Tenders/Bucha City: Clusters BC-18 and BC-19. Preparing technical assessments and design documentation for the capital repairs of the cluster of Multi-Family Buildings
Open🇺🇦UkraineConsulting

Bucha City: Clusters BC-18 and BC-19. Preparing technical assessments and design documentation for the capital repairs of the cluster of Multi-Family Buildings

Summary

Request for Expression of Interest | Project: Housing Repair for People's Empowerment Project (HOPE) | Method: Consultant Qualification Selection | Ref: HOPE-C2.1-BC-CQS-11

Description

Project: Housing Repair for People's Empowerment Project (HOPE)

REQUEST FOR EXPRESSION OF INTEREST

Bucha City Council

Housing Repair for People’s Empowerment Project (HOPE)

Preparing technical assessments and design documentation for the capital repairs of the cluster of Multi-Family Buildings. Bucha City. Clusters BC-18 and BC-19

NATIONAL PROCUREMENT PROCEDURE

Consultancy Services – Firms Selection

Country:

Ukraine

Project:

Housing Repair for People’s Empowerment Project (HOPE)

Assignment Title:

Preparing technical assessments and design documentation for the capital repairs of the cluster of Multi-Family Buildings. Bucha City:

Cluster BC-18 covering:

  • buildings 2 (sections 1 and 2) and 4 (sections 1, 2, 3 and 4) at Oleksy Tykhoho Lane, Bucha City, Bucha District, Kyiv Region

Cluster BC-19 covering:

  • buildings 10-B and 10-D at Tarasivska Street, Bucha City, Bucha District, Kyiv Region

Project ID No.:

P181200

Reference No.:

HOPE-C2.1-BC-CQS-11

Ukraine has received financing from the International Bank for Reconstruction and Development (the "Bank" or IBRD) for the implementation of the project “Housing Repair for People’s Empowerment Project (HOPE)" (the "Project") and intends to apply part of the proceeds for eligible payments for consulting services under Component 2.1 “Preparation of project documentation for partially damaged MFBs for which this Request for Expression of Interest has been issued.

The consultancy services (hereinafter referred to as the "Services") shall comprise Consulting Services for preparing technical assessments and design documentation for the capital repairs of the cluster of Multi-Family Buildings in Bucha City (Clusters BC-18 and BC-19) for the purposes of the Project. Detailed information on the scope and duration of the Services is provided in the attached Terms of Reference.

The Bucha City Council invites eligible consulting firms (the "Consultants") to express their interest in providing the Services. Eligible Consultants shall provide information confirming that they have the qualifications and experience required to perform the Services. The selection criteria are:

Criterion

Weight

1.

minimum 8 (eight) years of experience in design of the CC3 (significant consequences) or 4th and 5th category of complexity (in accordance with the regulations and standards of Ukraine) for the last 15 years;

30%

2.

proven experience in ensuring authorization procedures in the sphere of construction, subject to the regulatory acts of Ukraine.

15%

3.

at least 2 (two) contracts for the development of design documentation for the "Design" and "Working Drawings" Stages of multi-family buildings with a living space of at least 6,000.00 (six thousand) square meters, which have received positive conclusions/reports of the expert examinations within the last 8 (eight) years;

30%

4.

the experience in preparing the technical part of bidding documents in accordance with IFIs standards, including Bill of Quantities based on design documentation, at least 2 (two) projects within the last 8 (eight) years;

15%

5.

the experience in carrying out an instrumental survey of civil buildings, with completed reports within the previous five years

10%

Evaluation Methodology:

Each Expression of Interest (EoI) submitted by the consultants will be evaluated based on the five criteria outlined above, with the respective weights assigned to each criterion.

For each criterion, the Evaluation Committee will assign a score using a 100-point scale, where:

A score in the range of 80 to 100 points will be awarded if the consultant meets or exceeds the stated requirement:

  • 80 points will be assigned if the requirement is met exactly (as described in the respective criterion);
  • 81 to 100 points may be awarded if the consultant demonstrates higher qualifications or more extensive experience than required. The specific score within this range will be assigned proportionally to the degree to which the requirement is exceeded.

For example, if a consultant exceeds the required number of years of experience or number of relevant assignments by 25%, this may result in a score of approximately 85 points; exceeding by 50% may justify a score of around 90 points, and so on - up to 100 points for exceptional and clearly superior qualifications or experience.

A score in the range of 0 to 79 points will be assigned if the consultant fails to fully meet the requirement. The specific score will reflect the degree to which the requirement is only partially met or not met at all.

To determine the total score, the score for each criterion is multiplied by its respective weight (in percent), and then all the resulting values are summed up.

The final score for each consultant will be the sum of the weighted scores across all criteria.

In response to the Request for Proposal (RFP), the consultant that obtains the highest total score among all participants who meet the minimum qualifying requirements will be invited to participate in the next stage, namely the submission of Technical and Financial Proposals.

The minimum qualifying score is 80.

Note: Proposals must receive a minimum score of 80 out of 100 points for each individual criterion to be considered compliant.

Failure to meet this threshold under any single criterion will result in rejection of the EoI, regardless of the total cumulative score

Note: Key Experts will not be evaluated at this stage of the procurement process.

Example of Total score calculation:

Criteria

Score

Weight

Score × Weight

Criterion 1

80

30%

24.00

Criterion 2

70

15%

10.50

Criterion 3

90

30%

27.00

Criterion 4

80

15%

12.00

Criterion 5

85

10%

8.50

Total

100%

82.0

Result: Total score - 82, however, the Consultant gained only 70 points for the Criterion 2, which is below the threshold of 80, and therefore the EoI must be rejected.

