LGED Tender Banner

Government of the People’s Republic of Bangladesh

Local Government Engineering Department

Coastal Climate Resilient Infrastructure Project (CCRIP)

Level-3, RDEC Bhavan LGED HQ

Agargoan, Dhaka-1207.

 

Request for Expression of Interest (EOI)

For

Selection of Individual Consultant: 5 (Five) Positions.

 

  

Memo No: LGED/PD/IFAD/Consultants/17/2013/224                                                                                                                                                           Date: 04-07-2013

 

The Government of Bangladesh (GOB) has received loans and grants from International Fund for Agricultural Development (IFAD) towards the cost of Coastal Climate Resilient Infrastructure Project (CCRIP) and intends to apply a portion of the proceeds of this fund   to eligible payments under the following consultancy services by individual consultants (national) for which this invitation for Expression for Interest (EOI) is issued.

 

The qualifications and experience of the consultants required for the assignment are as follows:

SL No

Name of Position

Number of Position

Duration of Service (Month)

Duty Station

Educational Qualification

Brief requirement of  experience and adequacy for the service

Brief Terms of Reference (TOR)

1.

Monitoring ,Evaluation and Knowledge Management  Specialist (MEK Specialist)

1 (one)

66

Management Office (PMO), Dhaka and regular visit to the project area.

 

Preferably Master Degree in Development Practice/Planning Studies/Statistics/ Economics/ Agricultural Economics or other relevant Social Sciences, with some formal training in M&E as an advantage .

The M&E Specialist should have 5 (five) years relevant working experience at project level M&E.  Relevant experience in foreign aided projects would be an added advantage. She/he also requires excellent proficiency in both written and oral communication skills in English and Bangla language. Besides, he/she should have basic Computer skills including MS Office, MS Project, SPSS and familiarity with relevant M&E database and statistical software.

-Establish the M&E unit within the PMO set-up and specification of MIS system and systematic M&E framework  in line with the systems of other relevant LGED projects for regular monitoring, undertaking outcome survey and impact studies. All related results will    be monitored against the indicators cited in project Log frame and RIM.

-Guide project staff on the data to be collected for each log-frame indicator and develop method of collection, frequency and responsibility for collection as per the PAM.

-He will be responsible for all steps of  monitoring tasks such as Activity Monitoring, Process Monitoring, Outcome Monitoring and Impact Monitoring ; 

-The incumbent will support a comprehensive base line survey to assess the impacts of the project. Among the surveys and studies, participatory beneficiary assessment, special studies and regular periodic studies will be undertaken to understand the project outcomes.

-She/he will be assigned for related performance reporting that includes monthly, quarterly, half yearly and annual reports. The whole M&E system will be computerized and will be equipped with M&E related standard softwares  for producing all types of reports. He/she will specify the M&E tools for monitoring and Evaluation and get co-financier’s clearance on reporting templates of both physical and financial achievements.

-The incumbent will focus on monitoring project outcomes including its process of achievement and lessons learned based on that described in the Project Design Reports. A huge documentation needs to be prepared by the incumbent in various forms under M&E work.

-Draw-up schedules to carry out survey and studies with preparation of reports and other documents related to project performance, outcome and impact in accordance with the requirement of project log-frame. Work on producing M&E reports with regard to all project co-financier’s requirements.

-Coordinate with any external socio-economic survey/studies related to project activities.

-Support Project Management to prepare guidelines/ comprehensive manual and all formats of data collection to orient and induce the staff and project partners on Project Management and approaches related to evaluation and monitoring activities.

-Support Project Management in knowledge management of the project. In collaboration with the Knowledge Management Development Specialist (International) of MSC consultancy team the MEK will develop a suitable Knowledge Management Framework to store and disseminate knowledge product s from the project implementation. into different stakeholders

-MEK will share project results and lessons within LGED and other stakeholders. This will involve contribution to LGED and IFAD Newsletters and websites with the key information and learning of the project.

-Support the project management to organize knowledge and experience sharing workshops 

-He will be responsible for maintaining and updating project website to -be developed by the project

He will assist the project Management in implementation of Rural Radio Programme Initiative and conducting other research and study programmes of the project.  

-Assist the Project Management in preparing   Annual Work Plan and Budget in accordance with the intended output and outcomes. 

-Contribute to the training of PMO and LGED staff under a set M&E modules and follow-up their performance.

-Guide and supervise the work of Monitoring Assistant .and validate the data and information provided by the Field Staff . Ensure that the data is reported in sufficient detail to meet the reporting requirements, including a breakdown by gender of beneficiaries. Advise the relevant personnel to improve data gathering and reporting.

-Draw-up Terms of References for M&E studies to be contracted to consulting companies or engagement of short terms consultants, assist in recruitment process, and supervise their work to ensure quality output.

-Ensure timely preparation and submission of the progress report in the prescribed     format to Ministry, ERD, GOB and co-financiers when required

-Coordinate with different line agencies, local government bodies and stakeholders in planning and implementation with relation to the M&E system of the project.

-Prepare documents related to quality and impact of the evaluation and monitoring activities of the Project for Steering Committee, IMED, co-financiers and other external agencies as required.

-Will accomplish any other related task assigned by the PD and his authorized representative.

2.

GIS Specialist

 

1 (one)

60

 

Project Management Office (PMO), Dhaka and periodical visit to project area.

 

Preferably M.Sc. Degree in GIS/ Geography/ Engineering/ Natural resources/ Computer Science or equivalent

He/she preferably has 6-8  years’ experience using various GIS software (primarily ESRI, ArcGIS, Arc/Info Workstation, and ArcView), as well as various geographic data formats and standard data conversion and transformation methods, for geographic analysis; Preferably a combination of education and experience or extensive professional experience as advanced user of GIS; Must have a high degree of computer literacy, be familiar with databases for storing data, running queries, and report writing.

-Works under the supervision of the Unit In-charge of LGED´s GIS Unit;

-Prepares the maps as required by CCRIP;

-Acquires data from satellite imagery as available within the GIS Unit;

-Assess the adequacy of these data and recommends purchase of hardware and software as needed;

-Create maps and graphs, using GIS software and related equipment;

-Gather, analyze, and integrate spatial data from staff and determine how best the information can be displayed using GIS;

-Analyze spatial data for geographic statistics to incorporate into documents and reports;

-Compile geographic data from a variety of sources including censuses, field observation, satellite imagery, aerial photographs, and existing maps;

-Makes field visits to verify maps with ground truth data;

-Train the Upazila’s Infrastructure Supervision Engineer, Sub-Assistant Engineers and surveyors on the use of the GPS systems and on data transmission to LGED GIS Unit at HQ.

-Any other related work, as may be reasonably instructed by the PD-CCRIP  or Senior-Assistant Engineer in charge of LGED’s GIS Unit.

 

3.

Hydrologist

 

1 (one)

60

Project Management Office (PMO), LGED HQ Dhaka, Dhaka and periodical visit to the project area.

 

Preferably M.Sc. Degree in Water Resources Engineering or equivalent, with special emphasis on hydrology especially surface water hydrology;

Preferably five (5) years relevant work experience. Fully familiar with computer data processing, Hydrological models, MS Office (Word, Excel); Besides, familiar with Hydrodynamic model, Regional Climate  Model,  GIS software, especially ARCGIS, HEC-RAS,etc.;

 

-Primary responsibility for defining the hydrological factors to be considered in the detailed design of the roads and associated bridges/culverts structures for the finally selected subprojects;

-Collect and analyze relevant hydrological data and in consultation with the road design and structures engineers, assess the requirement for additional cross-drainage capacity on project roads in order to maintain natural drainage under present and forecast climate change conditions;

-Establish technical design criteria as for the hydrological aspects for construction of roads, bridges, culverts and ghats, especially in respect of embankment orientation or possible obstruction of natural flow of runoff, site-specific designs, protection measures, cross drainage capacity;

-Assessment of preferred locations for culverts, this may be at existing locations or elsewhere;

-Obtain the needed survey information from the GIS unit of LGED, Dhaka;

-Prepare analysis of hydrological and meteorological data and verify findings with other stakeholders as BWDB; identify climate change effects in relation to the analysis and results from scientific studies by international and national specialized agencies;

-Assess the impact of climate change for project areas and assist in designing climate resilient infrastructure;

-Determine the expected discharge for average and wet years and the consequences for flood control identifying command areas and using the customary catchment area-discharge formulas and local experience;

-Design of dimensions of culverts;

-Advise design engineers on dimensions of bridges, ghats;

-Verify that planned bridges, culverts, ghats do not narrow and alter the cross-sections of rivers and  khals;

-Verify BOQ for culverts with cost estimate in view of recommended dimensions;

-Determine if culverts need to be provided with a water control gate given climate resilient demands e.g. resulting from increased rainfall;

-Select the type and dimensions of water control gate (e.g. sliding gate, automatic valves, flap gate, and so on);

-To determine the sizes of the culvert and possible water control gate, a series of detailed interviews with farmers affected by the culvert must be held;

-Determine if water control gates may also serve for the purpose of water retention for part of the year (boro season);

-Enhance the establishment of a water control gate beneficiary group;

