Ministry/Division |
: |
Ministry of Shipping |
Agency |
: |
Bangladesh Inland Water transport Authority (BIWTA) |
Procuring Entity Name |
: |
Md. Shajadur Rahman |
Procuring Entity Code |
: |
|
Procuring Entity District |
: |
Dhaka |
Expression of Interest for Selection of |
: |
Consulting Firm (International) (Time-Based) |
Title Of Service |
: |
Consulting Firm of India for conducting consultancy service for Detailed Engineering Design, Bidding Services and Construction Supervision and During defect Liability period for Ò Establishment of Inland Container River Port at AshuganjÓ |
EOI Ref. No. |
: |
18.11.0000.264.14.27.18/60 |
Date |
: |
13/09/2018 |
KEY INFORMATION
|
Procurement Sub-Method |
: |
Quality and Cost Based Selection(QCBS) |
FUNDING INFORMATION
|
Budget and Source of Funds |
: |
Development Budget Grant/Credit |
Development Partners |
: |
Export- Import Bank of India. |
PARTICULAR INFORMATION
|
Project/Programme Name |
: |
Establishment of Inland Container River Port at Ashuganj |
EOI Closing Date and Time |
: |
29/10/2018 12:00
|
Publication Date |
: |
13/09/2018
|
INFORMATION FOR APPLICANT
|
Brief Description of Assignment |
: |
The service related to establishment of Inland Container Terminal (ICT) at Ashugonj shall be required in two phase as follows:
The provision of the Services are :
Phase I: Survey, Details Drawing Design including Review as per TOR
Survey and Detailed Design, preparation of Drawings, tender Specification, Cost Estimate, Contract packaging and preparation of Bidding documents and consist of the following services but not limited to;
i) Detail Survey at proposed project area (Engineering and bathometric as per requirement).
ii) Review report of feasibility studies as carried out initially. Review/updated and Preparation of master plan & detailed designs and preparation of related drawings for Inland Container Terminal (ICT) , Ashuganj such as follows :
? Common infrastructure facilities, Port railway, feeder line including modification, existing old Railway line culvert, RCC Jetty, Yard with other allied work including dredging at port area, Sub-station & Electrification work
? Formulation of detail specification for Cargo Handling equipment and Office Equipments, furniture’s & other related item for the installation’s of proposed ICT.
iii) Preparation and assistance in prequalification for short listing eligible Indian construction firm (if required) also to assist in Bid evaluation as well as in preparation of RDPP (if required), Operation, Maintenance and Management manual and Preparation of ESIA including IEE and EMP and other related documents.
|
Experience, Resources and Delivery Capacity Required |
: |
The eligible firms needs to be Indian Project Management Consultant or a Joint venture between eligible Indian firm(s) and Bangladeshi firm(s), wherein Indian firm shall have at least 51% holding) to indicate their interest in Providing the aforesaid consultancy Service. Interested Consulting firms are invited to provide information indicating that they are qualified to Perform the Service. The Request for Expression of Interest (REOI) shall be evaluated on the basis of the following to prepare a short list .
i) Satisfactory general working experience of at least 10 years in different types of consultancy activities.
ii) Similar work experience in the last 5 five years (preference will be given to the firm who have experience in Inland container port. ) with documentary evidence.
iii) A list of personnel with qualifications, experience and
association with the Consultant.
iv) Corporate Capacity of the Consultants (Annual
Turnover, Financial Information for last 5 years);
v ) Expertise of the Consultants. (Port and Harbor/ Inland river based / hydraulic structure and any other related expertise)
The services for the assignment shall have to be delivered within
Phase I: 6 Months, Phase II: 33 Months and Defects Liability– 3 Months (periodically) . Total 42 months
|
Other Details (if applicable) |
: |
|
Association with foreign firms is |
: |
Encouraged |
Eoi Detail Information |
Ref No |
Phasing Of Services |
Location |
Start Date |
Completion Date |
18.11.0000.264.14.27.18/60 |
Phase I: Survey, Details Drawing Design including Review as per TOR |
Ashuganj |
31.12.2018 |
31.12.2021 |
|
PROCURING ENTITY DETAILS
|
Name of Official Inviting EOI |
: |
Md.Shajadur Rahman |
Designation of Official Inviting EOI |
: |
Superintending Engineer & Project Director. |
Address of Official Inviting EOI |
: |
Dhaka circle, BIWTA Bhaban (level-4), 141-143, Motijheel C/A, Dhaka |
Contact details of Official Inviting EOI |
: |
Phone : 02-9513855, Fax : , Email : sedc@biwta.gov.bd |
Advertisement Corrigendum(s) |
Date Of Corrigendum |
: |
11/10/2018 |
Brief Description |
: |
Clarification on composition of JV for selection of Consulting Firm for conducting consultancy service for Detailed Engineering Design, Bidding Services and Construction Supervision and During defect Liability period for Establishment of Inland Container River Port at Ashuganj Project.
