Ministry/Division |
: |
Ministry of Railways |
Agency |
: |
Bangladesh Railway |
Procuring Entity Name |
: |
Project Director, ‘Construction of Dual Gauge Double Line Between Joydebpur-Ishurdi Section of Bangladesh Railway’ Project |
Procuring Entity Code |
: |
|
Procuring Entity District |
: |
Dhaka |
Expression of Interest for Selection of |
: |
Consulting Firm (International) (Lump-Sump) |
Title Of Service |
: |
Consultancy Services for Detailed Design and Bid Assistance and other Related services for “Construction of Dual Gauge Double Line between Joydebpur - Ishurdi Section Project” |
EOI Ref. No. |
: |
54.01.0000.688.07.045.23 -926 |
Date |
: |
09/03/2023 |
KEY INFORMATION
|
Procurement Sub-Method |
: |
Quality and Cost Based Selection(QCBS) |
FUNDING INFORMATION
|
Budget and Source of Funds |
: |
Development Budget Loan |
Development Partners |
: |
JICA |
PARTICULAR INFORMATION
|
Project/Programme Name |
: |
|
EOI Closing Date and Time |
: |
06/04/2023 12:00 PM
|
Publication Date |
: |
09/03/2023
|
INFORMATION FOR APPLICANT
|
Brief Description of Assignment |
: |
1. The Government of the Peoples Republic of Bangladesh (GoB) has applied for a Loan from the Japan International Cooperation Agency (hereinafter referred to as "JICA") for “Construction of Dual Gauge Double Line between Joydebpur-Ishurdi Section Project” (hereinafter referred to as “the Project”). This Project involves the double-tracking of 162.023 km railway main line from Joydebpur to Ishurdi excluding Bangabandhu Setu East (BBE) to Bangabandhu Setu West (BBW) Station. A portion of the proceeds of the loan is intended to be utilized for the consultancy services. All payments for the consultancy services will be made both local and foreign currency.
2. Bangladesh Railway (BR) under Ministry of Railways (MOR) (hereinafter referred to as ‘the Client’) now invites Expression of Interest (EOI) in English from reputed international consulting firm(s), individual or in joint venture (hereinafter referred to as “the interested Consultant”) for short listing for the consultancy services for engineering services, bidding assistance, safeguard assistance and other related services under the project. The international consulting firm(s) may submit the EOI in joint venture or in association with other international/national consulting firms.
3. As part of the services, the consultant will conduct (but not limited to) the following works:
i. Review of Feasibility Study (F/S)
a) Review the F/S which was conducted under the “Regional Cooperation and Integration Project (RCIP)” (ADB Loan No. 2688-BAN) in June 2015, the revised F/S made in February 2019, and the “Preparatory Survey on Construction of Dual Gauge Double Line between Joydebpur-Ishurdi Section” which was conducted by JICA
b) Develop the alternatives in accordance with the design criteria and standards to prove technical feasibility and permit costing to the required level of accuracy
ii. Investigation and Survey
The Consultant shall carry out the following investigations and surveys prior to preceding the design-
a) Field survey and investigation of existing railway facilities
b) Topographic survey along planned route
c) Geological/ geo-technical survey
d) Hydrological, morphological and meteorological survey including river bed protection and embankment protection
e) Utility investigation along planned route: public facilities, building, structures and development plans, existing railway facilities which will be relocated
f) Surveys for local suitable material location and its quantity such as borrow pit, stone quarry, cement factory, etc.
g) Right-of-way survey for construction site, land acquisition and arrangement, land areas permanently and temporarily occupied
h) Establishing the datum and benchmarks system necessary for the construction works including permanent works, construction sites and access road etc.
iii. Engineering Services
The Consultant shall prepare the Project Design Report and get approval by BR of applicable design standards and specification of the following-
a) Civil structure (bridge, embankment, station etc.), track, alignment, signaling, telecommunication and power supply;
b) Innovative technologies to be newly applied to BR
iv. Bidding Assistance
a) Preparation of Bidding Documents
b) Assist BR in issuing bid invitation, conducting pre-bid conferences, issuing addendum/ corrigendum, and clarifications to bidders’ queries
c) Assist BR in evaluating bids in accordance with the criteria set forth in the bidding documents.