-Discuss with farmers if salinity is a problem for them and if the operation of the water control gate can help to reduce the problem;

-With respect to bridges, assess where bridges may be built or rehabilitated and the consequences for water management, if any;

-Establish contacts with the concerned staff of BWDB, ADB, DANIDA, WB, JICA, others to coordinate interventions and efforts;

-Consult with the relevant Disaster Management Agencies at the administrative levels for information regarding the flood levels of cyclones for project areas and to design for additional culverts as necessary;

-The Hydrologist will work in close collaboration with LGED engineers at HQ, and at District, Upazila and Union level and with respective administrations;

-Design the operation and maintenance of water control gates with beneficiaries and local government officials and LGED staff;

-Examine the surface water quality/quantity (ponds) and groundwater quality in the project area and identify suitable sources for providing safe drinking water for growth centers/rural markets and cyclone shelters as well as for cement concreting works;

-Advise on the location of tubewells (DTW) providing safe drinking water for villagers;

-For the studies the Hydrologist makes use of maps (from LGED’s GIS-section) and coordinate with BWDB who are the custodian of the polders in which many of the project’s intervention areas are located;

-The Hydrologist interviews farmers as to their perceptions on drainage and water control and the possible impact the project may have on their farm holdings;

-The Hydrologist identifies if Water Management Organizations (WMOs) are engaged with the water management of areas of polders that area traversed by roads subject to rehabilitation by CCRIP; together with the WMG the water control is investigated and concluded on possible addition of culverts with gates and on the operation of these.

-The future impact of climate change is verified according to the latest insights and updated standard design criteria as applied by GOB’s concerning agencies for the project’s intervention areas, and proposals are made as to how to mitigate to a reasonable extent the impacts. However, the project limits its mitigation effort to affordable interventions as e.g. adding culverts to add discharge capacity to evacuate extreme floods, water control gates, adapted designs of bridges and ghats.

-The Hydrologist establish contacts with other projects and stakeholders intervening in the same areas as CCRIP, e.g. Blue Gold, and so on to collaborate on issues of mutual interest and in the interest of the project’s target population.

-The Hydrologist perform any other related work, as may be reasonably instructed by the Project Director LGED;

-Co-ordinate with the other relevant members of the DSC and MSC team including Senior Hydrologist;

-The Hydrologist will work under the supervision of the Project Director, LGED, Dhaka.

 

4.

Rural Market Planner

 

1 (one)

48

Project Management Office (PMO), Dhaka and frequent visit to the project area.

 

Bachelor Degree in Architecture, Urban & Regional Planning  or related field

 

The Rural Market Planner shall have a Bachelor Degree in Architecture, Urban & Regional Planning  or related field, with preferably  7 (seven) years of work experience in rural market planning/ construction / maintenance, data collection, data analysis, preparation of master plan for markets, architectural drawings, conduct of participatory workshops to collect users views and incorporating those in designs.

-In consultation with LGED and Market Management Committees (MMC), prepare a Master Plan for each growth center /rural market selected for improvement.

-Assist to allocate appropriate space for women market section, MMC office, sheds for fish, meat, vegetable market, multipurpose sheds, etc;

-Prepare a water supply, drainage and sanitation layout plan for the market, assisted by other members of DSC & MSC.

-Assist supervision of the construction of the market improvements.

-In consultation with LGED and MMC, identify markets operation and maintenance requirements, and prepare O & M Manuals for the different categories of market. Prepare report recommending the most suitable methods for effective and cost efficient implementation of maintenance in a sustainable manner.

-Co-ordinate with the activities of the  Market Planner under DSC Package;

-Any other related tasks assigned by the PD

5.

Financial Management  Specialist

 

1 (one)

6

Project Management Office (PMO), Dhaka and periodical visit to project area.

 

The Financial Management Specialist should be Chartered Accountant or  post graduate degree in accountancy, finance, economics or equivalent

 

The Financial Management Specialist should be Chartered Accountant or  post graduate degree in accountancy, finance, economics or equivalent and preferably have7-10 years experience in assisting the financial management of large projects involving funds from different foreign sources (preferably ADB, World Bank, JICA, KfW, IFAD or other similar financiers)

effectively manage the financial aspects of the Project in a timely coordinated manner.

Familiar with the IPSAS accounting system and introduce those system in the project by giving training to the relevant accounting staff;

Prepare manuals for conducting financial training and provide training to Project staff

Ensure that relevant staff of the PMO, LGED and other offices understands the differing requirements of the co financiers in budgeting and disbursing funds.

Responsible for accurately monitoring and reporting actual and forecast future expenditures of funds (from the different sources) on a monthly basis and quarterly basis.

Liaising with representatives of the different funding agencies for the Project, as necessary and directed by the Project Director;

Advise on the TORs for conducting internal audits;

Assisting the PD to prepare monthly and quarterly Financial; Statements and Project progress reports.

Advises on action to be taken to mitigate gaps in internal controls and effectively follows up on action to be taken.

Advises PD on Loan and Grant compliances and ensure compliance on loan and grant convenant are maintained.

Advises and monitors audit observation and effectively follow up and implements audit recommendation and resolving the audit issue.

Ensure adherence to Donor requirement and regulation in reporting and controls.

Other duties as may be reasonably assigned by the PD.

 

 

The Project Director, Coastal Climate Resilient Infrastructure Project (CCRIP), LGED now invites eligible Applicants to apply for the positions. Applicants are invited to provide information indicating that they are qualified to perform the services (complete CV with other details as required as per the Application Forms).

 

Consultant will be selected using the selection of individual consultant sub-method in accordance with the Public Procurement Rules 2008. It is expected that the services will be commenced in   August 2013.

 

Interested Candidates are requested to submit their expressions of interest in accordance with the standard Application Forms which may be obtained from the office of the undersigned during normal office hours (or available in the LGED website: www.lged.gov.bd)     

 

Expressions of Interest shall be submitted by 2.00 PM on  22  July, 2013 in sealed envelope delivered to the  Project Director, Coastal Climate Resilient Infrastructure Project (CCRIP), Level-3, RDEC Bhavan, LGED HQ, Agargaon, Dhaka-1207 and be clearly marked “Request for Expressions of Interest for Selection of Individual Consultant” of ……..)

 

The Client reserves the right to accept or reject any/all Expression of Interest (EoI).

 

 

 

 

 

 

 

                                                                                                                                                                  

 

Project Director

Coastal Climate Resilient Infrastructure Project (CCRIP)

 

                                                                                                                                                                                                                               

 

 

 

 

 

                                                                                                                                                              

 

 

 

 

 


 

 


Government of the People’s Republic of Bangladesh

Local Government Engineering Department

Coastal Climate Resilient Infrastructure Project (CCRIP)

Level-3, RDEC Bhaban, LGED HQ,  Agargaon, Sher-e-Bangla Nagar

Dhaka-1207, Bangladesh

 

 

 

 

 

 

 

 

Standard Request for Application (SRFA)

Selection of Individual Consultant (National)

 

 

(Time Based)

 

 

 

 

 

Invitation for Bid No.

: LGED/PD/CCRIP/                    Date:

Bid Package No.

: CCRIP-S-06

 

Issued to:

:_________________________________

 _________________________________

 _________________________________

 _________________________________

 

Issued on (Date):

:  4th  July  2013

Guidance Notes on the Use of

The Standard Request for Application for Selection

of Individual Consultants (National)

 

These guidance notes have been prepared by the CPTU to assist a Client in the preparation, using the Standard Request for Application (SRFA), for procurement of Individual Consultants (National). The Client should also refer to the Public Procurement Act 2006 (Act No 24 of 2006), and the Public Procurement Rules 2008, issued to supplement the Act available on CPTU’s website: www.cptu.gov.bd/. All concerned are advised to refer to the aforementioned Act and Rules while participating in any selection process of Consultants.

 

Individual Consultants shall be employed in accordance with Section 38 of the Public Procurement Act 2006 and Rule 112 & Rule 104(d) of the Public Procurement Rule 2008 for assignments for which the qualifications and experience of the individual are the overriding requirements and no team of staff and no additional professional support are required.

 

This document shall be used when a Procuring Entity (the Client) wishes to select an Individual Consultant (National) for assignments for which the qualifications and experience of the individual are the overriding requirement, for which remuneration is being determined on the basis of the time actually spent by the Consultant in carrying out the services.

 

Time-based Contracts are recommended when the Scope of the Services cannot be established with sufficient precision, or the duration and quantity of Services depends on variables that are beyond the control of the Consultant, or the output required of the consultants is difficult to assess.

 

Consultant’s remuneration is based on (i) agreed unit rates for the Consultant multiplied by the actual time spent by him/her in executing the assignment, and (ii) reimbursable expenses using actual expenses and/or agreed unit prices. This type of Contract requires the Client to closely supervise consultants and to be involved in the daily execution of the assignment.

 

SRFA (PS4) has been designed to suit the particular needs of procurement within Bangladesh, and has four (4) Sections, of which Section 1: Information to the Applicants and the Contract Agreement in Section 4 must not be altered or modified under any circumstances.

 

The Client addresses its specific needs through the Section 2: Terms of Reference (TOR). The way in which an Applicant expresses his/her interest is by completion and submission of the Application Forms in Section 3.

