate with other firms to enhance their qualifications, but should indicate
clearly whether the association is in the form of a joint venture and/or a sub-consultancy. In
the case of a joint venture, all the partners in the joint venture shall be jointly and severally
liable for the entire contract, if selected.

12.b Team Composition & Qualification Requirements for the Key Experts

The language of this assignment is English and Turkish. All the team members assigned by the
Consultant must possess proficiency in English and Turkish language. Day-to-day
communication language will be Turkish or English at the field level to ensure smooth
communication among all participants, direct or indirect, of the Client
All key staff and support staff shall be mobilized immediately after the first Construction
Contract signature in way to evaluate the design and make the necessary adjustment before the
works commence.

In order to ensure proper supervision, as support staff, at least one junior engineer (civil
engineer/electrical engineer/mechanical engineer/architect etc. relevant to technical
requirements of the works and approved by the Client) shall be assigned for every site.

Junior Engineers will not be evaluated as key expert. The CVs of these staff will be submitted
to the Client for approval after contract award. Following the contract award, the Junior
Engineers experienced for at least 3 (three) years in their respective fields shall be proposed.
In addition, support staff for the administrative services shall be proposed additionally as
required (surveyors, clerks, drivers, secretary etc.)

The Consultant together with the relevant experts will be required for inspections during
Defects Notification Period. The Consultant will be entitled to follow, supervise and certify
the implementation of the health and safety measures as per the law 6331.

Key staff’s qualifications shall include but not limited to the following:

➢ Ankara Ostim OIZ - Construction of Fiber Optic Lines Between Electrical Transformer
and Distribution Centers

All Tasks; Tasks Prior to Start of Construction Works, Tasks During Construction,
Tasks During Defects Notification Period
Key staff’s qualifications shall include but not limited to the following:

the table is for Ostim OIZ Fiber Optic Lines construction site
Total Professio Specific
KEY EXPERTS estimated nal Experience
staff-months Experien on Similar
CONSULTANT SITE OFFICE ce Assignment
(Years) (Years)
(Similar
projects’
construction
and/or
supervision
experience)

Super DNP
vision
Team Leader (1)
12 >15 >5
(Electrical Engineer) 2
131

At least three (3) years working experience


in manager position.
Civil Engineer (1) 4 0 >8 >4
Mechanical Engineer (1) 2 0 >8 >4
Environmental Specialist (1) 2 0,4 >8 >5
Environmental Engineer “with specific
experience in environmental management
and/or monitoring in construction projects
financed by international finance institutions
or other international donors, preferably the
World Bank.
Social Specialist (1) 2 0,4 >5 >3
University degree in sociology with specific
experience in the World Bank’s
Environmental and Social Framework (ESF)
or other international development
institutions, using SPSS Statistics
Programme actively, to have conducted at
least 1 study/research on quantitative data
analysis and reporting

Occupational Health and Safety (OHS) 12 0 >8 >5


Expert (1)
(preferably civil or environmental engineer,
A class OHS certificate received from the
Directorate General of Occupational Health
and Safety (as defined in the law 6331 of the
Turkish legislation), having an equivalent
international certificate is an asset, with
specific experience in OHS assessment and
management in construction projects
financed by international finance institutions
or other international donors, preferably the
World Bank and with a knowledge in
environmental and social safeguard policies
and ESSs of the World Bank’s ESF or other
international development institutions,
International OSH Certificate such as IOSH
Managing Safely, NEBOSH IGC is an asset.
Accident Investigation and Root Couse
Analyse Certificate

Cost and Planning Engineer (1)


(preferably Civil Engineer) 1
>5 >2
University degree in engineering with
specific experience in preparation of progress 1
payments, claim management, time
schedules and reporting of construction
projects that include similar buildings.

QA/QC Engineer (1)


University degree in engineering with
specific experience in quality assurance and 1
1 >5 >2
control experience in similar construction
projects.

Key Experts
36
4,8
Non-Key Experts (2) 6 2 >3 >1
Grand Total
All Experts 42 6,8

Grand Total
All experts
48,8
Supervision + DNP

To assure the required supervision services, in addition to input from the Key Experts,
Non-Key experts will be provided
• Technical Support Staff Requirement: at least one Junior Engineer shall be
assigned for every construction site. Junior Engineers shall have minimum three (3) years’
experience. Junior Engineers will not be evaluated as key staff. . (civil engineer/electrical
engineer/mechanical engineer/architect/surveyor etc).
• Administrative Support Staff Requirement: Support staff for the administrative
services shall be proposed additionally as required (surveyors, clerks, drivers, secretary etc.)