d) Assist BR to prepare the bid evaluation report for approval of the bid evaluation committee
e) Assist BR in contract negotiation by preparing agenda and facilitating negotiations including preparation of minutes of negotiation meeting
f) Assist BR to prepare the draft and final contract agreement
v. Safeguard Assistance
a) Reviewing the Environmental Impact Assessment (EIA) Report and finalizing the EIA Report
b) Assist BR in preparing and finalizing the Resettlement Action Plan (RAP), fairly and timely with full transparency for the Project
c) Update and/or prepare Resettlement Action Plan (RAP) as necessary etc.
vi. Others
a) Assist BR to prepare the utility relocation plan
b) Carry out the technology transfer
c) Organizing Overseas Training/ Study Tours |
Experience, Resources and Delivery Capacity Required |
: |
The consultants will be selected under Quality and Cost Based Selection (QCBS) method in accordance with the procedures set out in the “Guidelines for the Employment of Consultants under Japanese ODA Loans, April 2012”
(https://www.jica.go.jp/english/our_work/types_of_assistance/oda_loans/oda_op_info/guide/handbooks/c8h0vm0000aoeux8-att/201204_chapter1_en.pdf)
The Client will conduct the short-listing of interested consulting firms for the above-mentioned consultancy services.
The firms/JV/Association should have following previous experiences of rendering consultancy services
i. Experience of consultancy services for Detail Design and/or Tender Assistance in railway construction project(s) in the vicinity of train operation in service in compliance with international standardized manual.
ii. Experience of consultancy services of railway construction projects in South and Southeast Asia in the last 15 years
iii. Experience of Detailed Design and /or Tender Assistance of Weathering Steel bridges in South and Southeast Asia in the last 15 years
iv. Experience of Detailed Design and /or Tender Assistance of Direct Steel Fastening Track in the last 15 years
v. Experience of Japanese ODA Loan funded Projects in the last 15 years
vi. Experience in implementation and monitoring of Environmental Management Plan (EMP), Environmental Monitoring Plan (EMoP) and/or Resettlement Action Plan (RAP) as per JICA Guidelines for Environmental and Social Considerations. |
Other Details (if applicable) |
: |
The EOI should specifically include (along with certified English translation if not in English):
(1) The firm’s Registration Certificate
(2) Company profile including management, no. of employee, firm’s specialty, track record;
(3) The annual reports for the last three years
(4) List of the rendered services for :
a) Detail Design and/or Tender Assistance in railway construction project(s) in the vicinity of train operation in service in compliance with international standardized manual.
b) Experience of consultancy services of railway construction projects in South and Southeast Asia in the last 15 years
c) Experience of Detailed Design and /or Tender Assistance of Weathering Steel bridges in South and Southeast Asia in the last 15 years
d) Experience of Detailed Design and /or Tender Assistance of Direct Steel Fastening Track in the last 15 years
e) Experience of Japanese ODA Loan funded Projects in the last 15 years
f) Experience in implementation and monitoring of Environmental Management Plan (EMP), Environmental Monitoring Plan (EMoP) and/or Resettlement Action Plan (RAP) as per JICA Guidelines for Environmental and Social Considerations.
In the list, following information should be provided
• the contract amount of the firm
• scope of the services
• man-months the firm extended
• duration of the service with commencement
• completion date of the contracts mentioned above
(5) No. of Bridge Engineers, Railway Track Engineers, Railway Works Engineers, Signal & Telecommunication Engineers, those who belong to the firm more than a year;
(6) Average working experiences (years) of those railway engineers;
(7) Audited financial statement (Balance sheet, Profit and loss statement and Cash flow statement for the last three years
(8) History of litigation in courts or any arbitration proceedings (if any) |
Association with foreign firms is |
: |
Encouraged |
Eoi Detail Information |
Ref No |
Phasing Of Services |
Location |
Start Date |
Completion Date |
54.01.0000.688.07.045.23 -926 |
One |
Dhaka, Gazipur, Tangail, Sirajganj, Pabna, Natore |
01/11/2023 |
31/10/2025 |
|
PROCURING ENTITY DETAILS
|
Name of Official Inviting EOI |
: |
Md. Golam Mostofa |
Designation of Official Inviting EOI |
: |
Project Director |
Address of Official Inviting EOI |
: |
Room No. 822
Railbhaban, 16 Abdul Gani Road, Dhaka-1000. |
Contact details of Official Inviting EOI |
: |
Phone : +8801711564575, Fax : , Email : pdjidlp@railway.gov.bd |
Advertisement Corrigendum(s) |
Date Of Corrigendum |
: |
04/04/2023 |
Last Date Of Submission |
: |
17/04/2023 |
Last Time Of Submission |
: |
12:00 PM |
Status |
: |
Active |
|
The procuring entity reserves the right to accept or reject all tenders |