 

Guidance notes in brackets and italics are provided for both the Client and the Applicants and as such the Client should carefully decide what notes need to remain and what other guidance notes might be required to assist the Applicant in preparing its Application submission; so as to minimize the inept Selection process.

 

SRFA (PS4), when properly completed will provide all the information that an Individual Consultant (National) needs in order to prepare and submit an Application. This should provide a sound basis on which the Client can fairly, transparently and accurately carry out an evaluation process on the application submitted by the Individual Consultant.

 

 

 

SRFA (PS4) duly tailored may also be used for the purpose of Single Source Selection Method.

The following briefly describes the Section of SRFA (PS4) and how a Client should use these when preparing a particular request for Applications.

      

Section 1: Information to the Applicants

 

This Section provides relevant information to help Consultants prepare their Applications. Information is also provided for submission, opening, and evaluation of Applications and on the award of Contract.

 

This Section also contains the criteria for selection of   suitable Applicant

The text of the clauses in this section shall not be modified.

 

 

 

Section 2. Terms of Reference

This section defines clearly the Objectives, Goals, and Scope of the assignment, and provides background information (including a list of existing relevant studies and basic data) to enable the Individual Consultant to clearly understand the assignment. This section lists the Services and surveys that may be necessary to carry out the assignment and the expected outputs (for example, reports, data, maps, surveys); it also clearly defines the Client’s and Consultants’ respective responsibilities.

 

Section 3. Application Forms

 

This section provides the standard format that permits the requested information to be presented in a clear, precise and readily available manner and allows the Client to readily understand and evaluate Applications in accordance with the pre-disclosed criteria. The completed forms will indicate details of the Applicant’s qualifications and experience best suited to the specific assignment.

 

Section 4. Contract Agreement Forms

 

The Form of Contract Agreement which, once completed and signed by the Client and the Consultant clearly defines the Client’s and Consultants’ respective responsibilities. The Annexes to the formal Contract include a Description of the Services, the Reporting Schedule and Cost estimates of Services.


 

 

Table of Contents

 

        .......................................................................................................................................

Section 1.  Information to the Applicants. 1

A.     General 1

1.      Scope of assignment 1

2.      Qualifications of the Applicant 1

3.      Eligible Applicants. 1

4.      Corrupt, Fraudulent, Collusive or Coercive Practices. 1

5.      Conflict of Interest 1

B.     Preparation, Submission & Modification or Substitution of Applications. 1

6.      Preparation of  Application. 1

7.      Submission of Application. 1

C.     Evaluation of Applications. 1

8.      Evaluation of applications. 1

9.      Application   Negotiations. 1

D.     Award of Contract 1

10.    Award of Contract 1

11.    Debriefing. 1

12.    Commencement of  Services. 1

Section 2.  Terms of Reference. 1

Section 3. Application Forms. 1

Form 3A. Application Submission. 1

Attachment: 1

Form 3B. Curriculum Vitae (CV) of the Applicant 1

Form 3C. Indicative Remuneration & Expenses. 1

Section 4. Contract Forms. 1

4.1  Contract Agreement (Time-based) 1

General 1

1.      Services. 1

2.      Duration. 1

3.      Corrupt, Fraudulent, Collusive or Coercive Practices. 1

4.      Applicable Law. 1

5.      Governing Language. 1

6.      Modification of Contract 1

7.      Ownership of Material 1

8.      Relation between the Parties. 1

9.      Contractual Ethics. 1

Payments to the Consultant 1

10.    Ceiling Amount 1

11.    Remuneration. 1

12.    Reimbursables. 1

13.    Payment Conditions. 1

Obligations of the Consultant 1

14.    Medical Arrangements. 1

15.    Working Hours and Leave. 1

16.    Performance Standard. 1

17.    Contract Administration. 1

18.    Confidentiality. 1

19.    Consultant’s Liabilities. 1

20.    Consultant not to be Engaged in Certain Activities. 1

Obligations of the Client 1

21.    Services, Facilities and Property. 1

Termination and Settlement of Disputes. 1

22.    Termination. 1

23.    Dispute Resolution. 1

ANNEX A: Description of the Services. 1

ANNEX B: Cost estimates of Services and Schedule of Rates. 1

ANNEX C: Consultant’s Reporting Obligations. 1

Request for Expressions of Interest Error! Bookmark not defined.


Section 1.  Information to the Applicants

 

A.     General

 

1.      Scope of assignment

1.1        The Client has been allocated Public fund for Coastal Climate Resilient Infrastructure Project (CCRIP) and intends to select Individual Consultants for the specific assignment as specified in the Terms of Reference  in Section 2.

2.      Qualifications of the Applicant

2.1       Prospective Individuals shall demonstrate in their Applications that they meet the required qualifications and experiences and are fully capable of carrying out the assignment.

 

2.2       The capability of Individuals shall be judged on the basis of academic background, experience in the field of assignment, and as appropriate, knowledge of the local conditions, as well as language and culture.

[ Minimum educational qualifications, required experience have been mentioned in Terms of reference  in Section 2 ]

3.      Eligible Applicants

3.1        Any Bangladeshi national including persons in the service of the Republic or the local authority / Corporations is eligible to apply for the positions  

 

3.2        Government officials and civil servants including individuals from autonomous bodies or corporations while on leave of absence without pay are not being hired by the agency they were working for immediately before going on leave and, their employment will not give rise to Conflict of Interest, pursuant to Rule 112 (9) of the Public Procurement rules, 2008

 

3.3        Persons who are already in employment in the services of the Republic or the local authorities/ Corporation etc must have written certification from their employer confirming that they are on leave without pay from their official position and allowed to work full-time outside of their previous official position. Such certification shall be provided to the Client by the Consultant as part of his/her Applications

 

3.4        No person who has been convicted by any Court of Law or dismissed from Services for misconduct shall be eligible for consideration for appointment to a post.

 

3.5        The Applicant has the legal capacity to enter into the Contract

 

3.6        The Applicant has fulfilled its obligations to pay taxes and social security contributions under the relevant national laws.

 

3.7        The Applicant shall not be under a declaration of ineligibility for corrupt, fraudulent, collusive or coercive practices in accordance with Sub-Clause 4.2.

 

3.8        The Applicant shall not have conflict of interest pursuant to the Clause 5 

4.      Corrupt, Fraudulent, Collusive or Coercive Practices

4.1         The Government requires that Client , as well as Applicants, shall observe the highest standard of ethics during the implementation of procurement proceedings and the execution of Contracts under public funds.

 

4.2         The Government defines corrupt, fraudulent, collusive or coercive practices, for the purposes of this provision, in the Contract Agreement Sub-Clause 3.4

 

4.3         Should any corrupt, fraudulent, collusive or coercive practice of any kind come to the knowledge of the Client, it shall, in the first place, allow the Applicant to provide an explanation and shall, take actions only when a satisfactory explanation is not received.

 

4.4         If the Client at any time determines that the Applicant has, directly or through an agent, engaged in corrupt, fraudulent, collusive or coercive practices in competing for, or in executing, a Contract under public funds., the Client shall:

(a)            exclude the Applicant from participation in the procurement proceedings concerned or reject an Application for award; and

(b)             declare the Applicant ineligible, either indefinitely or for a stated period of time, from participation in procurement proceedings under public funds.

5.      Conflict of
Interest

5.1        Government policy requires that the Applicant provide professional, objective, and impartial advice, and at all times hold the Executing Agency’s (Client's) interests paramount, without any consideration for future work, and strictly avoid conflicts with other assignments or their own corporate interests.

 

5.2        The Applicant shall not be hired for any assignment that would be in conflict with their prior or current obligations or that may place them in a position of not being able to carry out the assignment in the best interest of the Client.

 

5.3        Pursuant to Rule 55 of the Public Procurement Rule 2008, the Applicant has an obligation to disclose any situation of actual or potential conflict of interest that impacts on his capacity to serve the best interest of his Client, or that may reasonably be perceived as having this effect. Failure to disclose said situations may lead to the disqualification of the Applicant or the termination of its Contract.

 

5.4        The Applicant that has a business or family relationship with a member of the Client’s staff may not be awarded a Contract, unless the conflict stemming from this relationship has been addressed adequately throughout the selection process and the execution of the Contract.

B.     Preparation, Submission & Modification or Substitution of Applications

6.      Preparation of  Application

6.1        Applications shall be typed or written in indelible ink in English language and shall be signed by the Applicant. Applicants are required to complete  the following Forms:

(a)             Form 3A: Application Submission Form;

(b)             Form 3B: CV of the Applicant; and

(c)             Form 3C: Remuneration and Reimbursable 

 

 

6.2        The Remuneration and reimbursable are purely indicative and are subject to negotiations and agreement with the Client prior to finalisation of the Contract.

 

7.      Submission of Application

7.1        Pursuant to Rule-113(5) of the Public Procurement Rules, prospective Applicants can deliver their Application by hand, mail, courier service to the address mentioned in the request for Application advertisement.

 

 

7.2        Application shall be properly sealed in envelopes addressed to the Client as mentioned in the request for Application advertisement and bear the name & address of the Applicant as well as the name of the assignment.

