Invitation for Request for Expressions of Interest    Status:Corrigendum

GOVERNMENT OF THE PEOPLE'S REPUBLIC OF BANGLADESH

Ministry/Division : Ministry of Road Transport and Bridges
Agency : Roads & Highways Department (RHD)
Procuring Entity Name : Mohammad Abdul Halim Project Director (SE, RHD), Nalua-Baherchar Bridge Construction Project
Procuring Entity Code :
Procuring Entity District : Dhaka
Expression of Interest for Selection of : Consulting Firm (International)  (Time-Based)
Title Of Service : Consultancy Services for Detailed Design, Tender Assistance and Project Implementation of Construction of Nalua-Baherchar Bridge over the river Pandab-Paira at 27th km of Barishal (Dinerarpool)-Laxmipasha-Dumki Road (Z-8044) (Loan No. 14212P)
EOI Ref. No. : 35.01.0000.273.07.002.2022-45
Date : 23/01/2022

KEY INFORMATION

Procurement Sub-Method : Quality and Cost Based Selection(QCBS)

FUNDING INFORMATION

Budget and Source of Funds : Development Budget Grant/Credit
Development Partners : OPEC Fund for International Development (OFID)

PARTICULAR INFORMATION

Project/Programme Name : Construction of Nalua-Baherchar Bridge over the river Pandab-Paira at 27th km of Barishal (Dinerarpool)-Laxmipasha-Dumki Road (Z-8044) (OPEC Fund Loan No. 14212P)
EOI Closing Date and Time : 07/03/2022 Time: 12:01pm
Publication Date : 23/01/2022

INFORMATION FOR APPLICANT

Brief Description of Assignment : Objective and purpose of the assignment: (i) Survey and investigations of traffic, soil, topography, and all necessary data required. (ii) Engineering design in details and preparation of documents; (iii) 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; (iv) 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 Engineer’s; (v) Quality assurance of the civil works carried out by the contractors; (vi) Monitor progress of construction works, according to work program; (vii) Monitor progress of various project activities including safeguard activities to comply with the applicable policy, rules, regulations and guidelines of OFID; (viii) Completion of services within stipulated time limit. The Consultant has to carry out the following tasks; a) Conduct all studies including Reconnaissance survey, Topographic survey, Traffic Survey, Geophysical and Soil investigation, data collection, review of hydrological and morphological survey, review of feasibility study, utility, land, resettlement, and other relevant study if necessary. b) Preparing detailed engineering design of Bridge (e.g. Foundation, Sub-structure, superstructure, bridge furniture’s etc.), approach road, service road, culvert, underpass, River training works, Drainage system, Road and bridge safety measures, Bridge health monitoring system, Weigh bridge, Toll plaza, and any component of civil works if required at the time of project implementation following RHD guidelines and international standards; c) Preparing utility relocation plan, LA plan, Resettlement Action Plan, and Environmental management plan etc. d) Preparing the BOQ, specifications, tender documents, provide procurement assistance, contract administration, and also provide supports to OFID missions; e) The Consultants shall supervise the construction works, review their design as per field condition if requires, quality control, checking and certify invoice, variation orders etc; f) Provide supports in overall project performance monitoring; g) Arrange domestic, overseas trainings, and study tours for institutional capacity developments. h) Provide all necessary supports during defects liability periods and project closings. i) Provide other supports upon the Client's instruction. In addition to the above, the Consultant will undertake maintenance quality checks 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 be submitting REOI applications for the above-mentioned service. For this purpose, key qualifications and experience of the Consulting firms required are as follows: a) Technical Competence: general experience, specific experience in similar assignments (Detailed engineering design, construction-supervision of Box girder bridge and road construction works in similar bridge/road projects with comparable scale and technical specifications); b) Geographic Experience: details of work experience in similar geographic areas; c) Contractual management experience: Substantial experience in managing ICB contracts as a Firm and by the key members of the team. d) Experience to work with Developments Partners (i.e. ADB, WB, JICA, OFID etc.) funded ICB contract. e) 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. f) Qualification and experience of the permanent professional staff, number of highway and bridge engineers, average working experiences of the highway and bridge engineers who belong to the firm for more than a year, experience in detailed design and design review of highway and bridge projects. g) Transfer of knowledge: Conducting domestic, overseas training and study tours on project planning, Box girder bridge design, Road design software etc. upon Clients requests.
Other Details (if applicable) : Consultant 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. In the case of a joint venture, all the partners in the joint venture shall be jointly and separately liable for the entire contract, if selected. The REOI should specially include (along with certified English Translation if not in English); i) Background of the firm-past and present status with achievements; ii) Legal entitlements of the Company profile: including management, personnel, firm’s specialty, performance; iii) General experience in consulting service; iv) Similar work experience (Box Girder Bridge design and construction supervision) in the last 10 years; v) Audit report for the last 5 years. vi) List of the permanent professional staffs. The Consultants will be selected under Quality and Cost Based Selection Method (QCBS) in accordance with the procedures set out in the Procurement Instructions of PPR 2008 and OFID (www.opecfund.org). The interested Consultants may obtain further information by applying to the Project Director during normal office hour preferably by email at pd.nalua@gmail.com.
Association with foreign firms is : Encouraged
Eoi Detail Information
Ref No Phasing Of Services Location Start Date Completion Date
35.01.0000.273.07.002.2022-45 Consultancy Services for Detailed Design, Tender Assistance and Project Implementation of Construction of Nalua-Baherchar Bridge over the river Pandab-Paira at 27th km of Barishal (Dinerarpool)-Laxmipasha-Dumki Road (Z-8044) (Loan No. 14212P) 27th km of Barishal (Dinerarpool)-Laxmipasha-Dumki Road

