Ministry/Division |
: |
Ministry of Post, Telecommunications & Information Technology |
Agency |
: |
Bangladesh Telecommunications Company Ltd. (BTCL) |
Procuring Entity Name |
: |
Project Director, Construction of Telecom Tower at Tejgaon |
Procuring Entity Code |
: |
BTCL-019 |
Procuring Entity District |
: |
Dhaka |
Expression of Interest for Selection of |
: |
Consulting Firm (International) (Lump-Sump) |
Title Of Service |
: |
Expression of Interest for the Selection of Consulting Firm (International) for the ‘Construction of Telecom Tower at Tejgaon’—
Phase-1: Lay-out Plan, Survey, Design (Architectural, Structural, Plumbing etc.) and Documentation
Phase-2: Construction Management, Monitoring and Supervision
Phase-3: Project Completion Report (PCR), Standard Operational Procedure for Maintenance and Operation etc. |
EOI Ref. No. |
: |
14.33.0000.320.07.001.22-119 |
Date |
: |
28/09/2022 |
KEY INFORMATION
|
Procurement Sub-Method |
: |
Quality and Cost Based Selection(QCBS) |
FUNDING INFORMATION
|
Budget and Source of Funds |
: |
Development Budget Own Funds |
Development Partners |
: |
None |
PARTICULAR INFORMATION
|
Project/Programme Name |
: |
Construction of Telecom Tower at Tejgaon, Dhaka |
EOI Closing Date and Time |
: |
31/10/2022 11:30 AM (BST)
|
Publication Date |
: |
30/09/2022
|
INFORMATION FOR APPLICANT
|
Brief Description of Assignment |
: |
Service includes but not limited to the followings:
Phase-1:
a) Digital Site Survey (Topographic, Super-impose on Mouza Map etc.), Lay-out Plan for the whole area of land.
b) Analysis of Site, Geo investigation and analysis, Soil test and investigation.
c) Architectural and Structural Design & Drawings for 15-storied (3 Basements+GF+11 floors) Green and iconic buildings for ‘Telecom Tower’ including Sub-station, Generator, Garage, Security systems and other Civil works.
d) Design and Drawings of Electrical, Gas, Water, Sanitary, Plumbing, ICT, Rainwater harvesting, Sub-station etc.
e) Design and Drawings of Firefighting including Security-Alarm system with all kinds of modern facilities.
f) Design and Drawings of Boundary wall with land scaping, fountain water bodies, plantation befitting with the iconic building.
g) Preparation of detailed Bill of Quantities (BOQ), Cost Estimation and Tender document preparation with detailed specification for the construction works.
h) Analysis of Legal bindings & Legal documents on site and arrange permission from authority i.e., Rajuk, City Corporation, Environment Department, Fire Service etc.
i) FAR, MGC and Setback analysis.
Note: Total area of land: 5.66 Acres, Approximate Area per floor: 83,000 Sqft.,
Max no. of buildings: 3, Total Floor area (approx. for all the buildings): 14,96,338 Sqft.,
the remaining area of the land shall be green or may be proposed for efficient/ appropriate use.
Relevant Building Code shall be followed.
Phase-2:
a) Construction Management.
b) Monitoring and Supervision of the construction works.
c) Report to the Project Director about the progress and quality of the construction works.
Phase-3:
a) Project Completion Report.
b) Exit Plan.
c) Preparation of Standard Operational Procedure etc. for Maintenance and Operation. |
Experience, Resources and Delivery Capacity Required |
: |
1. Minimum Experience of the firm in similar assignment completed successfully/ ongoing successfully during the last 12 (twelve) years shall be as follows:
a) Experience of Architectural and Structural design of at least 05 (five) commercial or office buildings each of which at least 13 (thirteen) Storey including sanitary, plumbing, and internal electrification, fire safety, security with IT Infrastructure, HVAC and vertical circulation (Mechanical) facilities of contract value (each) for design at least BDT 1 (one) Crore or equivalent in other currency and each project cost shall be at least BDT 40 (forty) crore or equivalent in other currency, each completed within the last 12 (twelve) years (supported by authentic document).
b) Experience of framing architectural and engineering design and conducting supervision of construction works of at least 03 (three) buildings each with a total floor area not less than 01 (one) lakh square-feet (supported by authentic document).
c) General Experience of minimum 12 (twelve) years in consultancy services for design and supervision of civil works (supported by authentic document).
2. Experience of the firm in similar assignment executed/ completed during the last 12 (twelve) years in similar operating conditions (supported by authentic document) shall be required.
3. Availability of the appropriate skilled staff (list of relevant professional staff including their qualification and experience in similar nature of works) and availability of the resources & demonstration capacity to carry out such assignment:
a) Consultant (Architects and other main design engineers) shall have minimum 12 (twelve) years of working experience, who have successfully completed at least 3 (three) buildings with minimum 3 (three) level basement within the last 12 (twelve) years.
b) Consultant/ Architects shall have the experience of designing Central Air Conditioning/ VRF System with at least 500 RT within the last 12 (twelve) years.
c) Consultant/ Architects shall have the experience of designing commercial building and or Convention Centre, Hotels, Office building, Shopping complex etc.
d) Consultant/ Architects shall have the experience of at least 01 (one) LEED certified green building design.
e) The Firm shall have the requisite number of experienced key professionals like Architect, Design Engineer (Civil/ Electrical/ Mechanical), Supervisor/ Site Engineer, Surveyor etc. and other required supporting staffs to carry out the designated services. A list of key professionals having experiences in similar working conditions should be submitted.
f) Curriculum vitae with phone no., email, photograph, and signature for key professionals of the firm shall have to be submitted.
g) All certificates of experience from the clients shall be in client’s letterhead pad indicating detailed address, phone no., institutional email address etc. of the client.