 

 

7.3        In case of hand delivery, the Client, on request, shall provide the Applicant with a receipt.

 

 

7.4        The closing date for submission of Application is 22th July 2013 up to 17.00 hrs. Applications must be submitted within this deadline. Any Application received after the deadline for submission of Applications shall be declared late, and returned unopened to the Applicant.

 

 

7.5         Applications may be modified or substituted before the deadline for submission of Applications.

 

 

7.6        The Client may at its sole discretion, extend the deadline for submission of Applications.

 

7.7        At any time prior to the deadline for submission of Applications the client for any reason on its own initiative may revise the Request for Application Document by issuing an Addendum which shall form an integral part of the Document.

 

C.      Evaluation of Applications

8.      Evaluation of applications

8.1        Suitability of the Applicants shall be rated by evaluation on the basis of their academic background, relevant Working Experience and its adequacy for the assignment, knowledge of local conditions as well as language.

 

8.2        The points to be given under each of the evaluation Criteria are:

 

[Client shall fixed the Points]

 

Criteria

Points

 

·         Educational Qualification                                                                                                          

20

 

·         Relevant Working Experience and its adequacy for the assignment

 

60

 

·         Suitability considering age, skill (such as training, computer skills, proficiency in English and Bengali languages and others).

 

15

 

Total points:

95 points

 

 

8.3        Applicants thus given points as stated under Clause 8.2, not securing the minimum qualifying points seventy (70) shall be considered disqualified.

 

8.4        Applications shall be evaluated by the PEC, who shall prepare a short-list of maximum seven (7) Applicants

 

8.5        The qualified short-listed Applicants as stated under Clause 8.4 shall be invited for an interview to test their aptitude and presentation by the PEC  and shall be rated with five (5) points.

 

8.6        Points already secured by the Applicants in the evaluation as stated under Clause 8.5, shall be combined with the points obtained in the interview and a list of maximum three (3) most suitable Applicants ranked in order of merit (1-2-3) shall be prepared.   

 

8.7        In pursuant to Rule 114 of the Public Procurement Rules 2008, there shall be no public opening of Applications.

 

8.8        The Client shall immediately after the deadline for submission of Application convene a meeting of the Proposal Opening Committee(POC)

 

8.9        The POC, having completed the record of opening, shall send the Applications received and the opening record to the PEC.

 

8.10   Following the opening of the Applications, and until the Contract is signed, no Applicant shall make any unsolicited communication to the Client. Such an attempt to influence the Client in its decisions on the examination, evaluation, and comparison of either the Applications or Contract award may result in the rejection of the Application.

9.      Application   Negotiations

9.1      The first-ranked Applicant stated under Clause 8.5 shall then be invited for negotiations, pursuant to Rule 122 of the Public Procurement Rule, 2008 at the address of the client.

 

9.2      If this fails, negotiate with the second-ranked Applicant, and if this fails negotiate with the third-ranked Applicant, with the hope that successful negotiations are concluded

 

9.3      During negotiations, the Client and the Applicant shall finalize the “Terms of Reference”, work schedule, logistics and reporting schedule etc. These documents shall then be incorporated into the Contract as Description of Services”

 

9.4      The Financial negotiations will involve the remuneration and other reimbursable cost to be paid to the Applicant.

 

9.5      Negotiations will conclude with a review of the draft Contract. To complete negotiations the Client and the Applicant will initial the agreed Contract

D.    Award of Contract

10.   Award of Contract

10.1   After completing negotiations and having received the approval to award the contract, the Client shall sign the Contract with the selected Applicant.

11.  Debriefing

11.1    After signature of the Contract, the Client shall promptly notify other Applicants that they were unsuccessful.

 

11.2    The Client shall promptly respond in writing to any unsuccessful Applicant who request the client in writing to explain on which grounds its application was not selected.

12.  Commencement of Services

12.1    The applicant is expected to commence the assignment in August 2013 at the location PMO, CCRIP, LGED HQ, Agargaon, Dhaka-1207 the duration of the contract shall be as per individual TORs   from the date of commencement.

 

 


 

Section 2.  Terms of Reference

 

 

1.      Background:

 

The Government of Bangladesh (GOB) will receive loans and grants from the Special Operation’s resources of Asian Development Bank (ADB), ADB Strategic Climate Fund, International Fund for Agricultural Development (IFAD) and Kreditanstalt fur Wideraufbau (KfW) towards the cost of Coastal Climate Resilient Infrastructure Project (CCRIP).  The project aims at raising incomes in the selected 12 south-western coastal districts of Bangladesh such as Barisal, Patuakhali, Barguna, Bhola, Perojpur , Jhalokati, Khulna, Bagerhat, Sathkhira, Gopalgonj, Madaripur and Sariatpur vulnerable to climate change and variability. The key objectives are to:

 

(i)                 improve rural connectivity and upgrade market services through  development of climate proofed Upazila roads, Union roads and Village roads with drainage structures (culvert and bridges), Growth centers and Rural Markets for enabling access of small producers and the poor to markets to generate higher income.

(ii)               enhance climate change adaptation capacity and increase safety of population     during extreme climatic events through increased availability of climate disaster shelters, improved access to shelters and improved facilities of existing climate disaster shelters,

(iii)          strengthen the institutional capacity of LGED, LGIs and other stakeholders through effective training and initiation of knowledge management system, with particular emphasis on climate resilience and adaptation measures during the design, implementation and maintenance of rural infrastructures assets and

(iv)       create employment opportunities through project interventions.

 

Two teams of consultants will be engaged with the assistance of ADB and KfW to assist the project management of Local Government Engineering Department (LGED) in implementing the Coastal Climate Resilient Infrastructure Project (CCRIP) such as the Design & Supervision Consultant (DSC) team and the Management Support Consultant (MSC) team. Apart from that some IFAD supported individual consultants will be recruited for some specific assignments.  The DSC and MSC will consist of two different consortiums of international and national consultancy firms. The two Consultant teams will be headed by separate Team Leaders and they will be part of the PMO, headed by the Project Director (PD). The team members of DSC, MSC and individual consultants will work in close cooperation with the relevant members of the other team for some specific tasks, as required for the project work, and advised by the Project Director. There will be three regional project offices (RPO) one each in Khulna, Barisal and Madaripur. Further, the Project Implementation Unit will be set up in each district headquarter headed by the Executive Engineer, LGED.   Considerable number of supervision consultants will be stationed in all RPOs and PIUs.

 

Careful attention has been given to formulating the compositions of the consultancy teams for CCRIP, recognizing that this is a very special Project (with Strategic Climate Change Fund finance) with the primary objectives of effectively incorporating climate resilience measures in the design and construction of the Project rural infrastructure improvement works, and assisting to mainstream climate resilience principles in the design, construction and maintenance of all rural infrastructure in the particularly vulnerable coastal districts of Bangladesh.

 

 

2.      Objective(s) of the Assignment

 

The objectives of the consultancy services are to assist the project management in some particular necessary area of expertise, which have not been covered comprehensively by the DSC and MSC package.  However, these TA team will be complementary to the MSC and DSC team and work in a coordinated way to achieve the project goal and objectives.

 

3.      Scope of Services, Tasks (Components) and Expected Deliverables

 

The DSC, MSC and individual Consultants will assist LGED in the implementation of the project. The IFAD supported individual consultants will be complementary to DSC and MSC team. The individual consultants will work under the guidance of the Project Director. The consultants will work directly with, and support, the staff of LGED in the PMO, RPO and at LGED district and sub-district offices in the project area, in order to achieve the objectives of the project.

 

 

TORs of Key Individual Consultants

 

1.     Monitoring , Evaluation and Knowledge Management Specialist (MEK Specialist) :

Background: The Monitoring Specialist is the Key Consultant in the M&E unit of the project and will assist the project management with regard to monitoring and evaluation of all intended outputs and outcomes of the project. He/she will be responsible for baseline and Results and Impact management System (RIMS) Surveys, annual outcome surveys and collection of regular monitoring data, as well as project reporting, MIS and Knowledge Management. MEK specialist will review the Project Log Frame and develop a plan for monitoring each of the key indicators listed in the Log-Frame. The incumbent will need to have an ability to organize and manage a project M&E system, analyze and interpret monitoring data, and prepare reports. He will also be responsible for Knowledge Management and learning. He /She will report to the Project Director, and will liaise regularly with the relevant consultants of the Design and Supervision consultants (DSC) and Management Support Consultancy (MSC) teams of the project.

§         Total Nos : 1 (one);

§         Duty Station: PMO, Dhaka with frequent visits to the project districts

§         Duration: 66 months 

§         Qualifications

 

Master Degree in Development Practice/Planning Studies/Statistics/ Economics/ Agricultural Economics or other relevant Social Sciences, with some formal training in M&E as an advantage..

