| Ministry/Division |
: |
Ministry of Road Transport and Bridges |
| Agency |
: |
Roads & Highways Department (RHD) |
| Procuring Entity Name |
: |
Project Director (Additional Chief Engineer, RHD), SASEC Dhaka-Sylhet Corridor Road Investment Project. |
| Procuring Entity Code |
: |
|
| Procuring Entity District |
: |
Dhaka |
| Expression of Interest for Selection of |
: |
Consulting Firm (International) (Time-Based) |
| Title Of Service |
: |
Consulting Service by Project Implementation Consultants for Supervision of Civil Works and Safeguard Activities of South Asia Sub-regional Economic Cooperation Dhaka-Sylhet Corridor Road Investment Project [ADB Loan 53382-002-BAN] |
| EOI Ref. No. |
: |
35.01.0000.083.17.015.21-58 |
| Date |
: |
15/04/2021 |
KEY INFORMATION
|
| Procurement Sub-Method |
: |
Quality and Cost Based Selection(QCBS) |
FUNDING INFORMATION
|
| Budget and Source of Funds |
: |
Development Budget Loan |
| Development Partners |
: |
Asian Development Bank (ADB) |
PARTICULAR INFORMATION
|
| Project/Programme Name |
: |
SASEC Dhaka-Sylhet Corridor Road Investment Project |
| EOI Closing Date and Time |
: |
24/05/2021 9.59 pm BST
|
| Publication Date |
: |
15/04/2021
|
INFORMATION FOR APPLICANT
|
| Brief Description of Assignment |
: |
Objective and purpose of the assignment:
(i) comprehensive supervision of project implementation activities carried out by the contractors to ensure complete compliance with the technical specifications and various stipulations in the contract documents;
(ii) civil works contracts administration according to their Conditions of Contract, and in particular, exercise PIC’s authority and fulfill obligations stipulated in the Conditions of Contract as the Designated Engineer;
(iii) quality assurance of the civil works carried out by the contractors;
(iv) monitor progress of construction works according to work program;
(v) monitor progress of various project activities including safeguard activities to comply with the applicable policy, rules, regulations and guidelines of ADB;
(vi) completion of works within stipulated time limit
The Project Implementation Consultants have to carry out the following tasks:
a) review the detailed designs for the project road and structures and make recommendations for adjustments if necessary to suite actual field conditions;
b) prepare detailed designs of any component of road or structures if required at the time of project implementation;
c) provide contract administration supports;
d) provide construction supervision of 13 Contracts of Civil Works of the project including exercising the authority and fulfilling obligations stipulated in the Conditions of Contract as the ‘Designated Engineer’. In particular, while acting as the Designated Engineer under Sub-Clause 3.5 [Determinations] of the Conditions of Contracts for the construction contracts, the consultant shall exercise its authority and duty, without seeking or receiving prior consent from the Client. When carrying out its duties as the Designated Engineer, the PIC shall act fairly, impartially, and neutrally between the Parties;
e) provide support in overall project performance monitoring including monitoring of land acquisition activities, environmental monitoring plans, a gender and social inclusion action plan among others;
f) provide support in ensuring the applicable road safety standards are met by carrying out road safety audit and other applicable measures;
g) provide other supports upon the Client’s instruction.
In addition to the above services, the consultant will undertake maintenance quality checks for the project road with regard to the technical, contractual and financial aspects of the project implementation. The consultant shall provide to the Client an assessment report on the quality of the completed maintenance works. |
| Experience, Resources and Delivery Capacity Required |
: |
RHD will conduct ‘short-listing’ of the interested Consulting Firms who will have submitted REOI Applications for the above mentioned Consulting Service. For this purpose, key qualifications and experience of the Consulting Firms required are as follows:
Technical Competence: general experience, specific experience in similar assignments (design/design-review and supervision of road/bridge construction works in similar road/highway projects with comparable scale and technical specifications);
Geographic Experience: experience in similar geographic area;
Contractual management experience: Substantial experience in managing FIDIC contracts as a Firm and by the key members of the team;
Experience to work with Multilateral Development Banks-MDBs (i.e. ADB, WB etc.)
Management Capabilities: Financial (Annual Turnover); capability to retain the required No. of Key Experts who are preferred to be under permanent engagement with the consulting firms with adequate qualifications.
Interested applicants may obtain further information by applying to the undersigned during normal office hours preferable by e-mail. |
| Other Details (if applicable) |
: |
The Consultants will be selected under Quality and Cost Based Selection (QCBS) Method in accordance with the procedures set out in the ‘ADB Procurement Policy 2017 (“Policy”) and the Procurement Regulations for ADB Borrowers 2017 (“Procurement Regulations”):
https://www.adb.org/documents/adb-procurement-policy;
https://www.adb.org/documents/procurement-regulations-adb-borrowers
According to the latest ADB procurement guidelines, an REOI for this Consulting Service has been published electronically in the ADB Consultant Management System (CMS) which can be accessed through the following link:
https://selfservice.adb.org/OA_HTML/adb/xxcrs/jsp/ADBCsrnFwd.jsp?sel=166536
The interested Consultants are hereby advised to access the REOI through the above link. The Consultants shall have to submit their Request for Expression of Interest (REOI) electronically through ADB CMS by 24 May 2021.
If any contradiction is found between CMS notice and Newspaper notice, the information on CMS notice shall prevail.
For technical inquiries/assistance, the Consultants may seek advice by emailing to the following email address: CMShelp@adb.org
Offline submission of REOI is NOT allowed. The Client will not be responsible for any costs or expenses incurred by the firm(s) in connection with the preparation or delivery of the REOI. The Executing Agency reserves the right to accept or reject any REOI applications without assigning any reason. |
| 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 |
: |
A K Mohammad Fazlul Karim |
| Designation of Official Inviting EOI |
: |
Project Director (Additional Chief Engineer, RHD) |
| Address of Official Inviting EOI |
: |
Part 3, Level 2, Sarak Bhaban, Tejgaon, Dhaka-1208. |
| Contact details of Official Inviting EOI |
: |
Phone : +8801321168601, Fax : , Email : pd.dhakasylhet.rhd@gmail.com |
Advertisement Corrigendum(s) |
Date Of Corrigendum |
: |
19/05/2021 |
| Last Date Of Submission |
: |
02/06/2021 |
| Last Time Of Submission |
: |
11:59 PM Manila Time |
| Status |
: |
Active |
|
| The procuring entity reserves the right to accept or reject all tenders |