Ministry/Division |
: |
Ministry of Local Government, Rural Development and Co-operatives |
Agency |
: |
Local Government Engineering Department (LGED) |
Procuring Entity Name |
: |
Project Director, Resilient Infrastructure for Adaptation and Vulnerability Reduction (RIVER) Project |
Procuring Entity Code |
: |
|
Procuring Entity District |
: |
Dhaka |
Expression of Interest for Selection of |
: |
Consulting Firm (International) (Time-Based) |
Title Of Service |
: |
Consulting Services for Design & Supervision |
EOI Ref. No. |
: |
46.02.0000.670.07.003.23.01 |
Date |
: |
17/05/2023 |
KEY INFORMATION
|
Procurement Sub-Method |
: |
Quality and Cost Based Selection(QCBS) |
FUNDING INFORMATION
|
Budget and Source of Funds |
: |
Development Budget Grant/Credit |
Development Partners |
: |
IDA |
PARTICULAR INFORMATION
|
Project/Programme Name |
: |
Resilient Infrastructure for Adaptation and Vulnerability Reduction (RIVER) Project |
EOI Closing Date and Time |
: |
07/06/2023 03.00 PM
|
Publication Date |
: |
17/05/2023
|
INFORMATION FOR APPLICANT
|
Brief Description of Assignment |
: |
The consulting services (“the Services”) include: The D&S consultancy Firm will support the implementing agency in the Design phase to prepare the initial and final detailed designs; technical specifications, bill of quantity (BoQ), cost estimate and procurement support including bidding documents, and followed by the Supervision phase including contract management, construction supervision, and project management support. The firm will also support the preparation of the site screening and environmental and social reports required by and complied with the World Bank’s new Environmental and Social Framework (ESF); developing, maintaining and improving the Information, Communication Technology (ICT) based monitoring and decision support systems and integrating with the LGED and the concerned project. |
Experience, Resources and Delivery Capacity Required |
: |
General Experience of the Firm (core business and years in business).
• Experience in similar assignments of compatible size, complexity and technical specialty in the required area. International experience and experience in development partner-financed contracts will be considered an advantage.
• Firm’s in-house staffing resources with relevant expertise (extent of relevant expertise available among the staff who are on the firm’s regular payroll). However, CVs of individual staff will not be evaluated in the EOI/shortlisting stage.
Consultants are requested to submit at least the following supporting documents in support of the above-mentioned criteria: (a) The Firm's Incorporation/Trade/registration documents from the country of the firm; (b) JV agreement/letter of intent (if applicable); (c) Firm’s brochure; (d) Audited financial reports for last 3 years; (e) list of the firm’s in-house/regular staff with relevant expertise (f) description of experience of similar assignments (including nature, scope of services, contract amount , name of employer, period of contract (date of contract signing to date of completion) funding agency(s), location /country of service etc.
|
Other Details (if applicable) |
: |
The attention of interested Consultants is drawn to Section III, paragraphs, 3.14, 3.16, and 3.17 of the World Bank Procurement Regulations for IPF Borrowers (Fourth Edition, November 2020) (“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. The qualifications of sub-consultants will not be considered in the EOI evaluation and Shortlisting process. 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, and it is preferable to limit the maximum number of JV partners to 04 (four) including the Lead Firm. In the case of an association (JV or Sub-consultancy), the Consultants must explain in the EOI submission (a) the rationale for forming the association and (b) the anticipated role and relevant qualifications of each member of the Joint Venture and/or of each sub-consultant for carrying out the assignment, to justify the proposed inclusion of the JV members and/or sub-consultants in the association. Failure to provide the above explanation in the Expression of Interest may risk the association not being shortlisted for the assignment.
|
Association with foreign firms is |
: |
Encouraged |
Eoi Detail Information |
Ref No |
Phasing Of Services |
Location |
Start Date |
Completion Date |
46.02.0000.670.07.003.23.01 |
Single Phase |
Dhaka and Project Area |
December 2023 |
June 2028 |
|
PROCURING ENTITY DETAILS
|
Name of Official Inviting EOI |
: |
Arun Kumar Chowdhury |
Designation of Official Inviting EOI |
: |
Project Director |
Address of Official Inviting EOI |
: |
Workshop Bhaban (Level-3), Agargaon,
Sher-e-Bangla Nagar, Dhaka-1207
|
Contact details of Official Inviting EOI |
: |
Phone : 01717293115, Fax : , Email : pd.lged.river@gmail.com |
Advertisement Corrigendum(s) |
Date Of Corrigendum |
: |
06/06/2023 |
Brief Description |
: |
Extension of deadline of submission time |
Last Date Of Submission |
: |
22/06/2023 |
Last Time Of Submission |
: |
15.00 |
Status |
: |
Active |
|
The procuring entity reserves the right to accept or reject all tenders |