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, |
-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
Local Government Engineering Department
Coastal Climate Resilient Infrastructure
Project (CCRIP)
Level-3, RDEC Bhaban, LGED HQ, Agargaon, Sher-e-Bangla Nagar
Dhaka-1207,
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
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
2. Qualifications of the Applicant
4. Corrupt, Fraudulent, Collusive or Coercive Practices
B. Preparation, Submission & Modification or Substitution of Applications
Form 3A. Application Submission
Form 3B. Curriculum Vitae (CV) of
the Applicant
Form 3C. Indicative Remuneration
& Expenses
4.1 Contract Agreement (Time-based)
3. Corrupt, Fraudulent, Collusive or Coercive Practices
8. Relation between the Parties
20. Consultant not to be Engaged in Certain Activities
21. Services, Facilities and Property
Termination and Settlement of
Disputes
ANNEX A: Description of the
Services
ANNEX B: Cost estimates of Services
and Schedule of Rates
ANNEX C: Consultant’s Reporting
Obligations
Request for Expressions of
Interest
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
|
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. |
||
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.
Form 3A : Application Submission Form
Form 3B : CV of the Applicant
Form 3C: Remuneration and Reimbursable
[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.
Yours sincerely,
|
Signature |
|
Print
name |
|
Address: Tel: |
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 |
|
Writing |
|
|
e.g. English |
Fluent |
Excellent |
Excellent |
||
9 |
COUNTRIES OF |
|
||||
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 |
|
|
|
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) |
|
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, |
|
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 |
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
|
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
[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.
(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 = |
(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 |
|
|
|