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 |
: |
Saidabad Water Treatment Plant Project Phase-III
|
EOI Ref. No. |
: |
46.113.620.12.00.099.2018-21 |
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 |
: |
|
PARTICULAR INFORMATION
|
Project/Programme Name |
: |
|
EOI Closing Date and Time |
: |
05/03/2019 4:00 PM
|
Publication Date |
: |
20/01/2019
|
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.
This consultancy assignment relates to Components 1 & 3 and the consultants will be contracted to DWASA.
2. The assignment of the consultant shall consist of the Provision of Consultancy Services related to:
a) Support to the DWASA Project Management Unit (PMU) on the coordination of the project management of the Components 1 and 3;
b) Design, tendering and construction supervision of Components 1 and 3;
The wide-ranging tasks to be carried out by the Consultants can be grouped under the following Activities:
General
• Support to DWASA for project scheduling on Component 1 & 3, coordination with Component 2 project management consultant & contractor, reporting and communication with financing institutions
• Surveys and data collection; including substantial ground investigation and river surveys.
• Follow-up of the progress of the Meghna River protection Environmental Management Plan and of the Resettlement Action Plan;
• Review and update of the environmental and social studies
• Review and update of the existing feasibility study;
• Reporting to DWASA Project Management Unit (PMU) on project progress and Environmental & Social Management Plan implementation (including the Resettlement Action Plan), support to DWASA PMU for reporting to financiers
• Technical assistance to DWASA to support both implementation and long term O&M
Component 1
• Basic and some detailed design of component 1 works: intake, raw water pumping station and raw water transmission pipelines (based on the existing feasibility study prepared in 2014). Including definition of technological solutions for raw water intake protection against physical shocks from vessels, against raw water pollution from oil spillage and from other origins. Although the contract will be let as a FIDIC Yellow Book, the PMC will do relatively detailed designs for the raw water pipelines.
• Preparation of the procurement strategy and the tender documents, support to DWASA during prequalification and tendering for Component 1
• Construction supervision as The Engineer for Component 1 (FIDIC Yellow Book);
Component 3
• Basic & detailed design of component 3 piping network connecting the Saidabad III WTP to DWASA distribution network (based on the existing feasibility study prepared in 2014, on DWASA updated network information, notably on latest development of DEWSP and DSWNIP network development projects)
• Preparation of the procurement strategy and the tender documents, support to DWASA for the tendering of Component 3 construction works;
• Construction supervision as The Engineer for Component 3 (Red FIDIC contract);
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
Minimal Criteria for Consulting Firm or Joint Venture (ie. pass/fail criteria). Non-compliance with any of the below will result in an unsuccessful submission. If the EoI is not submitted as a JV, then the following criteria apply to the sole company if the EoI is submitted by a single company and to the lead company if submitted in an association. If the EoI is submitted by a JV, the requirements are as 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 supply projects as design and/or supervision consultant 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)
Technical Scoring Criteria for Consulting Firm or Joint Venture (ie. criteria that will score points for the overall technical evaluation of submissions). All in last 10 years. Experience can by any of the JV members.
Regional and IFI Experience
1. Executed substantial engineering projects in south Asia (Bangladesh, India, Pakistan, Sri Lanka, Nepal, and Bhutan).
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 large bulk water supply projects. “Bulk” means projects that are primarily concerned with supplying raw or treated water to the distribution network.
5. Executed very large bulk water projects, over 450,000m3/day.
6. Executed projects that cover the following specialist areas:
a. Large river or marine intakes
b. Relevant geotechnical work in silty/sandy soils
c. Tunnels in soft ground (as opposed to rock)
d. Large distribution pipelines (500mm dia plus) in urban environments
7. Executed projects as The Engineer under FIDIC Yellow Book contract, each with minimum values of EUR 50m.
Project Management Experience
8. Executed substantial projects as Project Management Consultants in emerging countries. Project management consultancy means overall coordination and management of the project over and above the role as The Engineer under FIDIC. |
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 the German Kreditanstalt für Wiederaufbau (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 loan to payment of consulting services.
2. The Consultancy Assignment will be financed by AFD and KfW (under the Mutual Reliance Initiative Scheme) with AFD as lead financier. Hence AFD procurement guidelines apply – see “Guidelines for the Procurement of AFD-Financed Contracts in Foreign Countries” (see www.afd.fr). In order to confirm their eligibility, consultants should submit in their expression of interest a duly signed Covenant of Integrity (see Appendix 6).
3. DWASA hereby invites consultants to show their interest in delivering the services described above. If the EoI is submitted as a joint venture, the joint venture must satisfy collectively the prequalification criteria but any sub consultants in an association will not be included in the assessment. 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. 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. 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 provided up to a maximum of 20 Project References that, between them, demonstrate expertise across the eight Technical Scoring Criteria listed in Appendix 1, completed or on-going during the last 10 years only. One reference may be used for various expertise criteria. 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.
4. This EoI notice is available at:
• Dhaka WASA website www.dwasa.org.bd
• CPTU website http://www.cptu.gov.bd/,
• AFD website www.afd.dgmarket.com
• Germany Trade & Invest (GTAI) website https://www.gtai.de,
• and local Newspaper.
The Expression of Interest, as specified in Appendix 3 , shall be in English and 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) Covenant of Integrity. 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 20 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), Project Management Expert, Bulk Water Supply Expert, and Chief Resident Engineer (construction supervision phase), as per Appendix 5.
The EoI shall be in Times New Roman font 12.
5. Interested consulting firm(s) may obtain further information 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 a maximum of 06 (six) consultants, to whom the Request for Proposals to carry out the services shall be sent.
6. 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.''
Project Director
Saidabad Water Treatment Plant Project Phase-III
Address: WASA Bhaban (8th Floor)
98, Kazi Nazrul lslam Avenue, Kawran Bazar, Dhaka-1215
Email: pdswtpiii@gmail.com
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.
7. 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 and in accordance with AFD “Guidelines for the Procurement of AFD-Financed Contracts in Foreign Countries”.
8. 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 |
N/A |
N/A |
N/A |
N/A |
N/A |
|
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 : 88 02 9112361, Fax : , Email : |
The procuring entity reserves the right to accept or reject all tenders |