 

Relevant Experience: The M&E Specialist should have 5(five) years relevant working experience at project level M&E.  Relevant experience in foreign aided projects would be an added advantage. She/he also requires excellent proficiency in both written and oral communication skills in English and Bangla language. Besides, he/she should have basic Computer skills including MS Office, MS Project, SPSS and familiarity with relevant M&E database and statistical software;

 

 

§         Duties and Responsibilities :

 

(i)      Establish the M&E unit within the PMO set-up and specification of MIS system and systematic M&E framework  in line with the systems of other relevant LGED projects for regular  monitoring, undertaking outcome survey and impact studies. All related results will    be monitored against the indicators cited in project Log frame and RIM.

(ii)    Guide project staff on the data to be collected for each log-frame indicator and develop method of collection, frequency and responsibility for collection as per the PAM.

(iii)  He will be responsible for all steps of  monitoring tasks such as Activity Monitoring, Process Monitoring, Outcome Monitoring and Impact Monitoring ;  

(iv)   The incumbent will support a comprehensive base line survey to assess the impacts of the project. Among the surveys and studies, participatory beneficiary assessment, special studies and regular periodic studies will be undertaken to understand the project outcomes.

(v)     She/he will be assigned for related performance reporting that includes monthly, quarterly, half yearly and annual reports. The whole M&E system will be computerized and will be equipped with M&E related standard softwares for producing all types of reports. He/she will specify the M&E tools for monitoring and Evaluation and get co-financier’s clearance on reporting templates of both physical and financial achievements.

(vi)   The incumbent will focus on monitoring project outcomes including its process of achievement and lessons learned based on that described in the Project Design Reports. A huge documentation needs to be prepared by the incumbent in various forms under M&E work.

(vii) Draw-up schedules to carry out survey and studies with preparation of reports and other documents related to project performance, outcome and impact in accordance with the requirement of project log-frame. Work on producing M&E reports with regard to all project co-financier’s requirements.

(viii)                       Coordinate with any external socio-economic survey/studies related to project activities.

(ix)   Support Project Management to prepare guidelines/ comprehensive manual and all formats of data collection to orient and induce the staff and project partners on Project Management and approaches related to evaluation and monitoring activities.

(x)     Support Project Management in knowledge management of the project. In collaboration with the Knowledge Management Development Specialist (International) of MSC consultancy team the MEK will develop a suitable Knowledge Management Framework to store and disseminate knowledge product s from  the project implementation. into different stakeholders

(xi)   MEK will share project results and lessons within LGED and other stakeholders. This will involve contribution to LGED and IFAD Newsletters and websites with the key information and learning of the project.

(xii) Support the project management to organize knowledge and experience sharing workshops 

(xiii)                       He will be responsible for maintaining and updating project website to be developed by the project

(xiv)                       He will assist the project Management in implementation of Rural Radio Programme Initiative and conducting other research and study programmes of the project.  

(xv) Assist the Project Management in preparing   Annual Work Plan and Budget in accordance with the intended output and outcomes. 

(xvi)                       Contribute to the training of PMO and LGED staff under a set M&E modules and follow-up their performance.

(xvii)                     Guide and supervise the work of Monitoring Assistant. And validate the data and information provided by the Field Staff. Ensure that the data is reported in sufficient detail to meet the reporting requirements, including a breakdown by gender of beneficiaries. Advise the relevant personnel to improve data gathering and reporting.

(xviii)                   Draw-up Terms of References for M&E studies to be contracted to consulting companies or engagement of short terms consultants, assist in recruitment process, and supervise their work to ensure quality output.

(xix)                       Ensure timely preparation and submission of the progress report in the prescribed     format to Ministry, ERD, GOB and co-financiers when required

(xx) Coordinate with different line agencies, local government bodies and stakeholders in planning and implementation with relation to the M&E system of the project.

(xxi)                       Prepare documents related to quality and impact of the evaluation and monitoring activities of the Project for Steering Committee, IMED, co-financiers and other external agencies as required.

(xxii)                     Will accomplish any other related task assigned by the PD and his authorized representative.

 

2.    GIS Specialist

 

§         Background:

The satellite imaginary maps and hydrological studies are essential while rehabilitating or constructing infrastructure. The GIS unit of LGED possesses the right type of software (ARCGIS), satellite imaginary and digital maps as such the GIS unit of LGED would be involved in the implementation process as far as GIS activities of the project. At the LGED GIS Unit maps are available from Landsat (2010), resolution 30 * 30 m. Scales used may be about 1 : 20000 (regional studies, polders) and more detailed scales like 1 : 5000 to fit the detailed surveys for the detailed assessment of rural infrastructure and to prepare for tender documents. The incumbent will work in the LGED GIS unit and produce GIS maps for the purpose of the Project.

 

§         Total Nos : 1 (One);

§         Duty Station

The duty station is at GIS Unit, LGED Dhaka with periodic travel to the project Upazila’s and Unions. The GIS Specialist will be attached to the Project Management Office (PMO) at LGED HQ, Dhaka. The GIS-Unit will facilitate his/her work and he/she will work under the supervision of the Unit In-charge of the GIS-Unit concerning the aspects of mapping. 

 

§         Duration: 60 months 

§         Qualifications

§         M. Sc. Degree in GIS/ Geography/ Engineering/ Natural resources/ Computer Science or equivalent;

§         Preferably a combination of education and experience or extensive professional experience as advanced user of GIS;

§         He/she preferably has  6-8 years experience using various GIS software (primarily ESRI, ArcGIS, Arc/Info Workstation, and ArcView), as well as various geographic data formats and standard data conversion and transformation methods, for geographic analysis;

§         Must have a high degree of computer literacy, must be familiar with databases for storing data, running queries, and report writing.

 

§         Duties and Responsibilities :

(i)      Works under the supervision of the Unit In-charge of LGED´s GIS Unit;

(ii)    Prepares the maps as required by CCRIP;

(iii)  Acquires data from satellite imagery as available within the GIS Unit;

(iv)   Assess the adequacy of these data and recommends purchase of hardware and software as needed;

(v)     Create maps and graphs, using GIS software and related equipment;

(vi)   Gather, analyze, and integrate spatial data from staff and determine how best the information can be displayed using GIS;

(vii) Analyze spatial data for geographic statistics to incorporate into documents and reports;

(viii)           Compile geographic data from a variety of sources including censuses, field observation, satellite imagery, aerial photographs, and existing maps;

(ix)   Makes field visits to verify maps with ground truth data;

(x)     Train the Upazila’s Infrastructure Supervision Engineer, Sub-Assistant Engineers and surveyors on the use of the GPS systems and on data transmission to LGED GIS Unit at HQ.

(xi)   Any other related work, as may be reasonably instructed by the PD-CCRIP  or Senior-Assistant Engineer in charge of LGED’s GIS Unit.

 

 

3.     Hydrologist

 

§         Background

 

The CCRIP project is to develop market facilities and the connecting rural road infrastructure following climate resilient design. The project’s transportation infrastructure component will rehabilitate/upgrade roads at Upazila , Union and Village roads to connect villages with market places and between markets. The roads traverse the area that is mostly part of a polder where sluice gates allow for some measure of water control. The polders are operated by BWDB. The roads infrastructure creates obstruction to the existing water management of the polder, e.g. related to the obstruction of flow, impeded drainage, and impact on storage, water management, storm water management (cyclones), and retention of water. Together with roads, bridges and culverts are constructed or rehabilitated; culverts may be provided with water control gates. The impact of rehabilitation works towards the existing system of water management and vice versa needs to be addressed during the design phase. Besides, the impact of climate change over the system of   water management needs to be assessed   as such the role of hydrologists is vital for the project. Two Hydrologists are proposed for the project. One Senior Hydrologist will be engaged under DSC consultant package and the other is the Hydrologist to be recruited as per following TOR. The project is expected to address the hydrological aspect effectively with the combined and co-ordinated efforts of the both hydrologists.

 

§         Total Nos : 1 (One);

§         Duty Station

The Hydrologist will generally be stationed in the PMO, LGED HQ Dhaka, but will be expected to be periodically based in each of the RPOs, and to visit construction sites when requested. The  Hydrologist will support the PD, two DPDs, road structures design engineer and other national and international staff of CCRIP. The Hydrologist liaises with relevant units in LGED, on all hydrological aspects of the project activities. He will also liaison with the Senior Hydrologist of DSC team in all matters of hydrology.  The Hydrologist communicates intensively with BWDB and other agencies responsible for water control and flood mitigation at the various levels in the water conveyance system and with river water management authorities. The duty station is at PMO, Dhaka with frequent travel to the project Upazila’s and Unions.

 

§         Duration: 60 months 

§         Qualification

M.Sc. Degree in Water Resources Engineering or equivalent, with special emphasis on hydrology especially surface water hydrology; fully familiar with computer data processing, Hydrological models, MS Office (Word, Excel); Familiar with GIS software, especially ARCGIS;

 

Experience: Preferably five (5) years relevant work experience. Fully familiar with computer data processing, MS Office (Word, Excel) etc; Besides, especially familiar with Hydrodynamic model, Regional Climate Model, GIS software etc.

