Ministry/Division |
: |
Ministry of Local Government, Rural Development and Co-operatives |
Agency |
: |
Dhaka Water Supply and Sewerage Authority (DWASA) |
Procuring Entity Name |
: |
Project Director Saidabad Water Treatment Plant Project Phase-III Dhaka WASA |
Procuring Entity Code |
: |
|
Procuring Entity District |
: |
Dhaka |
Expression of Interest for Selection of |
: |
Consulting Firm (International) (Lump-Sump) |
Title Of Service |
: |
SELECTION OF CONSULTANTS FOR THE DESIGN, TENDERING, AND SUPERVISION OF SAIDABAD III WATER TREATMENT AND SLUDGE TREATMENT PLANTS (COMPONENT 2 OF THE SAIDABAD WTP PHASE III PROJECT), DHAKA, BANGLADESH |
EOI Ref. No. |
: |
46.113.620.11.00.100.2018-20 |
Date |
: |
15/01/2019 |
KEY INFORMATION
|
Procurement Sub-Method |
: |
Quality and Cost Based Selection(QCBS) |
FUNDING INFORMATION
|
Budget and Source of Funds |
: |
Development Budget Grant/Credit |
Development Partners |
: |
Danida Business Finance (DBF) |
PARTICULAR INFORMATION
|
Project/Programme Name |
: |
Saidabad Water Treatment Plant Project Phase-III |
EOI Closing Date and Time |
: |
05/03/2019 04:00 PM
|
Publication Date |
: |
23/01/2019
|
INFORMATION FOR APPLICANT
|
Brief Description of Assignment |
: |
1. The Saidabad WTP Phase III project (the Overall Project) comprises three components:
Component 1: A new raw water intake at Meghna River at a point with good water quality and transmission system to convey 950,000 m3/day to water treatment plants at Saidabad in Dhaka (with allowance for 50,000 m3/d losses).
Component 2: A New Water Treatment Plant (WTP) of 450,000 m3/day capacity and sludge treatment facility with capacity to treat sludge generated from the 900,000 m3/day of water treated by the existing Saidabad I & II WTPs and the new Saidabad III WTP.
Component 3: Extension of the primary and secondary distribution networks that carry the treated water to consumers.
Components 1 and 3 are funded by the Government of the People’s Republic of Bangladesh (GoB), AFD, KfW and EIB and will be implemented as a single sub-project and Component 2 is funded by GoB and DBF as another sub-project
2. The assignment of the consultant shall consist of the Provision of Consultancy Services related to Component 2. The primary role of the Design, Tendering and Supervision Consultants (DSC) is as engineering consultants to review and update designs and to prepare tender documents and then to supervise construction as The Engineer under the FIDIC Yellow Book contract.
The wide-ranging tasks to be carried out by the Consultants can be grouped under the following Activities:
• Support the DWASA Project Management Unit (PMU) on overall management of the Component 2 works and with liaison with the Component 1 & 3 implementation consultant & contractor, technical interfacing with Component 1 & 3, liaison with third parties (such as Dhaka Electricity Supply Company regarding power lines across the site) and liaison with Danida Business Finance (DBF).
• Surveys and data collection; including any follow up ground investigation at the WTP site (if required) and raw water quality surveys (in liaison with the Component 1 & 3 consultant).
• Review and update of the environmental and social studies
• Review, existing technical documents, including feasibility study, appraisal report and reports on raw water quality in the Meghna River;
• Reporting to DWASA Project Management Unit (PMU) on project progress and Environmental & Social Management Plan implementation, support to DWASA PMU for reporting to financiers
• Technical assistance to DWASA to support both implementation and long term O&M (including possible twinning with Danish water companies)
• Outline design of component 2 works: new WTP, new Sludge Treatment Plant, and associated works, including the arrangements for final sludge disposal (all to be based on the existing designs in the Feasibility Study)
• Preparation of the procurement strategy and the tender documents (including an operational contract for a minimum of 3 years), support to DWASA during prequalification and tendering for Component 2,
• Construction supervision as The Engineer for Component 2 works (FIDIC Yellow Book);
The above list is a preliminary general description of the work to assist potential bidders in understanding the general scope of work and is not a detailed or final specification of the work. |
Experience, Resources and Delivery Capacity Required |
: |
Note that in all of the below:
• Executed in last 10 years means completed in last 10 years or currently at least 50% complete as demonstrated by start and end dates for the project.
