Government
of the People’s Republic of Bangladesh Local Government Engineering Department Second Rural Transport Improvement
Project (RTIP-II) Agargaon, Sher-E-Bangla Nagar, Dhaka-1207
|
|
Memo
No. 46.02.0000.726.14.144.2018.28 Date : 01/11/2018
REQUEST FOR
EXPRESSIONS OF INTEREST
(CONSULTING SERVICES–FIRMS
SELECTION)
Country : Bangladesh
Name of
Project : Second Rural Transport Improvement Project
(RTIP-II)
Credit
No: 6327-BD
Assignment
Title: Design and Supervision Consultancy Service (AF-S1)
The People’s
Republic of Bangladesh has received financing from the World Bank toward the
cost of additional financing for the
Second Rural Transport Improvement
Project (RTIP-II), and intends to apply part of the proceeds for consulting
services.
The consulting services (“the Services”) include Preparation
of Climate Resilient Engineering Design and Estimate, Tender Documents,
Construction Supervision and Bill certification. The main objective of the consultancy
service under this Terms of Reference (TOR) is to provide technical,
socio-environmental and management support to the LGED Project Management Unit
(PMU), the district level officials and the upazila
level officials of LGED to implement the project ensuring compliance with the
policies / guidelines of the Government of Bangladesh (GoB)
and the International Development Association (IDA). Broadly the objective is
summarized below:
i.
Carry out detailed climate resilient design
and prepare tender documents of the subprojects following GoB/IDA's
social and environmental safeguard policies; Ensure high standards of quality
assurance in execution of works and completion of work within stipulated time
limit;
ii.
Conduct comprehensive supervision of project implementation
activities carried out by the contractor(s) to ensure total compliance with the
drawings, technical specifications and various stipulations in the contract
documents;
iii.
Support the PMU/district and upazila LGED offices in project
planning, monitoring, reporting and financial management;
iv.
Assist the PMU/district and upazila LGED offices to develop training
programs for its staff and other stakeholders in technical and non-technical
areas. These programs functions are to improve levels of competence and build a
more community oriented, gender sensitive, climate change adaptation, road
safety and participatory approach to their duties and responsibilities;
v.
Assist LGED to review and check the Contractor’s
Payment Applications through verifying the accuracy of the measurement and
costing calculations and the sufficiency of the supporting documentation. Also
certify the contractor's eligible payments. Also help LGED to prepare and issue
final completion certificate of every sub-projects.
The Consultants
services will be commenced on around May 2019 and completed by June 2021. The detailed Terms of Reference (TOR) for the
assignment can be obtained from www.lged.gov.bd
or can be obtained at the address given below.
The Local Government Engineering Department
(LGED) now invites eligible consulting firms
(“Consultants”) to indicate their interest in providing the 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 of the Firm(s);
(b) Experience in similar projects of
compatible size, complexity and technical specialty in the required area;
(c) Financial soundness of the firm; and
(d) Staffing and logistics of the firm.
Consultants are
requested to submit the following supporting documents in support of the
above-mentioned criteria:
(a) Registration
paper of the firm(s); (b) JV agreement/letter of intent (if applicable); (c)
Firm’s brochure; (d) Audited financial reports for last three years; (e)
service experience record (including nature, total cost, total input in terms
of man month, employer, location of service etc.). Key Experts will not be evaluated at the shortlisting stage.
The attention of interested Consultants is drawn to Section
III, paragraphs,3.14, 3.16, and 3.17 of the World Bank’s “Procurement
Regulations for IPF Borrowers” July 2016 (Revised November 2017) (“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. 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. It is preferable to limit the maximum number of firms will be 04 (four) in an association
including the Lead Firm.
A Consultant will be selected in accordance with the Quality
and Cost Based Selection (QCBS) method set
out in the Procurement Regulations.
Further information can be obtained at the address below
during office hours. Expressions of interest must be delivered in a written
form to the address below (in person, or by mail) by 03/12/2018 upto 5:00 PM (Bangladesh Standard Time).
Sd/-
( Md. Enamul Haque, PEng)
Project
Director
Second
Rural Transport Improvement Project (RTIP-II)
Local
Government Engineering Department (LGED)
LGED
Bhaban, Level – 11, Agargaon, Sher-e-Bangla Nagar
Dhaka-1207, Bangladesh.
Tel : +880-2-9120218, Fax : +880-2-58157511
E-mail : pdrtip2.lged@yahoo.com
Copy
forwarded for kind information and necessary action:
1.
Chief Engineer, Local Government Engineering
Department, Agargaon, Dhaka.
2.
Director General, CPTU, IMED, Planning
Commission, Agargaon, Sher-E-Bangla
Nagar, Dhaka. He is requested to publish the EOI in CPTU website.
3.
Additional Chief Engineer (Implementation/
Maintenance/Planning/Urban Management/ IWRM), LGED, Dhaka.
4.
Mr. Md. Ahsan Habib, Superintending Engineer (ICT), LGED. He is requested
to publish the EOI in LGED website.
5.
Senior Assistant Secretary (Dev.), Local
Government Division, Dhaka.
6.
The Manager (Advertisement), The Daily Star / The Daily Janakantha.
He is requested to publish the attached EOI once in his daily on or before 06 November
2018 and submit 05 (five) copies of the same to the PMU, RTIP-II.
7.
Mr. / M/S. ............................................................................................................................