Name of Project: Livable
Baku (Preparation Stage)
Grant Number: TF-C8884
Assignment Title: Update of the Feasibility
Studies and Technical Designs for the Remediation of Absheron Lakes (Zigh,
Khojasan, and Boyukshor) and Development of Adjacent Areas
Procurement Plan Ref
Number: AZ-MOEC-CS-CQS-01
Country of Delivery: Azerbaijan
1. The
Republic of Azerbaijan has received financing from the World Bank toward the cost of the Preparation Stage of
the Livable Baku Project (TF-C8884) and intends to apply part
of the proceeds for the following consulting services.
2. The consulting services (“the Services”) include Update of the Feasibility Studies and Technical Designs for the
Remediation of Absheron Lakes (Zigh, Khojasan, and Boyukshor) and Development
of Adjacent Areas.
The
Consultant will review and update the existing Feasibility Studies for the Remediation of Absheron Lakes. Given the lapse of time since the feasibility
study and technical design were completed, there is a need to update the
feasibility studies for Boyukshor, Khojasan and Zigh lakes, as well as for the development of adjacent areas.
The overall
duration of the assignment is 8 months from the contract signature date. The
assignment is expected to start in November 2025.
The estimated total
cost of the assignment is USD 500,000.
The
expected timeline of the deliverables is provided below:
|
Deliverable
|
Timeline
|
|
D-1:
Inception Report
|
to be
completed within 4 weeks from the contract signature date.
|
|
D-2:
Draft Report
a)
Draft FS and
technical design report for Khojasan lake.
b)
Draft FS and
technical design report for Zigh lake.
c)
Draft FS and
technical design report for Boyukshor lake
|
to be
completed within 5.5 months of clearance of the Inception Report by the
Client.
|
|
D-3:
Final Report
a)
Final FS and
technical design report for Khojasan lake.
b)
Final FS and
technical design report for Zigh lake.
c)
Final FS and
technical design report for Boyukshor lake.
|
to be
completed within 6 weeks of clearance of the Draft Report by the Client
|
The
detailed Terms of Reference (TOR) for the assignment can be found at the
following link:
https://www.dropbox.com/scl/fi/6ycbf87v6svumv5cg0mgp/ToR_FS-for-3-Lakes_22.09.2025_as-issued.docx?rlkey=jbllcdieb55iht9fc4fffnzfv&st=stf3evqi&dl=0
3. The Ministry
of Economy of the Republic of Azerbaijan (Implementing Agency) now invites eligible consulting firms
(“Consultants”) to indicate their interest in providing the Services.
Interested Consultants should provide information demonstrating that they have
the required qualifications and relevant experience to perform the Services.
4. The best qualified firm to carry out the services will
be selected in accordance with the Consultant’s Qualifications-based Selection
(CQS) method set out in the Regulations of the World Bank and evaluated on the
basis of the following criteria:
(i) General
Experience: a) At least 10 years of general experience with consultancy
services as the firm’s core business prior to the deadline for submission of
Expressions of Interest; b) Proven experience with World Bank or other
IFI-funded projects.
(ii) Specific
Experience: Experience
in conducting comprehensive feasibility studies, investigations, evaluations,
and design for lakes, including hydrological, environmental, and engineering
aspects. Expertise in preparing accurate cost estimates for construction,
rehabilitation, and remediation works associated with the proposed sites.
(iii) Experience in working in similar geographic
regions and under comparable environmental, social, and institutional
circumstances and availability of qualified experts required for the assignment.
While key experts will not be individually evaluated
at the shortlisting stage, in the next stage, the evaluation of the selected Consultant’s
qualifications will include the qualification, experience and availability of
key experts specified in the TOR. It is expected that the Consultant’s team
will include both international and local experts.
5. To demonstrate their qualifications and experience in
meeting the above selection criteria, Consultants are requested to submit, as a
minimum, the supporting documentation listed below. A consultant firm can
only use its own qualifications and experience and not of its parent, sister or
subsidiary companies or its employees.
(i)
The firm's
incorporation/registration documents issued by the concerned government authority
of the country of the firm.
(ii)
The firm’s company
brochures describing the core areas of business.
(iii) Completed Form-1
(attached to this Request for Expressions of Interest) to provide information
of similar contracts. Copies of completion certificates/references of clients
of completed contracts are not required to be submitted with the EOI. In the
subsequent stage at the time of submission of proposals, the Client may request
the selected consultant to submit such supporting completion certificates.
(iv)
A list of available
qualified experts relevant to the assignment, accompanied by brief information
on their qualifications and relevant experience.
6. If consultants choose to associate to enhance their
qualifications and capability for the assignment, then such associations may
either be as a Joint Venture (i.e. all members of the joint venture shall be
jointly and severally responsible) and/or Sub-consultants (i.e. the Consultant
will be responsible, including for the services of the sub-consultant).
In case of an association, the Consultants must explain in the EOI submission
(a) the rationale for forming the association and (b) the anticipated role and
relevant qualifications of each member of the Joint Venture and/or of each
sub-consultant for carrying out the assignment, to justify the proposed
inclusion of the JV members and/or sub-consultants in the association.
7. The attention of interested Consultants is drawn to
paragraphs 3.14, 3.16 and 3.17 of the World Bank Procurement Regulations for
IPF Borrowers, dated February 2025 (the Regulations), setting forth the World
Bank’s policy on conflict of interest.
8. Expressions of Interest must be submitted in a written
form as a signed document to the e-mail address provided below, no later than October
7, 2025.
Further information can be obtained at the e-mail address
indicated below.
Attn: Mr. Nijat Huseynov, Project Coordinator,
Project Implementation Unit of the Ministry of Economy of the Republic of
Azerbaijan
Address:
155 Heydar Aliyev avenue, AZ1029, Baku, Azerbaijan
Tel: +994 12 310 28 00 (extension: 2227)
E-mail: [email protected]
Attachment:
Form-1 (Similar Contracts)
Name of Consultant firm:______________ (attach separate form for each firm in case of JV)
|
No.
|
Duration
|
Assignment name
|
Brief description of scope of Services and main
deliverables/outputs
|
Approx. Contract value (in US$ equivalent)/
Amount paid to your firm
|
Name of Client & Country of Assignment
|
Role on the Assignment
|
|
1.
|
{e.g.,
Jan.20__– Apr.20__}
|
{e.g.,
“Improvement quality of...............”:
|
{e.g.,
designed master plan for rationalization of ........; }
|
{e.g.,
US$1 mil/US$0.5 mil}
|
{e.g.,
Ministry of ......, country}
|
{e.g.,
Lead partner in a JV A&B&C}
|
|
2.
|
{e.g.,
Jan-May 20__}
|
{e.g.,
“Support to sub-national government.....”
|
{e.g.,
drafted secondary level regulations on..............}
|
{e.g.,
US$0.2 mil/US$0.2 mil}
|
{e.g.,
municipality of........., country}
|
{e.g.,
sole Consultant}
|