• Large means at least 50,000 m3/d.
• Substantial means a fee of at least EUR 500,000
• Emerging countries are countries considered emerging and developing economies according to the International Monitory Fund’s World Economic Outlook Report, April 2011
Technical Minimal Requirements for Consulting Firm or Joint Venture (ie. pass/fail criteria). Non-compliance with any of the below will result in an unsuccessful submission. The requirements in case of a JV are shown below.
a) At least 15 years overall experience in engineering consultancy services. For each of the JV members.
b) Minimum engineering consultancy annual turnover of EUR 10m in each of the last 3 years. JV lead company only
c) Positive operating profit in at least 2 of the last 3 years. JV lead company only. Note that operating profit means based on Earnings before Interest, Taxes, Depreciation and Amortization (EBITDA).
d) Executed at least 2 large water treatment plant projects in the last 10 years in emerging countries. With at least 1 as design consultant and at least 1 as construction supervision consultant. By any of the JV members (eg. In a JV made up of companies A, B & C the two projects could be, for example, 1 by A and 1 by C)
e) Executed at least one DBF project in the last 10 years. Note that Danida grant funded projects do not qualify. JV lead company.
Technical Scoring Requirements for Consulting Firm or Joint Venture (ie. criteria that will score points for the overall technical evaluation of submissions). All in last 10 years. Regional and IFI Experience
1. Executed substantial engineering projects in south Asia (Bangladesh, India, Pakistan, Sri Lanka, Nepal, Bhutan, Maldives and Afghanistan).
2. Executed substantial engineering consultancy projects that were funded by international finance institutions (IFIs). IFIs include bilateral agencies such as AFD, KfW, DIFID etc and multilateral agencies such as the World Bank, Asian Development Bank etc.
3. Executed engineering consultancy projects in Bangladesh Water Supply and FIDIC Experience
4. Executed more than 2 large water treatment projects. 5. Executed very large water treatment projects (>200,000 m3/d). 6. Executed at least 1 large (water treatment) sludge treatment project.
7. Executed projects as The Engineer under FIDIC Yellow Book contract, each with minimum values of EUR 50m.
8. Executed more than one DBF project. |
Other Details (if applicable) |
: |
1. The People’s Republic of Bangladesh has applied for loans from Agence Française de Développement (AFD), European Investment Bank (EIB), Danida Business Finance (DBF) and KfW to finance the proposed Saidabad WTP Project Phase III The Dhaka Water Supply and Sewerage Authority (DWASA) is the executing agency of the project under the Local Government Division (LGD) of the Ministry of Local Government, Rural Development and Cooperatives and intends to apply part of the proceeds of the funding to payment of consulting services.
2. DWASA hereby invites consultants to show their interest in delivering the services described above. Consultants may submit their applications as:
• A single company
• A single company supported by sub-consultancy company/companies
• A Joint Venture
• A Joint Venture supported by sub-consultancy company/companies
Participation is restricted to independent firms of consultants or joint ventures or associations comprising independent firms of consultants. The single company (with or without subconsultants) or the lead company in the case of a Joint Venture (with or without subconsultants) shall be a Danish firm of consultants. All members of joint ventures or associations shall be from countries that are eligible to trade with Bangladesh. The joint venture must satisfy collectively the prequalification criteria. Any sub consultants in an association will not be included in the assessment. The Danish lead firm of consultants in a joint venture or an association shall undertake a minimum 60 % of the value of the assignment. Confirmation hereof shall appear in a letter of intention to form a joint venture (or an association) to be signed by all joint venture/association members and included in the prequalification application. There are no requirements to the nationality of joint venture/association partners apart from the requirement that countries are able to trade with Bangladesh. If expressing interest as a Joint Venture (JV) or an association, the EoI must nominate one firm as the lead firm who will interact directly with the Project Management Unit (PMU) as the appointed representative of the JV or association. A single company or the consultant companies in any Joint Venture (JV) shall not participate in more than 01 (one) Expression of Interest. Only a sub-consultant may participate in more than one EoI. Note that the expertise of a sub-consultant that is not a JV partner will not form part of the EoI evaluation. The lead firm in case of a JV or association must be a registered company in Denmark and must have executed at least one DBF project . Interested consultants must provide information evidencing that they are qualified and experienced to perform those services. For that purpose, consultants shall submit an EoI as per the format in Appendix 3 .