2. In this connection, please note that the eligible firms can be one Indian firm or a group of Indian firms forming a JV. Further, in case of a JV between Indian and Bangladeshi firms, the Indian firm (lead partner) should have minimum 51% holding and there is no restriction on the number of Indian and Bangladeshi firms forming such JV.
3. Such composition of JV i.e. number of Indian firm(s) and Bangladeshi firm(s), may be decided by the GOB as per GOB’s Public Procurement Rules but generally it may a maximum of four members in a JV.
4. Joint Venture, Consortium or Association (JVCA)
4.1 Applicants may participate in the procurement proceedings in a Joint Venture, Consortium or Associations (JVCA) as formed, or alternately with an agreement supported by a Letter of Intent as intended. Separate identity/ name shall be given to the Joint Venture Firm. Applicants shall submit along with the application the copies of the JV agreement or the Letter of Intent and the proposed JV agreement.The complete details of the members of the JV Firm, their share and responsibility in the JV Firm etc. particularly with reference to financial, technical and other obligations shall be furnished in the Agreement. This Joint Venture Agreement shall have, inter-alia, following Clauses:
a) Joint And Several Liability - Members of the JV Firm to which the contract is awarded, shall be jointly and severally liable to the Employer for execution of the project in accordance with General and Special Conditions of Contract. The JV members shall also be liable jointly and severally for the loss, damages caused to the Employer during the course of execution of the contract or due to non-execution of the contract or part thereof.
b) Duration of the Joint Venture Agreement - It shall be valid during the entire currency of the contract including the period of extension, if any and the defect liability period/ maintenance period after the work is completed.
c) Governing Laws - The Joint Venture Agreement shall in all respect be governed by and interpreted in accordance with Indian Laws.
4.2 A member of JVCA shall not be permitted to participate either in individual capacity or as a member of another JVCA in the same prequalification process.
4.3 The application shall be purchased and submitted only in the name of the JVCA and not in the name of any constituent member.
4.4 Joint venture Firm shall be required to submit the bid security and all other guarantees like performance guarantee, advance payment guarantee etc. only in the name of JV Firm and not in the name of constituent member(s).Splitting of guarantees amongst the members of the JVCA shall not be permitted.
4.5 Each partner of the JVCA shall be jointly and severally liable for the execution of the Contract, all liabilities and ethical and legal obligations in accordance with the Contract terms.
4.6 The JVCA shall nominate a Lead Partner who shall have the authority to conduct all business for and on behalf of any and all the partners of the JVCA during the prequalification process tendering process and, in the event the JVCA is awarded the Contract, during contract execution.
4.7 All the payments to the JVCA shall be made to the account of the JVCA and not to the account of individual member(s).
4.8 The composition or the constitution of a JVCA formed and assessed, shall not be allowed to be altered prior to signing of the Contract.
4.9 Alteration of partners to the composition or constitution at a date later than the signing of the Contract during execution shall be allowed by the Employer only when any of such partners is found to be incompetent or has serious difficulties which may impact the overall implementation of the proposed Works, where the incoming partner shall require to have qualifications higher than that of the outgoing partner.
|
Experience, Resources and Delivery Capacity Required |
: |
as per original notice |
Duration |
: |
as per original notice |
Other Information |
: |
as per original notice |
Last Date Of Submission |
: |
29/10/2018 |
Last Time Of Submission |
: |
12.00 |
Status |
: |
Active |
Date Of Corrigendum |
: |
15/10/2018 |
Brief Description |
: |
EOI Notice
SLno. 6 : Expression of Interest for Selection of
Original as per Notice : Consulting Firm of India for conducting consultancy service for Detailed Engineering Design, Bidding Services and Construction Supervision and During defect Liability period for Ò Establishment of Inland Container River Port at Ashuganj.
Corrigendum /Amendment/ Clarification : Project management & Engineering Consultancy (Design review, preparation of related drawing/design and Supervision including defect liability period) for Establishment of Inland Container River Port at Ashuganj
|
Last Date Of Submission |
: |
29/10/2018 |
Last Time Of Submission |
: |
12.00 |
Status |
: |
Active |
|
The procuring entity reserves the right to accept or reject all tenders |