Defects Liability Period Staff Requirement


▪ Project Manager together with other relevant experts will be required for
inspections during the twelve-month Defects Notification Period.
▪ Staff-months for DNP shall be proposed as well and demonstrated in the
Staffing Schedule.

➢ Ankara Ostim OIZ – Construction of Solar Power Plant (SPP)

All Tasks; Tasks Prior to Start of Construction Works, Tasks During Construction,
Tasks During Defects Notification Period
Key staff’s qualifications shall include but not limited to the following:

the table is for Ostim OIZ Solar Power Plant construction site
Total Professio Specific
KEY EXPERTS estimated nal Experience
staff-months Experienc on Similar
CONSULTANT SITE OFFICE e (Years) Assignment
133

(Years)
(Similar
projects’
construction
and/or
supervision
experience)

Super DNP
vision
Project Manager (1)
(Electrical Engineer)
>15 >5
At least three (3) years working experience 8 2
in manager position.
Civil Engineer (1) 4 0 >8 >4
Mechanical Engineer (1) 1 1 >8 >4
Environmental Specialist (1) 2 0,4 >8 >5
Environmental Engineer with specific
experience in environmental management
and/or monitoring in construction projects
financed by international finance institutions
or other international donors, preferably the
World Bank.
Social Specialist (1) 2 0,4 >5 >3
University degree in sociology with specific
experience in the World Bank’s
Environmental and Social Framework (ESF)
or other international development
institutions, using SPSS Statistics
Programme actively, to have conducted at
least 1 study/research on quantitative data
analysis and reporting

Occupational Health and Safety (OHS) 8 0 >8 >5


Expert (1)
(preferably civil or environmental engineer,
A class OHS certificate received from the
Directorate General of Occupational Health
and Safety (as defined in the law 6331 of the
Turkish legislation), having an equivalent
international certificate is an asset, with
specific experience in OHS assessment and
management in construction projects
financed by international finance institutions
or other international donors, preferably the
World Bank and with a knowledge in
environmental and social safeguard policies
and ESSs of the World Bank’s ESF or other
international development institutions,
International OSH Certificate such as IOSH
Managing Safely, NEBOSH IGC is an asset.
Accident Investigation and Root Couse
Analyse Certificate

Cost and Planning Engineer (1)


(preferably Civil Engineer)
University degree in engineering with
specific experience in preparation of progress
1 >5 >2
payments, claim management, time 1
schedules and reporting of construction
projects that include similar buildings.

QA/QC Engineer (1)


University degree in engineering with
specific experience in quality assurance and 1
1 >5 >2
control experience in similar construction
projects.

Key Experts
27
5,8
Non-Key Experts (2) 12 4 >3 >1
Grand Total
All Experts 39 9,8

Grand Total
All experts
48,8
Supervision + DNP

To assure the required supervision services, in addition to input from the Key Experts,
Non-Key experts will be provided
• Technical Support Staff Requirement: at least one Junior Engineer shall be
assigned for every construction site. Junior Engineers shall have minimum three (3) years’
experience. Junior Engineers will not be evaluated as key staff. (civil engineer/electrical
engineer/mechanical engineer/architect/surveyor etc).
• Administrative Support Staff Requirement: Support staff for the administrative
services shall be proposed additionally as required (surveyors, clerks, drivers, secretary etc.)

Defects Notification Period Staff Requirement


▪ Project Manager together with other relevant experts will be required for
inspections during the twelve-month Defects Notification Period.
135

▪ Staff-months for DNP shall be proposed as well and demonstrated in the


Staffing Schedule.

