Supply and Installation of the State Register of Objects of Technical-Constructions Infrastructure (ROITE) Information System
Request for Bids
Country:Republic of Moldova
Project: Land Registration and Property Valuation
Credit No.: 6306-MD
Contract title:Supply and Installation of the State Register of Objects of Technical-Constructions Infrastructure (ROITE) Information System
RFB No: MD-PSA-346761-GO-RFB
Issued on: March 3, 2023
1. The Republic of Moldova has received financing from the World Bank toward the cost of the Land Registration and Property Valuation Project and intends to apply part of the proceeds toward payments under the contract resulting from this IFB No. MD-PSA-346761-GO-RFB for the Supply and Installation of the State Register of Objects of Technical-Constructions Infrastructure (ROITE) Information System.
2. The Public Services Agency serves as the implementing agency for the project and now invites sealed Bids from eligible Bidders for the development of the State Register of Objects of Technical-Constructions Infrastructure (ROITE) Information System. The main target of the ROITE IS in Moldova is:
- Homogeneous and standardized data capture (geo-referenced location and descriptive attributes) of Technical-Constructions Infrastructure Objects (called shortly Utility Infra) in order to assure their unique identification and registration in the State ROITE Register Information incl. the rights over them, the rights holders and the documents confirming the respective rights, the structural elements of the objects concerned and their protection areas, to conform to Law no. 150/2017.
- Then continuous updating of this data set for the whole territory of Moldova, and 24/7 presentation/publishing/availability of these Utility Infra networks on-line via e-Cadastre, to conform to Law no. 150/2017 and via national Geo-Portal for all interested parties, to conform to Law no.254 /2016.
The contract implementation period is planned for 10 months. The warranty period will cover another 12 months.
3. Bidding will be conducted through international competitive procurement using Request for Bids (RFB) as specified in the World Bank’s “Procurement Regulations for IPF Borrowers” dated July 2016, revised November 2017 (“Procurement Regulations”), and is open to all eligible Bidders as defined in the Procurement Regulations that meet the following minimum qualification criteria
(a) The bidder shall furnish documentary evidence that it meets the following financial requirements:
- The average annual turnover of the Bidder should be not less than 150% of the offered bid price, or equivalent, for the most recent three (3) years (2020, 2021, 2022) and this turnover must have been derived solely through the provision of Information Technology (IT) Systems and services. Where the Bidder is a Joint Venture the sum of all Partners' average turnover amounts may be used. Also, where the Bidder is a Joint Venture, the Partner in charge must have had an average annual turnover equivalent to at least fifty percent (50%) of the amount required, whereas the other partners shall have not less than fifteen percent (15%) of the total requirement.
The Bidder should provide audited financial statements and balance sheets for the last three complete financial years demonstrating the soundness of the Bidder’s financial position and demonstrating that it has the financial resources necessary to handle the requirements of the proposed Contract.
- The Bidder must demonstrate access to, or availability of, financial resources such as liquid assets, unencumbered real assets, lines of credit, and other financial means, other than any contractual advance payments to meet the following cash-flow requirement: USD 45,000.00 or equivalent for the subject contract net of the Bidders’ other commitments.
(b) Experience and technical capacity:
The bidder shall furnish documentary evidence (including information about the completed contracts and contact information of clients from whom the references could be taken or whom the Purchaser may, when necessary, visit to familiarize themselves with the systems put into operation by the Bidder) to demonstrate that it meets the following experience requirements:
- It should have been in operation for at least 5 years with an important part of its business being the provision of Information Technology (IT) Systems, including software and services.
- The bidder must have demonstrated experience as a prime supplier, management contractor, JV member[1] in conducting:
1) at least one (1) contract within the last four (4) years, with a value equivalent of at least USD 200,000.00, that has been successfully and substantially completed, OR
2) at least two (2) contracts within the last four (4) years, with a cumulative value equivalent of at least USD 350,000.00, that have been successfully and substantially completed, AND
3) at least one (1) contract within the last three (3) years that is similar to the proposed Information System, AND
4) at least one (1) contract within the last three (3) years, developed based on the proposed Solution (either Open-Source or Off-the-Shelf).
The successfully completed similar contracts shall be documented by a copy of an Operational acceptance certificate (or equivalent documentation satisfactory to the Purchaser) issued by the purchaser(s).
5) Staff qualification
The Bidder’s core technical team must include staff with the following qualifications:
- Project Team Leader: at least 10 years of working experience and at least 7 years of experience in implementing Geospatial Solutions. Knowledge of Geospatial needs of an SDI and Open-Source project is required, in order to act as a mediator among the technical team and the Purchaser. The candidate is required to show at least experience for two similar projects in the past 5 years. Additionally, 5 years of experience working on position of manager /team leader of similar assignments. Experience with Agile methodology will be an asset. University degree is required.
- Land Administration Expert: At 10 years of experience working in the field of Property Registration and Cadastre, with clear record of experience of State Register and automation of property registration process. The experience in registration of Technical Infrastructure/Utilities and Business Process Re-Engineering (BPR) is an advantage. University degree is required.
- System Analyst/Software Design Expert: at least 10 years of working experience and at least 5 years of experience in software design for Geospatial Open-Source Solutions and working with the Web-Services. Additionally, 2 years of experience working in similar assignments will be an asset. Computer science or geo related university degree is required.
- Utility Expert: at least 5 years of working experience with Utilities and at least 3 years’ experience in the projects involving digital spatial data of Utilities. Experience of working with Web-Services large scale Open-Source Implementation projects will be advantage. University degree is required.
- Training Expert: at least 5 years of working experience and at least 3 years of experience with capacity building programs related to ICT and linkages programs on education. University degree is required.
Additionally, to the requested key Technical Team, the following expertise has to be also available:
- Programming Expert
- System Administration/Network /Security Expert
- Documentation Expert
- Database Expert
- Web/Graphic designer and developer
- Quality Assurance/Control Expert.
The above-mentioned expertise can be covered by the experts of the core technical team or additional staff can be engaged.
Requirements for the experts that are not in the core team are the following:
- minimum 3 years of experience in similar Open-Source or commercial systems used in the Geo-information sector - adequate to the project requirements.
- minimum 3 years of experience in the appropriate work field.
Knowledge and working experience in development of state registers and geo-portals is preferable.
For all expert’s knowledge of the English language is required and knowledge of Romanian and/or Russian is an advantage.
4. Interested eligible Bidders may obtain further information from the Public Services Agency, Mr. Oleg Lipcean, e-mail: pief.procurement@asp.gov.md and inspect the bidding document during office hours 09:00 to 17:00 hours at the address given below.
5. The bidding document in English may be obtained by interested eligible Bidders upon the submission of a written application to the address below. The document will be sent by e-mail.
6. Bids must be submitted electronically to the e-mail address indicated below at or before 10:30 local time on April 14, 2023. Late bids will be rejected. Bids will be opened electronically, and the Bidders’ representatives will have the option to join the online opening via Zoom at 13:30 local time on April 14, 2023.
7. All bids must be secured by a Bid-Securing Declaration.
8. The address referred to above is:
P.I. “Public Services Agency”,
Cadastru Department
Attention: Oleg Lipcean, PIEF Manager
Land Registration and Property Valuation Project
25, Alexei Mateevici str.
Tel: +373 (022) 309 969
E-mail: pief.procurement@asp.gov.md
Web site address:www.asp.gov.md
[1] For contracts under which the Bidder participated as a joint venture member or sub-contractor, only the Bidder’s share, by value, and role and responsibilities shall be considered to meet this requirement.