 

 

§         Duties and Responsibilities :

 

(i)      Primary responsibility for defining the hydrological factors to be considered in the detailed design of the roads and associated bridges/culverts structures for the finally selected subprojects;

(ii)    Collect and analyze relevant hydrological data and in consultation with the road design and structures engineers, assess the requirement for additional cross-drainage capacity on project roads in order to maintain natural drainage under present and forecast climate change conditions;

(iii)  Establish technical design criteria as for the hydrological aspects for construction of roads, bridges, culverts and ghats, especially in respect of embankment orientation or possible obstruction of natural flow of runoff, site-specific designs, protection measures, cross drainage capacity;

(iv)   Assessment of preferred locations for culverts, this may be at existing locations or elsewhere;

(v)     Obtain the needed survey information from the GIS unit of LGED, Dhaka;

(vi)   Prepare analysis of hydrological and meteorological data and verify findings with other stakeholders as BWDB; identify climate change effects in relation to the analysis and results from scientific studies by international and national specialized agencies;

(vii) Assess the impact of climate change for project areas and assist in designing climate resilient infrastructure;

(viii)                       Determine the expected discharge for average and wet years and the consequences for flood control identifying command areas and using the customary catchment area-discharge formulas and local experience;

(ix)   Design of dimensions of culverts;

(x)     Advise design engineers on dimensions of bridges, ghats;

(xi)   Verify that planned bridges, culverts, ghats do not narrow and alter the cross-sections of rivers and khals;

(xii) Verify BOQ for culverts with cost estimate in view of recommended dimensions;

(xiii)                       Determine if culverts need to be provided with a water control gate given climate resilient demands e.g. resulting from increased rainfall;

(xiv)                       Select the type and dimensions of water control gate (e.g. sliding gate, automatic valves, flap gate, and so on);

(xv) To determine the sizes of the culvert and possible water control gate, a series of detailed interviews with farmers affected by the culvert must be held;

(xvi)                       Determine if water control gates may also serve for the purpose of water retention for part of the year (boro season);

(xvii)                     Enhance the establishment of a water control gate beneficiary group;

(xviii)                   Discuss with farmers if salinity is a problem for them and if the operation of the water control gate can help to reduce the problem;

(xix)                       With respect to bridges, assess where bridges may be built or rehabilitated and the consequences for water management, if any;

(xx) Establish contacts with the concerned staff of BWDB, ADB, DANIDA, WB, JICA, others to coordinate interventions and efforts;

(xxi)                       Consult with the relevant Disaster Management Agencies at the administrative levels for information regarding the flood levels of cyclones for project areas and to design for additional culverts as necessary;

(xxii)                     The Hydrologist will work in close collaboration with LGED engineers at HQ, and at District, Upazila and Union level and with respective administrations;

(xxiii)                   Design the operation and maintenance of water control gates with beneficiaries and local government officials and LGED staff;

(xxiv)                    Examine the surface water quality/quantity (ponds) and groundwater quality in the project area and identify suitable sources for providing safe drinking water for growth centers/rural markets and cyclone shelters as well as for cement concreting works;

(xxv)                      Advise on the location of tubewells (DTW) providing safe drinking water for villagers;

(xxvi)                    For the studies the Hydrologist makes use of maps (from LGED’s GIS-section) and coordinate with BWDB who are the custodian of the polders in which many of the project’s intervention areas are located;

(xxvii)                  The Hydrologist interviews farmers as to their perceptions on drainage and water control and the possible impact the project may have on their farm holdings;

(xxviii)                The Hydrologist identifies if Water Management Organizations (WMOs) are engaged with the water management of areas of polders that area traversed by roads subject to rehabilitation by CCRIP; together with the WMG the water control is investigated and concluded on possible addition of culverts with gates and on the operation of these.

(xxix)                    The future impact of climate change is verified according to the latest insights and updated standard design criteria as applied by GOB’s concerning agencies for the project’s intervention areas, and proposals are made as to how to mitigate to a reasonable extent the impacts. However, the project limits its mitigation effort to affordable interventions as e.g. adding culverts to add discharge capacity to evacuate extreme floods, water control gates, adapted designs of bridges and ghats.

(xxx)                      The Hydrologist establish contacts with other projects and stakeholders intervening in the same areas as CCRIP, e.g. Blue Gold, and so on to collaborate on issues of mutual interest and in the interest of the project’s target population.

(xxxi)                    The Hydrologist perform any other related work, as may be reasonably instructed by the Project Director LGED;

(xxxii)                  Co-ordinate with the other relevant memebers of the DSC and MSC team including Senior Hydrologist;

(xxxiii)                The Hydrologist will work under the supervision of the Project Director, LGED, Dhaka.

 

 

4.    Rural Market Planner

§         Background

The CCRIP project is to develop market facilities and the connecting rural road infrastructure following climate resilient design. The project will develop 88 Growth Centers/rural markets, 197 Community market, 15 women Sections, 38 ghats and 5 Commodity Collection points. The market development will be done as per physical planning of the markets with active participation of Market Management Committee and beneficiaries. The Rural Marker Planner will assist and facilitate the MMC and beneficiaries in making the master plan of the markets as per the requirement and priorities.  He will work in close cooperation with the Rural Market Planner under DSC package.  

 

§         Total Nos : 1 (One);

§         Duty Station

The duty station is Dhaka with frequent travel to the project Upazila’s and Unions and will be expected to be periodically based in each of the RPOs, PIUs to visit construction sites when requested. The Market Planner will support the PD, two DPDs and other national and international staff of CCRIP. The Rural Market Planner will be attached to the Project Management Office (PMO) at LGED HQ, Dhaka. The GIS-Unit will facilitate his/her work and he/she will work in close collaboration with the CCRIP GIS Specialist and the Unit –in-Charge  of the GIS-Unit concerning aspects of mapping.

 

. Duration:  48 months

§         Qualification

The Rural Market Planner shall have a Bachelor Degree in Architecture, Urban & Regional Planning  or related field, with preferably  7 (seven) years of work experience in rural market planning/ construction / maintenance, data collection, data analysis, preparation of master plan for markets, architectural drawings, conduct of participatory workshops to collect users views and incorporating those in designs.

§         Duties and Responsibilities :

(i)                  In consultation with LGED and Market Management Committees (MMC), prepare a Master Plan for each growth center /rural market selected for improvement.

(ii)                Assist to allocate appropriate space for women market section, MMC office, sheds for fish, meat, vegetable market, multipurpose sheds, etc;

(iii)              Prepare a water supply, drainage and sanitation layout plan for the market, assisted by other members of DSC & MSC.

(iv)               Assist supervision of the construction of the market improvements.

(v)                 In consultation with LGED and MMC, identify markets operation and maintenance requirements, and prepare O & M Manuals for the different categories of market. Prepare report recommending the most suitable methods for effective and cost efficient implementation of maintenance in a sustainable manner.

(vi)               Co-ordinate with the activities of the  Market Planner under DSC Package;

(vii)             Any other related tasks assigned by the PD.

 

5.      Financial Management  Specialist

§         Background

Significant gap exists between the Bangladesh Accounting Standard and International Accounting Standard. In order to minimize the gap, the CCRIP project will set up a double entry and software base d accounting system and keep and prepare reports according to ADB/IFAD/KfW’s requirement. The project will procure off-the –shelf double entry software and introduce that in PMO, RPOs and district offices. All finance and accounting staff of the project will be trained on double entry accounting and on the software to build their capacity to international IPSAS standard by the Financial Management Specialist. Apart from that he will assist and advise the project management in all  financial matters. 

 

§         Total Nos:1 nos.

§         Duty Station: The Finance Specialist will generally be stationed in the PMO, LGED HQ Dhaka, but will be expected to periodically visit in each of the RPOs and PIUs on requirement 

§         .Duration:  6 Months

§         Qualification

The Financial Management Specialist should be Chartered Accountant or post graduate degree in accountancy, finance, economics or equivalent and preferably have 7-10 years experience in assisting the financial management of large projects involving funds from different foreign sources (preferably ADB, World Bank, JICA, KfW, IFAD or other similar financiers).

 

§         Duties and Responsibilities :

§         Effectively manage the financial aspects of the Project in a timely coordinated manner.

§         Familiar with the IPSAS accounting system and introduce those system in the project by giving training to the relevant accounting staff;

§         Prepare manuals for conducting financial training and provide training to Project staff

§         Ensure that relevant staff of the PMO, LGED and other offices understands the differing requirements of the co financiers in budgeting and disbursing funds.

§         Responsible for accurately monitoring and reporting actual and forecast future expenditures of funds (from the different sources) on a monthly basis and quarterly basis.

§         Liaising with representatives of the different funding agencies for the Project, as necessary and directed by the Project Director;

§         Advise on the TORs for conducting internal audits;

§         Assisting the PD  to prepare monthly and quarterly Financial; Statements and Project progress reports.

§         Advises on action to be taken to mitigate gaps in internal controls and effectively follows up on action to be taken.

§         Advises PD on Loan and Grant compliances and ensure compliance on loan and grant covenant are maintained.

§         Advises and monitors audit observation and effectively follow up and implements audit recommendation and resolving the audit issue.

§         Ensure adherence to Donor requirement and regulation in reporting and controls.

§         Other duties as may be reasonably assigned by the PD.

