Ministry/Division |
: |
Ministry of Local Government, Rural Development and Co-operatives |
Agency |
: |
Local Government Engineering Department (LGED) |
Procuring Entity Name |
: |
Project Director, Second Rural Transport Improvement Project (RTIP-II) |
Procuring Entity Code |
: |
|
Procuring Entity District |
: |
Dhaka |
Expression of Interest for Selection of |
: |
Consulting Firm (International) (Time-Based) |
Title Of Service |
: |
Design and Supervision Consultancy Service (AF-S1) |
EOI Ref. No. |
: |
46.02.0000.726.14.144.2018.28 |
Date |
: |
01/11/2018 |
KEY INFORMATION
|
Procurement Sub-Method |
: |
Quality and Cost Based Selection(QCBS) |
FUNDING INFORMATION
|
Budget and Source of Funds |
: |
Development Budget Grant/Credit |
Development Partners |
: |
International Development Association (IDA) |
PARTICULAR INFORMATION
|
Project/Programme Name |
: |
Second Rural Transport Improvement Project (RTIP-II) |
EOI Closing Date and Time |
: |
03/12/2018 5:00 PM (BST)
|
Publication Date |
: |
04/11/2018
|
INFORMATION FOR APPLICANT
|
Brief Description of Assignment |
: |
The consulting services (“the Services”) include Preparation of Climate Resilient Engineering Design and Estimate, Tender Documents, Construction Supervision and Bill certification. The main objective of the consultancy service under this Terms of Reference (TOR) is to provide technical, socio-environmental and management support to the LGED Project Management Unit (PMU), the district level officials and the upazila level officials of LGED to implement the project ensuring compliance with the policies / guidelines of the Government of Bangladesh (GoB) and the International Development Association (IDA). Broadly the objective is summarized below:
i. Carry out detailed climate resilient design and prepare tender documents of the subprojects following GoB/IDA's social and environmental safeguard policies; Ensure high standards of quality assurance in execution of works and completion of work within stipulated time limit;
ii. Conduct comprehensive supervision of project implementation activities carried out by the contractor(s) to ensure total compliance with the drawings, technical specifications and various stipulations in the contract documents;
iii. Support the PMU/district and upazila LGED offices in project planning, monitoring, reporting and financial management;
iv. Assist the PMU/district and upazila LGED offices to develop training programs for its staff and other stakeholders in technical and non-technical areas. These programs functions are to improve levels of competence and build a more community oriented, gender sensitive, climate change adaptation, road safety and participatory approach to their duties and responsibilities;
v. Assist LGED to review and check the Contractor’s Payment Applications through verifying the accuracy of the measurement and costing calculations and the sufficiency of the supporting documentation. Also certify the contractor's eligible payments. Also help LGED to prepare and issue final completion certificate of every sub-projects. |
Experience, Resources and Delivery Capacity Required |
: |
The Local Government Engineering Department (LGED) 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.The shortlisting criteria are:
(a) General experience of the Firm(s);
(b) Experience in similar projects of compatible size, complexity and technical specialty in the required area;
(c) Financial soundness of the firm; and
(d) Staffing and logistics of the firm.
Consultants are requested to submit the following supporting documents in support of the above-mentioned criteria:
(a) Registration paper of the firm(s); (b) JV agreement/letter of intent (if applicable); (c) Firm’s brochure; (d) Audited financial reports for last three years; (e) service experience record (including nature, total cost, total input in terms of man month, employer, location of service etc.). Key Experts will not be evaluated at the shortlisting stage.
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” July 2016 (Revised November 2017) (“Procurement Regulations”), 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. It is preferable to limit the maximum number of firms will be 04 (four) in an association including the Lead Firm. |
Other Details (if applicable) |
: |
|
Association with foreign firms is |
: |
Encouraged |
Eoi Detail Information |
Ref No |
Phasing Of Services |
Location |
Start Date |
Completion Date |
46.02.0000.726.14.144.2018.28 |
N/A |
Bangladesh |
01/05/2019 |
30/06/2021 |
|
PROCURING ENTITY DETAILS
|
Name of Official Inviting EOI |
: |
Md. Enamul Haque, PEng |
Designation of Official Inviting EOI |
: |
Project Director, RTIP-II |
Address of Official Inviting EOI |
: |
LGED, LGED Bhaban, Level-11, Agargaon, Sher-e-Bangla Nagar, Dhaka-1207, Bangladesh |
Contact details of Official Inviting EOI |
: |
Phone : +880-2-9120218, Fax : +880-2-58157511 , Email : pdrtip2.lged@yahoo.com |
The procuring entity reserves the right to accept or reject all tenders |