➢ Ankara İvedik OIZ SCADA

All Tasks; Tasks Prior to Start of Construction Works, Tasks During Construction,
Tasks During Defects Notification Period
Key staff’s qualifications shall include but not limited to the following:

the table is for İvedik OIZ SCADA


Total Professio Specific
KEY EXPERTS estimated nal Experience
staff-months Experienc on Similar
CONSULTANT SITE OFFICE e (Years) Assignment
(Years)
(Similar
projects’
construction
and/or
supervision
experience)

Super DNP
vision
Project Manager (1)
(Electrical Engineer)
12 >15 >5
At least three (3) years working experience 2
in manager position.
Civil Engineer (1) 4 0 >8 >4
Mechanical Engineer (1) 2 0 >8 >4
Environmental Specialist* (1) 2 0,4 >8 >5
Environmental Engineer with specific
experience in environmental management
and/or monitoring in construction projects
financed by international finance institutions
or other international donors, preferably the
World Bank.
Social Specialist (1) 2 0,4 >5 >3
University degree in sociology with specific
experience in the World Bank’s
Environmental and Social Framework (ESF)
or other international development
institutions, using SPSS Statistics
Programme actively, to have conducted at
least 1 study/research on quantitative data
analysis and reporting

Occupational Health and Safety (OHS) 12 0 >8 >5


Expert (1)
(preferably civil or environmental engineer,
A class OHS certificate received from the
Directorate General of Occupational Health
and Safety (as defined in the law 6331 of the
Turkish legislation), having an equivalent
international certificate is an asset, with
specific experience in OHS assessment and
management in construction projects
financed by international finance institutions
or other international donors, preferably the
World Bank and with a knowledge in
environmental and social safeguard policies
and ESSs of the World Bank’s ESF or other
international development institutions,
International OSH Certificate such as IOSH
Managing Safely, NEBOSH IGC is an asset.
Accident Investigation and Root Couse
Analyse Certificate
Cost and Planning Engineer (1)
(preferably Civil Engineer)
University degree in engineering with
specific experience in preparation of progress 1 1
>5 >2
payments, claim management, time
schedules and reporting of construction
projects that include similar buildings.

QA/QC Engineer (1)


University degree in engineering with
specific experience in quality assurance and 1
1 >5 >2
control experience in similar construction
projects.

Key Experts
36
4,8
Non-Key Experts (2) 6 2 >3 >1
Grand Total
All Experts 42 6,8

Grand Total
All experts 48,8
Supervision + DNP
137

To assure the required supervision services, in addition to input from the Key Experts,
Non-Key experts will be provided
• Technical Support Staff Requirement: at least one Junior Engineer shall be
assigned for every construction site. Junior Engineers shall have minimum three (3) years’
experience. Junior Engineers will not be evaluated as key staff. (civil engineer/electrical
engineer/mechanical engineer/architect/surveyor etc)
• Administrative Support Staff Requirement: Support staff for the administrative
services shall be proposed additionally as required (surveyors, clerks, drivers, secretary etc.)

Defects Notificaiton Period Staff Requirement


▪ Project Manager together with other relevant experts will be required for
inspections during the twelve-month Defects Notification Period.
▪ Staff-months for DNP shall be proposed as well and demonstrated in the
Staffing Schedule.

➢ Ankara İvedik OIZ – Contruction of Solar Power Plan (SPP)

All Tasks; Tasks Prior to Start of Construction Works, Tasks During Construction,
Tasks During Defects Notification Period
Key staff’s qualifications shall include but not limited to the following:

the table is for İvedik OIZ Solar Power Plant (SPP) construction site
Total Professio Specific
KEY EXPERTS estimated nal Experience
staff-months Experienc on Similar
CONSULTANT SITE OFFICE e (Years) Assignment
(Years)
(Similar
projects’
construction
and/or
supervision
experience)

Super DNP
vision
Project Manager (1)
(Electrical Engineer) 2
6 >15 >5
At least three (3) years working experience
in manager position.
Civil Engineer (1) 2 1 >8 >4
Mechanical Engineer (1) 2 0 >8 >4
Environmental Specialist (1) 0,6 0,3 >8 >5
Environmental Engineer with specific
experience in environmental management
and/or monitoring in construction projects
financed by international finance institutions
or other international donors, preferably the
World Bank.
Social Specialist (1) 0,6 0,3 >5 >3
University degree in sociology with specific
experience in the World Bank’s
Environmental and Social Framework (ESF)
or other international development
institutions, using SPSS Statistics
Programme actively, to have conducted at
least 1 study/research on quantitative data
analysis and reporting