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

Section 3.    Application Forms

 

 

Form 3A     : Application Submission Form

            Form 3B     : CV of the Applicant

                   Form 3C: Remuneration and Reimbursable  

 

Form 3A. Application Submission

 

                                                                                                                 [Location: dd/mm/yy]

To:      

      ---------------------------

        [Name]

      ---------------------------

      ---------------------------- 

        [Address of Client]

 

Dear Sirs:

 

I am hereby submitting my Application to provide the consulting Services for [Insert title of assignment] in strict accordance with your Request for Application dated [dd/mm/yy].

 

I declare that I was not associated, nor have been associated in the past, directly or indirectly, with a Consultant or any other entity that has prepared the design, specifications and others documents in accordance with Clause 5.

 

I further declare that I have not been declared ineligible by the Government of Bangladesh on charges of engaging in corrupt, fraudulent, collusive or coercive practices in accordance with Clause 4.

 

I undertake, if I am selected, to commence the consulting Services for the assignment not later than the date indicated in Clause 12.1.

 

I understand that you are not bound to accept any Application that you may receive.

 

I remain,

 

Yours sincerely,

 

 

Signature

 

 

Print name

 

Address:

Tel:

 

 

Attachment:

Form 3B. Curriculum Vitae (CV) of the Applicant

 

 

1

PROPOSED POSITION FOR

THIS PROJECT                                   :

[From the Terms of Reference, state the position for  which the Consultant will be engaged.].

2

NAME OF PERSON                             :

[state full name]

3

DATE OF BIRTH                                  :

[ dd/mm/yy]

4

NATIONALITY                                      :

 

5

MEMBERSHIP IN PROFESSIONAL

SOCIETIES                                        

[state rank and name of society and year of attaining that rank].

6

EDUCATION                                     

[list all the colleges/universities which the Applicant  attended, stating degrees obtained, and dates, and list any other specialised education of the Applicant ].

7

OTHER TRAINING

[indicate significant training since degrees under EDUCATION were obtained, which is pertinent to the proposed tasks of the Consultant].

8

LANGUAGES & DEGREE OF

PROFICIENCY

Language

Speaking

Reading

Writing

 

e.g. English

Fluent

Excellent

Excellent

9

COUNTRIES OF WORK EXPERIENCE

 

10

EMPLOYMENT RECORD

[starting with present position list in reverse order [every employment held and state the start and end dates of each employment]

[The Applicant should clearly distinguish whether as an “employee” of the firm or as a “Consultant” or “Advisor” of the firm].

[The Applicant should clearly indicate the Position held and give a brief description of the duties in which the Applicant was involved].

 

EMPLOYER 1

FROM: [e.g. January 1999]

TO: [e.g. December 2001

 

EMPLOYER 2

FROM:

TO:

 

EMPLOYER 3

FROM:

TO:

 

EMPLOYER 4 (etc)

FROM:

TO:

11

WORK UNDERTAKEN THAT BEST ILLUSTRATES THE CAPABILITY TO HANDLE THIS ASSIGNMENT

[give an outline of experience and training most pertinent to tasks on this assignment, with degree of responsibility held. Use about half of a page A4].

12

COMPUTER SKILL

 

 

CERTIFICATION

[Do not amend this Certification].

 

I, the undersigned, certify that (i) I was not a former employee of the Client immediately before the submission of this proposal, and (ii) to the best of my knowledge and belief, this CV correctly describes myself, my qualifications, and my experience. I understand that any wilful misstatement described herein may lead to my disqualification or dismissal, if engaged.

 

 

Signature

 

 

Print name

 

 

 

Date of Signing

 

dd / mm / yyyy

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 


Form 3C. Indicative Remuneration & Expenses

 

 

The Consultant should provide an indication of the remuneration as per the format shown below. This will not be used for evaluation of the Consultant’s Application but solely for the purposes of Application Negotiations to be held as stated in Clause 9.1 .

 

 

(1)              Remuneration

 

Rate

(per month / day / hour in Tk)

Staff Time

(No. month / day / hour)

Total (Tk)

 

 

 

 

Note: A month consists of 30 calendar days.

 

(2)                        Reimbursable (as applicable)

 

 

Rate per unit

Total unit

Total Amount (Tk)

(a)     Per Diem Allowance

 

 

 

(b)     Air Travel Costs

 

 

 

(c)      Other Travel Costs

        (state mode of travel)

 

 

 

(d)     Communication charges

 

 

 

(e)      Reproduction of Reports

 

 

 

(f)       Other Expenses (to be listed)

 

 

 

 

 

 

 

 

 

Sub-total

 

 

 

CONTRACT CEILING (1) + (2)

 

 

 

 


 

 

 

 

 

 

 

 

 Section 4.    Contract Forms

 

 

 

 

 

 

 

 

 

The Contract Agreement, which once completed and signed by the Client and the Consultant, clearly defines the Client’s and Consultants’ respective responsibilities.

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

           

4.1  Contract Agreement (Time-based)

 

THIS CONTRACT (“the Contract”) is entered into this day of [dd/mm/yy], by and between [insert name of Client] (“the Procuring Entity”) having its office at [insert address of Client], and [insert name of Consultant] (“the Consultant”) having his/her address at [insert address of Consultant].

 

WHEREAS, the Client wishes to have the Consultant performing the Services hereinafter referred to, and

WHEREAS, the Consultant is willing to perform these Services,

NOW THEREFORE THE PARTIES hereby agree as follows:

General

1.            Services

1.1      The Consultant shall perform the Services specified in Annex A (Description of Services), which are made an integral part of the Contract.

2.            Duration

2.1      The Consultant shall perform the Services during the period commencing from [dd/mm/yy] and continuing until [dd/mm/yy], or any other period as may be subsequently agreed by the parties in writing.

3.            Corrupt, Fraudulent, Collusive or Coercive Practices

3.1      The Government requires that Client , as well as Applicants, shall observe the highest standard of ethics during the implementation of procurement proceedings and the execution of Contracts under public funds.

 

3.2      The Government defines corrupt, fraudulent, collusive or coercive practices, for the purposes of this provision, in the  Sub-Clause 3.5

 

3.3      Should any corrupt, fraudulent, collusive or coercive practice of any kind come to the knowledge of the Client, it shall, in the first place, allow the Applicant to provide an explanation and shall, take actions only when a satisfactory explanation is not received.

 

3.4      If the Client at any time determines that the Applicant has, directly or through an agent, engaged in corrupt, fraudulent, collusive or coercive practices in competing for, or in executing, a Contract under public funds., the Client shall:

(a)            exclude the Applicant from participation in the procurement proceedings concerned or reject an Application for award; and

(b)             declare the Applicant ineligible, either indefinitely or for a stated period of time, from participation in procurement proceedings under public funds.

 

3.5      The Government defines, for the purposes of this provision, the terms set forth below as follows:

“corrupt practice” means offering, giving or promising to give, receiving, or soliciting either directly or indirectly, to any officer or employee of a Client or other public or private authority or individual, a gratuity in any form; employment or any other thing or service of value as an inducement with respect to an act or decision or method followed by a Client in connection with a Procurement proceeding or Contract execution;

“fraudulent practice” means the misrepresentation or omission of facts in order to influence a decision to be taken in a  Procurement proceeding or   Contract execution;

“collusive practice” means a scheme or arrangement between two (2)  or more Persons, with or without the knowledge of the Client, that is designed to  arbitrarily reduce the number of Tenders submitted or fix Tender prices at artificial, non-competitive levels, thereby denying a Client the benefits of competitive price arising from genuine and open competition; or

“coercive practice” means harming or threatening to harm, directly or indirectly, Persons or their property to influence a decision to be taken in the Procurement proceeding or the execution of a Contract, and this will include creating obstructions in the normal submission process used for Tenders, Applications, Proposals or Quotations.

4.            Applicable Law

4.1      The Contract shall be governed by and interpreted in accordance with the laws of the People’s Republic of Bangladesh

5.            Governing Language

5.1      The language governing the Contract shall be English, however for day to day communications in writing both Bangla and English may be used.

6.            Modification of Contract

6.1      The Contract shall only be modified by agreement in writing between the Client and the Consultant.

7.            Ownership of Material

7.1     Any studies, reports or other material, graphic, software or otherwise, prepared by the Consultant for the Client under the Contract shall belong to and remain the property of the Client.

 

7.2     The Consultant may, with the prior written approval of the Client, retain a copy of such documents and software, but shall not use them for purposes unrelated to the Contract.

8.            Relation between the Parties

8.1      Nothing contained in the Contract shall be construed as establishing or creating any relationship other than that of independent Consultant between the Client and the Consultant.

9.            Contractual Ethics

9.1      No fees, gratuities, rebates, gifts, commissions or other payments, other than those shown in the Contract, shall have been given or received in connection with the selection process or in the contract execution.

Payments to the Consultant

10.        Ceiling Amount

10.1     The Client shall pay the Consultant for the Services rendered pursuant to  ‘Description of Services’ ‘a ceiling amount not to exceed Tk [insert amount], which includes remuneration and reimbursable expenses as set forth in Clauses 10.2. These amounts have been established based on the understanding that it includes all of the Consultant’s costs as well as any tax obligation that may be imposed on the Consultant.