To define the capabilities and experience of consultancy firms wishing to be selected, the following information should be included in the expression of interest:

  • Description of the company, its organization and personnel;
  • Description of experience in the execution of similar tasks over the evaluated period, including locations of their execution. The information provided for each project should include at least:
  • Project title;
  • Role of the firm in the contract;
  • Presence of affiliated or parent firms and their respective roles;
  • Location of services, commencement date and completion of services;
  • Cost of services;
  • Client’s name;
  • Source of funding, objectives, and brief description of the project;
  • Performed functions and tasks.

In addition, each applicant shall complete the table below, demonstrating how their qualifications and experience correspond to each of the five evaluation criteria. The table should clearly present relevant information for each criterion, including references to specific contracts, timeframes, and outputs delivered, in order to support the Evaluation Committee’s assessment.

Criterion

Compliance

1.

minimum 8 (eight) years of experience in design of the CC3 (significant consequences) or 4th and 5th category of complexity (in accordance with the regulations and standards of Ukraine) for the last 15 years;

[insert]

2.

proven experience in ensuring authorization procedures in the sphere of construction, subject to the regulatory acts of Ukraine.

[insert]

3.

at least 2 (two) contracts for the development of design documentation for the "Design" and "Working Drawings" Stages of multi-family buildings with a living space of at least 6,000.00 (six thousand) square meters, which have received positive conclusions/reports of the expert examinations within the last 8 (eight) years;

[insert]

4.

the experience in preparing the technical part of bidding documents in accordance with IFIs standards, including Bill of Quantities based on design documentation, at least 2 (two) projects within the last 8 (eight) years;

[insert]

5.

the experience in carrying out an instrumental survey of civil buildings, with completed reports within the previous five years

[insert]

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.

Participants are responsible for conducting their own due diligence to identify any institutional or other relationships between members of the joint venture (including sub-consultants) and entities involved in the management or implementation of the Project.

In particular, the participation of state-owned enterprises as members of joint ventures/consortia or as sub-consultants may create a potential conflict of interest if there is an institutional link with the Project Implementing Agency — the Ministry of Development of Communities and Territories of Ukraine — in accordance with the World Bank Procurement Regulations (specifically, paragraphs 3.17(d) and 3.23(b)(iii)).

In the event of such a relationship, consultants must fully disclose this information in their Expression of Interest. Failure to disclose such information or the identification of a conflict of interest in accordance with the World Bank Procurement Regulations may result in the rejection of the Expression of Interest.

The attention of interested Consultants is drawn to Section III, paragraphs 3.15 and 3.16 of the World Bank’s Procurement Regulations for IPF Borrowers for Goods, Works, Non-Consulting and Consulting Services, dated November 2020, setting forth the World Bank’s policy on conflict of interest.

The selection of a Consultant will be performed in accordance with the Consultant's Qualifications-based Selection method (CQS) following IBRD Procurement Regulations.

Submission Details:

Expressions of Interest (EoIs) must be submitted in an encrypted folder (e.g., a password-protected .zip file) by email to: tender@bucha-rada.gov.ua with a mandatory copy sent to hope.mdct@gmail.com with the subject line: “HOPE-C2.1-BC-CQS-10 – Preparing technical assessments and design documentation for the capital repairs of the cluster of Multi-Family Buildings. Bucha City. Clusters BC-18 and BC-19”.

The password for the encrypted folder containing the Expression of Interest shall be sent to the above-mentioned e-mail addresses within 10 minutes before the deadline for submission of the Expression of Interest.

Deadline for submission:12:00 (Kyiv Time), May 04, 2026

EoIs shall be submitted in the Ukrainian language, in accordance with the World Bank’s national procurement procedures.

The length of the EoI must not exceed 30 pages.

Additional information can be obtained during office hours from 09.00 to 18.00 (Kyiv time) at the e-mail below.

tender@bucha-rada.gov.ua with obligatory CC to hope.mdct@gmail.com

Note: Considering that this is a National Procurement Procedure and Expressions of Interest must be submitted in Ukrainian, the text of the REoI together with the ToR in Ukrainian is available at the link below:

https://drive.google.com/file/d/1OfK665sIYM5-hTP464qpG5lW5IvvlmKV/view?usp=sharing

About This Opportunity

This is a consulting contract in the construction and civil works, urban development and housing and architecture and engineering sectors, with a focus on Rehabilitation, Housing and Quantity Surveying. Located in Ukraine, Europe, this opportunity is open to firms and consortiums. Proposals must be submitted before May 4, 2026.

Published through WB - World Bank, a multilateral development bank that follows standardized international procurement guidelines. Projects funded by multilateral institutions are generally open to international bidders from eligible member countries for consulting in the construction and civil works sector. Consulting assignments are typically evaluated with a strong emphasis on the technical proposal, including the methodology and qualifications of key experts. Shortlisted firms may be invited to submit financial proposals in a second stage. Interested parties should review the full documentation on the original source before submitting their proposal.

Key Details

Submission Deadline
May 4, 2026
12 days remaining
Contract Type
Consulting
Eligibility
Firms / Consortiums
Language
en
Reference
OP00439739

Source

w
world_bank
Official Source

Contracting Authority

Matching Experts

Are you a consultant?

Join our Expert Network and get matched with relevant tenders.