Occupational Health and Safety (OHS) 6 0 >8 >5


Expert (1)
(preferably civil or environmental engineer,
A class OHS certificate received from the
Directorate General of Occupational Health
and Safety (as defined in the law 6331 of the
Turkish legislation), having an equivalent
international certificate is an asset, with
specific experience in OHS assessment and
management in construction projects
financed by international finance institutions
or other international donors, preferably the
World Bank and with a knowledge in
environmental and social safeguard policies
and ESSs of the World Bank’s ESF or other
international development institutions,
International OSH Certificate such as IOSH
Managing Safely, NEBOSH IGC is an asset.
Accident Investigation and Root Couse
Analyse Certificate

Cost and Planning Engineer (1)


(preferably Civil Engineer)
University degree in engineering with
specific experience in preparation of progress 1
1 >5 >2
payments, claim management, time
schedules and reporting of construction
projects that include similar buildings.
139

QA/QC Engineer (1)


University degree in engineering with 1
specific experience in quality assurance and
1 >5 >2
control experience in similar construction
projects.

Key Experts
19,2
5,6
Non-Key Experts (2) 16 8 >3 >1
Grand Total
All Experts 35,2 13,6

Grand Total
All experts
48,8
Supervision + DNP

To assure the required supervision services, in addition to input from the Key Experts,
Non-Key experts will be provided
• Technical Support Staff Requirement: at least one Junior Engineer shall be
assigned for every construction site. Junior Engineers shall have minimum three (3) years’
experience. Junior Engineers will not be evaluated as key staff. (civil engineer/electrical
engineer/mechanical engineer/architect/surveyor etc)
• Administrative Support Staff Requirement: Support staff for the administrative
services shall be proposed additionally as required (surveyors, clerks, drivers, secretary etc.)

Defects Notification Period Staff Requirement


▪ Project Manager together with other relevant experts will be required for
inspections during the twelve-month Defects Notification Period.
▪ Staff-months for DNP shall be proposed as well and demonstrated in the
Staffing Schedule.

➢ Çankırı Korgun OIZ – Construction of Infrastructure Projects

All Tasks; Tasks Prior to Start of Construction Works, Tasks During Construction,
Tasks During Defects Notification Period
Key staff’s qualifications shall include but not limited to the following:

the table is for Korgun OIZ Infrastructure construction site


Total Professio Specific
KEY EXPERTS estimated nal Experience
staff-months Experienc on Similar
CONSULTANT SITE OFFICE e (Years) Assignment
(Years)
(Similar
projects’
construction
and/or
supervision
experience)

Super DNP
vision
Project Manager (1)
(Civil Engineer) 2
12 >15 >5
At least three (3) years working experience
in manager position.
Environmental Engineer (1) 3 1 >5 >3
Mechanical Engineer (1) 1 1 >5 >3
Electrical Engineer (1) 1 1 >5 >3
Environmental Specialist (1) 2 1 >8 >5
Environmental Engineer with specific
experience in environmental management
and/or monitoring in construction projects
financed by international finance institutions
or other international donors, preferably the
World Bank
Social Specialist (1) 2 1 >5 >3
University degree in sociology with specific
experience in the World Bank’s
Environmental and Social Framework (ESF)
or other international development
institutions, using SPSS Statistics
Programme actively, to have conducted at
least 1 study/research on quantitative data
analysis and reporting

Occupational Health and Safety (OHS) 12 0 >8 >5


Expert (1)
(preferably civil or environmental engineer,
A class OHS certificate received from the
Directorate General of Occupational Health
and Safety (as defined in the law 6331 of the
Turkish legislation), having an equivalent
international certificate is an asset, with
specific experience in OHS assessment and
management in construction projects
financed by international finance institutions
or other international donors, preferably the
World Bank and with a knowledge in
environmental and social safeguard policies
141

and ESSs of the World Bank’s ESF or other


international development institutions,
International OSH Certificate such as IOSH
Managing Safely, NEBOSH IGC is an asset.
Accident Investigation and Root Couse
Analyse Certificate

Cost and Planning Engineer (1)


(preferably Civil Engineer)
University degree in engineering with
specific experience in preparation of progress 1 1
>5 >2
payments, claim management, time
schedules and reporting of construction
projects that include similar buildings.

QA/QC Engineer (1)


University degree in engineering with
specific experience in quality assurance and 1
1 >5 >2
control experience in similar construction
projects.