4. Financial Capacity & administrative/managerial strength:
a) Average annual turnover shall be greater than BDT 5 (five) crore or equivalent in other currency in the best 5 (five) years over the last 10 (ten) years.
b) The minimum amount of liquid assets or working capital or credit facilities shall be at least BDT 2 (two) crore or equivalent in other currency.
c) Company’s incorporation certificate, updated trade license, VAT registration certificate, latest income tax (IT) return/certificate and administrative/managerial structure with company’s organogram with list of staff.
d) The firm shall have to submit a Bank Statement for immediate past 2 (two) consecutive years to exhibit its financial condition/ liquidity.
e) The Firm shall have to submit the Audited Annual Report for the last 5 (five) years.
The aforesaid criteria shall be considered to assess the EoIs. At this stage (REOI), 4 to 7 best evaluated/considered Consulting Firms will be short-listed based on the documents submitted by the firms. The interested Consulting Firm shall have to submit all types of documents for evidence and assessment. All experience certificates shall be issued by the competent authority with institutional email address and phone number. Calculation of other currency will be done based on the conversion rate of taka with that currency as published on Bangladesh Bank website on the EoI closing date. |
Other Details (if applicable) |
: |
i) Expression of Interest (EOI) shall be submitted in sealed envelope clearly bearing the name and address of the applicant, EOI number and be addressed to the authority issuing the EOI in 02 (two) hard copies- one marked as “Original” and the other as “Copy” and one soft copy in CD/Pen drive within the date and time stipulated above at the office of the Official inviting the EOI.
ii) Interested firms may associate with other firms (Local or Foreign) to enhance their qualification but should mention whether the association is in the form of ‘Joint Venture’ or ‘Sub-Consultancy’. In case of association all members of such ‘association’ should have real and well-defined input of assignment. In case of Joint Venture, Consortium or Association, Lead Partner shall have to meet the experience, resources and delivery capacity alone, while each of the other partners or sub-consultants shall have:
a) General Experience of minimum 7 (seven) years in consultancy services for design and supervision of civil works (supported by authentic document).
b) Experience of Architectural and Structural design of at least 02 (two) Buildings each of which at least 08 (eight) Storey including sanitary, plumbing, and internal electrification, fire safety, security with IT Infrastructure etc. of contract value (each) at least BDT 50 (fifty) Lakh or equivalent in other currency each completed within the last 10 (ten) years (supported by authentic document). The Firm shall have the requisite number of experienced key professionals like Architect, Design Engineer (Civil/ Electrical/Mechanical), Supervisor/ Site Engineer, Surveyor etc. and other required supporting staffs to carry out the designated or real & well-defined input of assignment. A list of key professionals having experiences in similar working conditions shall be submitted.
c) Experience of framing architectural and engineering design and conducting supervision of construction works of at least 02 (two) buildings each with a total floor area not less than 30 (thirty) thousand square-feet (supported by authentic document).
d) Average annual turnover shall be greater than BDT 01 (one) crore or equivalent in other currency in the best 5 (five) years over the last 10 (ten) years.
e) The minimum amount of liquid assets or working capital or credit facilities shall be BDT 01 (one) crore or equivalent in other currency. |
Association with foreign firms is |
: |
Encouraged |
Eoi Detail Information |
Ref No |
Phasing Of Services |
Location |
Start Date |
Completion Date |
Phase-1 |
Design & Documentation |
Consultant’s Office/ Site/ Project Office |
The date of Signing the Contract |
6 (Six) Months or as per RFP |
Phase-2 |
Supervision & Monitoring |
Construction Site |
The date of signing the contract with successful Contractor for Construction Works |
48 (Forty-eight) months or as per RFP |
Phase-3 |
Completion and Plan for Maintenance & Operation |
Project Office |
The date of Completion of Construction works. |
6 (Six) Months or as per RFP |
|
PROCURING ENTITY DETAILS
|
Name of Official Inviting EOI |
: |
Md. Aslam Hossain |
Designation of Official Inviting EOI |
: |
Project Director, Construction of Telecom Tower at Tejgaon, Dhaka |
Address of Official Inviting EOI |
: |
Telephone Revenue Bhaban, Sher-e-Bangla Nagar, Dhaka-1207 |
Contact details of Official Inviting EOI |
: |
Phone : (02) 58150500, Fax : (02) 58150511, Email : pd.telecomtower@btcl.gov.bd |
Advertisement Corrigendum(s) |
Date Of Corrigendum |
: |
30/10/2022 |
Brief Description |
: |
REOI for Consulting Firm (International) for the ‘Construction of Telecom Tower at Tejgaon’—
Phase-1: Lay-out Plan, Survey, Design (Architectural, Structural, Plumbing etc.) and Documentation
Phase-2: Construction Management, Monitoring and Supervision
Phase-3: Project Completion Report (PCR), Standard Operational Procedure for Maintenance and Operation etc. |
Experience, Resources and Delivery Capacity Required |
: |
As published in original REOI Notice published on 29 September 2022 |
Duration |
: |
As published in original REOI Notice published on 29 September 2022 |
Other Information |
: |
As published in original REOI Notice published on 29 September 2022 |
Last Date Of Submission |
: |
16/11/2022 |
Last Time Of Submission |
: |
11:30 AM (BST) |
Status |
: |
Active |
|
The procuring entity reserves the right to accept or reject all tenders |