 

10.2     The composition of the Remuneration and Reimbursable which make up the ceiling amount are detailed in Annex B

11.        Remuneration

11.1      The Client shall pay the Consultant for Services rendered with the rates agreed and specified in ANNEX B  Cost estimates for Services and Schedule of Rates”. Remuneration rates shall be on monthly/daily/hourly [ delete those inappropriate ]

11.2      Monthly Rate:  The time spent in performing the Services shall include travel time, weekends and public holidays, and to the extent specified in Clause 15.2 shall also include periods of casual leave and sick leave. In cases where only part of a month is worked then remuneration shall be computed by dividing the monthly rate by 30 and multiplying by the number of days worked i.e. time spent (as described above) during that month;

                    or

 

Daily rate: The time spent in performing the Services shall be determined solely on the basis of the number of days actually worked by the Consultant, and shall include travel time, but not weekends, public holidays, casual or sick leave

                    or

 

Hourly rate: The time spent in performing the Services shall be determined solely on the basis of the number of hours actually worked by the Consultant, and shall include travel time, but not weekends, public holidays, casual or sick leave.

12.        Reimbursables

12.1      Per Diem Allowance:  The Consultant shall, when performing the Services away from the duty station, be entitled to per diem allowance in accordance with the agreed per diem rates.

 

12.2      Travel Costs: The Consultant shall, when performing the Services away from the duty station, be entitled to travel costs in accordance with the agreed   travel costs.

 

12.3      Other Expenses: The Consultant shall, when performing the Services, be entitled to reimbursement of any other expenses as detailed in Annex B.

 

12.4      For other reasonable reimbursable expenses not falling within the above three categories, but which may arise during performance of the Services, such expenses will only be reimbursed by the Client as it may at its sole discretion approve, subject to available of budget.

13.        Payment Conditions

13.1      Currency: Payments shall be made in Bangladesh Taka by the end of each calendar month or within fifteen (15) calendar days of receipt of the Invoice as the case may be.

13.2      Advance Payment: The Consultant shall, if he/she so requests, be entitled to a total advance payment, as specified in Annex B, to cover his/her out-of-pocket expenses which are to be recovered in equal installments from monthly amounts due to him/her.

[For aid funded procurement Advance Payments may be applicable. However, for 100% GoB funded procurement Advance payments shall not be applicable unless otherwise specifically decided by The Government.]

 

 

 

13.3      Monthly Payments: The Consultant shall submit an Invoice for Remuneration and Reimbursable at the end of every month and payments shall be made by the Client within fifteen (15) calendar days of receipt of the invoice.

13.4      Final Payment: The final payment shall be made only after the final report shall have been submitted by the Consultant and approved as satisfactory to the Client. If the Client notifies any deficiencies in the Services or the final report, the Consultant shall promptly make any necessary corrections, to the satisfaction of the Client.

13.5      Suspension: The Client may, by written notice of suspension to the Consultant, suspend all payments to the Consultant hereunder if the Consultant fails to perform his/her obligations under this Contract.

13.6      Refund of Excess Payment: Any amount if paid to the Consultant in excess of the amount actually payable under the provisions of the Contract shall be reimbursed by the Consultant within thirty (30) days of receipt of the claim from the Client, provided that such claim is lodged within three(3) months after the acceptance of the final report.

Obligations of the Consultant

14.        Medical Arrangements

14.1      The Consultant shall, before commencement of the Services furnish the Client with a medical report providing evidence satisfactory to the Client that the Consultant is in good health and is not subject to any physical or mental disability which may interfere with his/her performance of the Services.

15.        Working Hours and Leave

15.1      The Consultant shall, when engaged directly with the Client, follow the normal Working Hours and Holidays of the Client, and entitlement to leave as per the Client’s Rules.

 

15.2      The Consultant’s remuneration shall be deemed to cover  leave except otherwise specified in the Contract.

16.        Performance Standard

16.1      The Consultant undertakes to perform the Services with the highest standards of professional and ethical competence and integrity.

17.        Contract Administration

17.1      Client’s Representative

The Client’s representative, as indicated in Annex A, shall be responsible for the coordination of all activities under the Contract.

17.2    Timesheets

The Consultant providing Services may be required to complete standard timesheets or any other document to identify the time spent, as requested by the Client’s Representative.

18.        Confidentiality

18.1      The Consultant shall not, during the term of the Contract or within two years after its expiration, disclose any proprietary or confidential information relating to the Services, the Contract or the Client’s business operations without the prior written consent of the Client.

19.        Consultant’s Liabilities

19.1      The Consultant shall continue to cooperate with the Client after the termination of the Contract, to such reasonable extent as may be necessary to clarify or explain any reports or recommendations made by the Consultant.

 

19.2      The Consultant shall report immediately to the Client any circumstances or events which might reasonably be expected to hinder or prejudice the performance of the Services.

20.        Consultant not to be Engaged in Certain Activities

20.1      The Consultant agrees that, during the term of the Contract and after its termination, the Consultant shall be disqualified from providing goods, works or services (other than any continuation of the Services under the Contract) for any project resulting from or closely related to the Services.

Obligations of the Client

21.        Services, Facilities and Property

21.1     The Client shall, free of any charge to the Consultant, make available for the purpose of carrying out the assignment data, local services, personnel, and facilities indicated in Annex A.

 Termination and Settlement of Disputes

22.        Termination

22.1      By the Client

The Client may terminate the Contract by not less than twenty-eight (28) days written notice to the Consultant, Such notice to be given after the occurrence of any event necessitating such termination.

22.2      By the Consultant

          The Consultant may terminate the Contract, by not less than twenty eight (28) days written notice to the Client, if the Client fails to pay any monies due to the Consultant pursuant to the Contract.

23.        Dispute Resolution

23.1      Amicable Settlement

The Client and the Consultant shall use their best efforts to settle amicably all disputes arising out of or in connection with this Contract or its interpretation.

 

 

23.2      Arbitration

If the dispute cannot be settled the same may be settled through arbitration in accordance with the Arbitration Act 2001 of Bangladesh as at present in force. The place of Arbitration shall be in Dhaka.

 

IN WITNESS WHEREOF the parties hereto have signed this agreement the day and year first above written.

 

FOR THE CLIENT

FOR THE CONSULTANT

 

 

Signature

 

 

Signature

 

 

Print Name & Position:

 

 

Print Name:

         

                                                    

The following documents forming the integral part of this contract shall be interpreted in the following order of priority:

 

(a) The Form of contract

 

      Annex A: Description of Services

 

      Annex B:  Cost Estimates of Services and Schedule of Rates

    

      Annex C: Consultant’s Reporting Obligations

                                                    

ANNEX A: Description of the Services

 

 

[Give detailed descriptions of the Services including its (a) Background, (b) Objectives, (c) Detailed negotiated TOR providing a description of Services to be provided , (d) Work plan with dates for completion of various tasks, (e) Place of performance of different tasks, (f) Specific tasks to be approved by the Client; etc.).

 

[also ensure the following data is listed in this Annex in conformity with the Contract Agreement.

 

1.     The name of the main location (Duty Station) at which the Services are to be provided. Also advise if any other travel will be necessary, and if so, to which expected locations will the Consultant be required to travel.

 

2.     Indicate the Contact Addresses for Notices and Requests as indicated in Clause 22.1 of the Contract Agreement.

 

(a) Address of the Client:

            (With phone number, Fax number & e-mail)

 

 (b) Address of the Client:

             (With phone number, Fax number & e-mail)

 

3.     Logistics  and facilities to be provided to the Consultant by the Client are listed below:

·             Office space with furniture including file cabinet and  electric connection;

·             Office Assistant(s)/Support staff;

·             Office equipment like computer, printer etc;

·             Facilities for production and binding of reports etc. shall be the responsibility of the Client in case of Time based contract.

·             Any other facilities agreed by both Client & the Consultant.

 

 



ANNEX B
: Cost estimates of Services and Schedule of Rates

 

(A)      Remuneration

 

Name of Consultant

 

Rate, Taka

Quantity

Total

Taka

(a)

(b)

(c)

(d) = (b) x (c)

 

 

 

 

Remuneration is made on a [state monthly, daily or hourly] rate

 

Sub-Total (A)

 

(B)      Reimbursable

 

Items of reimbursable

Unit

Qty

Rate(Taka)

Total

(Taka)

(a)

(b)

(c)

(d)

(e) = (c) x (d)

(a) Per Diem Allowance

 

 

 

 

(b) Air Travel Costs

 

 

 

 

(c) Other Travel cost

 

 

 

 

(d) Communication charges

 

 

 

 

(e) Reproduction of reports

 

 

 

 

(f) Other Expenses (to be listed)

 

 

 

 

 

 

 

 

 

Supporting documents and vouchers must be attached with the invoice

 

Sub-total (B) =

 

CONTRACT CEILING (A) +(B)=

Total =

 

 


ANNEX C: Consultant’s Reporting Obligations

(Sample Format)

 

 

Sl.

No.

Reports

Contents of

Reports

Persons to

Receive them

Date of

Submission

1

Inception Report

 

 

 

2

 

Interim Progress Report

(a)               First Status Report

(b)               Second Status Report

 

 

 

3

Draft Report

 

 

 

4

Final Report