Consultant are invited to provide up to a maximum 15 project/assignment references that between them demonstrate expertise across the 8 areas of expertise listed in Appendix 1. Ongoing projects will only be considered if the project is more than 50% complete as indicated by the start and end dates on the reference.
3. This EoI notice is also available at DBF website www.dbf.ifu.dk, Dhaka WASA website www.dwasa.org.bd and CPTU website http://www.cptu.gov.bd/, and local Newspaper.
The Expression of Interest shall be in English, and as specified in Appendix 3, shall include:
a) Introduction. A brief description of the consultancy company / joint venture / association, showing specifically: the legal status/company registrations; company organisation and structure; proposed JV/association organisation structure; and general description of workload in recent years including work type and locations.
b) Commitment to form a JV (if relevant). A signed commitment by proposed JV parties that, in the event of being shortlisted, the parties agree to form a JV and the outline allocation of workload between the parties and the guaranteed minimum value of work to be undertaken by the lead company.
c) General description of the company/companies. A more detailed description of the company/companies with particular focus on water sector projects and staff resources.
d) Bidder’s Declaration. See Appendix 6
e) Audited Accounts. Attach the audited accounts for lead company for the last 3 financial years.
f) Project references. A maximum of 15 one page project references as per the template in Appendix 4.
g) CVs. Example CVs of the type of staff available for the key roles of: Project Director, Team Leader (design/tender docs phase), Water Treatment Expert, Sludge Treatment Expert, Chief Resident Engineer (construction supervision phase), as per Appendix 5.
The EoI shall be in Times New Roman font 12.
4. Interested consulting firm(s) may obtain further clarification at the address below during 09.00 to 17.00 hours in normal office days, or through email (email - pdswtpiii @gmail.com). Among the submitted applications, DWASA will shortlist between 02 (two) and 04 (four) consultants, to whom the Request for Proposals to carry out the services shall be sent.
5. Expression of Interest shall be submitted by 16.00 hours on 5th March 2019, in a sealed envelope delivered to the address below, and be marked Request for Expressions of Interest for selection of consulting firm (DSC).
Project Director, Saidabad Water Treatment Plant Project Phase-III, Address: WASA Bhaban (8th Floor),98, Kazi Nazrul lslam Avenue, Kawran Bazar, Dhaka-1215
Fax: +88-02-8189625; Phone-+88-02-9112361
Interested Consultants shall submit 01(one) paper original and 03 (three) paper copies of the EOI, by the deadline mentioned above and shall receive a receipt from DWASA.
6. The consultant will be selected in accordance with Quality and Cost Based Selection (QCBS) Method as set out in the Procurement Guidelines of Government of Bangladesh: PPA-2006 and PPR-2008 and time to time amendment of them but subject to Danida Business Finance guidelines.
7. Under no circumstances will DWASA be responsible for any cost incurred in submission of the EoI. |
Association with foreign firms is |
: |
Encouraged |
Eoi Detail Information |
Ref No |
Phasing Of Services |
Location |
Start Date |
Completion Date |
- |
NA |
|
|
|
|
PROCURING ENTITY DETAILS
|
Name of Official Inviting EOI |
: |
Quamrun Naher Laily |
Designation of Official Inviting EOI |
: |
Superintending Engineer & Project Director |
Address of Official Inviting EOI |
: |
Office of the Superintending Engineer and Project Director,Saidabad Water Treatment Plant Project Phase-III,WASA Bhaban (8th floor), 98, Kazi Nazrul Islam Avenue Kawran Bazar, Dhaka-1215 |
Contact details of Official Inviting EOI |
: |
Phone : , Fax : , Email : |
The procuring entity reserves the right to accept or reject all tenders |