PROCURING ENTITY DETAILS

Name of Official Inviting EOI : Mohammad Abdul Halim
Designation of Official Inviting EOI : Project Director (SE, RHD)
Address of Official Inviting EOI : Steel Building (H-Block), Room no.-205, Sarak Bhaban, Tejgaon, Dhaka-1208.
Contact details of Official Inviting EOI : Phone : +8801730782915, Fax : , Email : pd.nalua@gmail.com

Advertisement Corrigendum(s)

Date Of Corrigendum

:

03/03/2022

Brief Description : CORRIGENDUM-01(Consultancy Services for Detailed Design, Tender Assistance and Project Implementation of Construction of Nalua-Baherchar Bridge over the river Pandab-Paira at 27th km of Barishal (Dinerarpool)-Laxmipasha-Dumki Road (Z-8044) (OPEC Fund Loan No. 14212P))
Other Information : Consultant 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. In the case of a joint venture, all the partners in the joint venture shall be jointly and separately liable for the entire contract, if selected. The REOI should specially include (along with certified English Translation if not in English); i) Background of the firm-past and present status with achievements; ii) Legal entitlements of the Company profile: including management, personnel, firm’s specialty, performance; iii) General experience in consulting service; iv) Similar work experience (Box Girder Bridge design and construction supervision) in the last 10 years; v) Audit report for the last 5 years. vi) List of the permanent professional staffs. The Consultants will be selected under Quality and Cost Based Selection Method (QCBS) in accordance with the procedures set out in the Procurement Instructions of PPR 2008 and OFID (www.opecfund.org). The interested Consultants may obtain further information by applying to the Project Director during normal office hour preferably by email at pd.nalua@gmail.com. The Draft Terms of Reference (TOR) has been officially published on RHD websites (https://rhd.portal.gov.bd/site/view/tenders) on 28 February 2022. It can be also accessed by the following link. https://rhd.portal.gov.bd/sites/default/files/files/rhd.portal.gov.bd/tenders/3fc33968_7642_4f9f_acea_81ee0af174a2/2022-03-01-11-54-03a86745a8e5d9f03c21401982e718b3.pdf
Last Date Of Submission : 14/03/2022
Last Time Of Submission : 12:01 pm
Status : Active
The procuring entity reserves the right to accept or reject all tenders