Key Experts
35
9
Non-Key Experts (4) 40 12 >3 >1
Grand Total
All Experts 75 21

Grand Total
All experts
96
Supervision + DNP

To assure the required supervision services, in addition to input from the Key Experts,
Non-Key experts will be provided
• Technical Support Staff Requirement: at least one Junior Engineer shall be
assigned for every construction site. Junior Engineers shall have minimum three (3) years’
experience. Junior Engineers will not be evaluated as key staff. (civil engineer/electrical
engineer/mechanical engineer/architect/surveyor etc).
• Administrative Support Staff Requirement: Support staff for the administrative
services shall be proposed additionally as required (surveyors, clerks, drivers, secretary etc.)

Defects Notification Period Staff Requirement


▪ Project Manager together with other relevant experts will be required for
inspections during the twelve-month Defects Notification Period.
▪ Staff-months for DNP shall be proposed as well and demonstrated in the
Staffing Schedule.
➢ Çankırı Korgun OIZ – Construction of Solar Power Plant (SPP)

All Tasks; Tasks Prior to Start of Construction Works, Tasks During Construction,
Tasks During Defects Notification Period
Key staff’s qualifications shall include but not limited to the following:

the table is for Korgun OIZ Solar Power Plant (SPP) construction site
Total Professio Specific
KEY EXPERTS estimated nal Experience
staff-months Experienc on Similar
CONSULTANT SITE OFFICE e (Years) Assignment
(Years)
(Similar
projects’
construction
and/or
supervision
experience)

Super DNP
vision
Project Manager (1)
(Civil Engineer) 2
6 >15 >5
At least three (3) years working experience
in manager position.
Electrical Engineer (1) 5 1 >5 >3
Mechanical Engineer (1) 1 1 >5 >3
Environmental Specialist (1) 0,8 0,1 >8 >5
Environmental Engineer with specific
experience in environmental management
and/or monitoring in construction projects
financed by international finance institutions
or other international donors, preferably the
World Bank.
Social Specialist (1) 0,8 0,1 >5 >3
University degree in sociology with specific
experience in the World Bank’s
Environmental and Social Framework (ESF)
or other international development
institutions, using SPSS Statistics
Programme actively, to have conducted at
least 1 study/research on quantitative data
analysis and reporting
143

Occupational Health and Safety (OHS) 6 0 >5 >3


Expert (1)
(preferably civil or environmental engineer,
A class OHS certificate received from the
Directorate General of Occupational Health
and Safety (as defined in the law 6331 of the
Turkish legislation), having an equivalent
international certificate is an asset, with
specific experience in OHS assessment and
management in construction projects
financed by international finance institutions
or other international donors, preferably the
World Bank and with a knowledge in
environmental and social safeguard policies
and ESSs of the World Bank’s ESF or other
international development institutions,
International OSH Certificate such as IOSH
Managing Safely, NEBOSH IGC is an asset.
Accident Investigation and Root Couse
Analyse Certificate

Cost and Planning Engineer (1)


(preferably Civil Engineer)
University degree in engineering with
specific experience in preparation of progress 1 1
>5 >2
payments, claim management, time
schedules and reporting of construction
projects that include similar buildings.

QA/QC Engineer (1)


University degree in engineering with
specific experience in quality assurance and 1
1 >5 >2
control experience in similar construction
projects.

Key Experts
21,4
6,4
Non-Key Experts (2) 18 6 >3 >1
Grand Total
All Experts 39,4 12,4

Grand Total
All experts
51.8
Supervision + DNP
To assure the required supervision services, in addition to input from the Key Experts,
Non-Key experts will be provided
• Technical Support Staff Requirement: at least one Junior Engineer shall be
assigned for every construction site. Junior Engineers shall have minimum three (3) years’
experience. Junior Engineers will not be evaluated as key staff (civil engineer/electrical
engineer/mechanical engineer/architect/surveyor etc).
• Administrative Support Staff Requirement: Support staff for the administrative
services shall be proposed additionally as required (surveyors, clerks, drivers, secretary etc.)

Defects Notification Period Staff Requirement


▪ Project Manager together with other relevant experts will be required for
inspections during the twelve-month Defects Notification Period.
▪ Staff-months for DNP shall be proposed as well and demonstrated in the
Staffing Schedule.

The formation of supervision team may differ among OIZs according to the needs of each
construction site. The table above is an average required team formation for each OIZ. The
consultant signs separate contracts with each OIZ and payments to the Consultant will be made
upon Consultant’s submission of payment certificate and approval of them by the Client., The
consultant will propose different supervision teams according the needs of each OIZ.

You might also like