Invitation for Request for Expressions of Interest    Status:Approved

GOVERNMENT OF THE PEOPLE'S REPUBLIC OF BANGLADESH

Ministry/Division : Ministry of Shipping
Agency : Bangladesh Inland Water transport Authority (BIWTA)
Procuring Entity Name : Project Director, BRWTP-1
Procuring Entity Code :
Procuring Entity District : Dhaka
Expression of Interest for Selection of : Consulting Firm (National)  (Time-Based)
Title Of Service : User Satisfaction Survey at the Project End (End Line Study). Package No. BRWTP-S13/3
EOI Ref. No. : 18.11.0000.181.14.516.25.872
Date : 17/03/2025

KEY INFORMATION

Procurement Sub-Method : Consultants Qualifications Selection (CQS)

FUNDING INFORMATION

Budget and Source of Funds : Development Budget Grant/Credit
Development Partners : IDA-World Bank

PARTICULAR INFORMATION

Project/Programme Name : Bangladesh Regional Waterway Transport Project1 (BRWTP-1)
EOI Closing Date and Time : 23/04/2025 16:30
Publication Date : 18/03/2025

INFORMATION FOR APPLICANT

Brief Description of Assignment : The consulting services (“Services”) include mainly to provide: A local Organization/Firm to be engaged shall perform consultancy services under the guidance and supervision of PIU, BIWTA and provide services as detailed below vis-à-vis the aforementioned 2 Cargo Terminals, 4 Passenger Terminals, 13 Landing Ghats/Stations and IWN dredging. In specific terms, the scope of tasks & services for the assignment shall include the following but not limited to: a) Collect and review of all related project documents along with other relevant secondary literature/data/information from BIWTA, World Bank and other sources, related to the assignment; b) In consultation with PIU of BIWTA, determine the main user/beneficiary groups of the project and criteria/indicator of their satisfaction and develop a methodology to assess their satisfaction. For guidance, the interest group/criteria/indicators may be included inter-alia, following: i. Big exporters with interest in modal options based on reliability, efficiency, cost of transport, cost of storage space, customs facilities, banking facilities, QC facilities, any preferential treatment availed, facilitation for intermodal transfer, safety of cargo, facilitation for the overseas importers; ii. Big importers with interest in modal options based on reliability, efficiency, cost of transport, cost of storage space appropriate to the goods, customs facilities, quarantine facilities, QC facilities, facilitation for intermodal transfer, safety of cargo; iii. Cargo ship owners with interest in the reliability of the warranted draft, numbers of years to which such warranties will be availed, berthing space, safety against adverse weather/sabotage, fueling/maintenance/office/crew lodging facilities, any financial support provided for encouragement, policies for/ against monopoly; iv. Passenger boat owners with interest in measures to encourage shift from other modes, freedom to set ticket price, routes required to be catered, berthing space, duration availed for passenger pickup/drop, safety against adverse weather/sabotage, fueling/maintenance/office/eatery/facilities, any financial support provided for encouragement, policies for/against monopoly); v. Passengers with interest in measures to encourage shift from other modes: economy of travel, warranted hours up to which trips could be made, adherence to trip timings, routes available, safety against adverse weather/criminal elements, eatery/shopping/light/toilet/lady’s toilet/prayer facilities, facilitation for intermodal transfer); and vi. Workers/Crew (degree of mechanization planned, chances of job opportunity loss/gain, improved facilities for eating/resting/vessel maintenance/fueling/ light/prayer, storage space, safety against adverse weather/criminal elements/sabotage). c) Develop a one single set of questionnaire incorporating questions for specific group of beneficiaries/users; d) Prepare the appropriate methodology with different options for the survey including a statistically significant sample size, data collection tools and roll-out plan for the survey. Consultants should explore all modern methods of survey collection including mobile apps; e) Deploy data enumerators and other relevant personnel of the survey team after providing necessary training to carry out pre-testing of the data collection tools; f) Select the appropriate survey methodology in the field and with other relevant stakeholders to ascertain the appropriateness of the tools and survey methodology; g) Carry out endline surveys including focus group discussions, interviews with the users/beneficiaries and other relevant stakeholders to collect additional complementary information/data for the survey; h) Review and analyze the collected data and based on this analysis, prepare a Draft Final Report with recommendations that could be subsequently used by the Client (the Employer) to improve the effectiveness and efficiency of the project’s interventions to the benefit of the users/beneficiaries. This includes making a series of slide presentations through Workshop at the Client’s (Employer’s) office as well as at the relevant ministry; and i) Prepare comparative statement upon upgradation/development of cargo/passenger terminals and improvement of selected IW navigational routs. The anticipated duration of the Consultancy Services of the assignment is four (04) months.
Experience, Resources and Delivery Capacity Required : BIWTA now invites eligible and qualified Consulting Firms (“Consultants”) to indicate their interest in providing the intended services. Interested Consultants should provide information demonstrating that they have the required qualifications and relevant experience to perform the Services. The shortlisting criteria are: (a) General Experience: The Consultant should have minimum 15 years of experience in the relevant field; (b) Technical Capacity: The Consultant firm must have experience and capability to Consultancy Services for at least two projects that have been successfully completed in last 5 years; and summary of similar projects undertaken in Bangladesh shall be provided with EoI mentioning number of projects/assignments in hand; all these shall be supported by proven documents including project completion certificates from respective Clients; Experience in performing assignments similar to target assignment with proven track record of project(s) funded by development partners, like IDA/ADB/JICA/IDB in Bangladesh; List of Resources with logistical support and list of permanent professional employees with key qualifications. (c) Organizational and Legal Aspects: The Consultant must have legal establishment for a minimum of ten (10) years-this shall be supported by proven document(s) i.e., certification/registration from the competent authority(ies); (d) Financial Capacity: Average annual turnover of the Consultant over the last three (3) years that shall be supported by audited statements and reports; Financial strength supported by Bank Solvency Certificate and Bank Statement on closing balance with name of bank, branch, account number and its type, etc.; and (e) Approach and Methodology: The Consultant must submit with EoI briefed outlines on Approach and Methodology to reflect how the Consultant as a Service Provider will competitively perform the target assignments. Failure to meet and submit the satisfactory documentary evidence may lead to a rejection of the EOI/Proposal.
Other Details (if applicable) :
Association with foreign firms is : Not Applicable
Eoi Detail Information
Ref No Phasing Of Services Location Start Date Completion Date
NA

PROCURING ENTITY DETAILS

Name of Official Inviting EOI : Md. Ayub Ali
Designation of Official Inviting EOI : Project Director (Additional Chief Engineer, BIWTA)
Address of Official Inviting EOI : 19th Floor, 2 - 3, RAJUK Avenue, Motijheel C/A Dhaka 1000, Bangladesh.
Contact details of Official Inviting EOI : Phone : +880 2 41050564, Fax : , Email : pd.brwtp1@gmail.com,mdayubali68@gmail.com
The procuring entity reserves the right to accept or reject all tenders