LGED Tender Banner

 

Government of the People’s Republic of Bangladesh

Local Government Engineering Department

Coastal Climate Resilient Infrastructure Project (CCRIP)

Level-3, RDEC Bhaban LGED HQ

Agargoan, Dhaka-1207.

 

Memo No: LGED/PD/IFAD/Consultants/17/2013/4375                                                                               Date: 08-03-2015

 

 

Request for Expression of Interest (EOI)

For

Selection of Field Monitoring Officer (FMO) and Financial Management Specialist (FMS)

                                                                                                     

 

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:

Name of Position

Number of Position

Duration of Service

Duty Station

Educational Qualification

Brief requirement of  experience and adequacy for the service

Brief Terms of Reference (TOR)

Field Monitoring Officer

12 (Twelve)

44 (Forty Four) Months of each position.

The incumbent will be stationed at any of the CCRIP project district offices of LGED namely: Gopalgonj, Madaripur Shariatpur ; Khulna, Bagerhat Sathkhira; Barisal, Patuakhali, Barguna, Jhalokathi, Bhola, Pirojpur and frequent visit to fields within the district.

Preferably Masters in Social Science or Engineering, with some formal training in M&E as an advantage.

Preferably 5 years working experience in rural infrastructure improvement project/community development project including 2 years working experience on monitoring activities in Foreign Aided Project at field level. Experience of M&E in foreign aided project will be treated as 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.

Under the overall guidance of the  Project Director and direct supervision of the Project, the Field Monitoring Officer (FMO) will be responsible for designing and implementing the M&E activities of the Project; assisting the Monitoring, Evaluation and Knowledge Management Specialist in preparing Quarterly/Annual reports on project progress and will monitor the project activities on a regular basis, developing and maintaining the MIS of the Project and will be responsible for the collection & analysis of different data in relation to the project activities.

 

 

The incumbent will assists in formulation of Labor Contracting Societies (LCSs) and carry out intensive monitoring of all activities of LCS related to training, procurement, works implementation, record maintenance, reporting etc. Besides, he/ she will assist the project management in organizing and conducting different training programs of the project.

 

He/ she will also be able to drive motor bike;

The detailed TOR of this position is attached with the Standard Application Form.

 

 

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)

Financial Management  Specialist

 

1 (one)

18 (Eighteen) months

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

 

Preferably 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). Be familiar with the IPSAS accounting system and introduce double entry accounting  system in the project by giving training to the relevant accounting staff

The Financial Management Specialist will assist and advise the project management in all financial matters. He will train all finance and accounting staff of the project on double entry accounting software to build their capacity to maintain their accounting as per international standard.  Prepare manuals for conducting financial training.

The detailed TOR of this position is attached with the Standard Application Form.

 

 

 

 

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 May 2015.

 

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 08 April, 2015 in sealed envelope delivered to the Project Director, Coastal Climate Resilient Infrastructure Project (CCRIP), Level-3, RDEC Bhaban, LGED HQ, Agargaon, Dhaka-1207 and be clearly marked “Request for Expressions of Interest for Selection of Individual Consultant of Field Monitoring Officer (FMO) or Financial Management Specialist (FMS)” which is applicable.

 

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

 

 

 

 

(A.K.M. Luthfur Rahman)

Project Director

 

 

                                                                          

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

Description: Copy of logo1
 

 

 

 

 

 


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

 

 

 

 

 

 

Request for Application (RFA)

Selection of Field Monitoring Officer (FMO)

 

 

(Time Based)

 

 

 

 

                              

 

 

 

 

 

 

 

 

Invitation for EOI Ref. No.

: LGED/PD/IFAD/Consultants/17/2013/4375          

   Date: 08-03-2015

EOI Package No.

: CCRIP/IFAD/FMO/2015/01

Issued to:

:_________________________________

 _________________________________

 _________________________________

 

Issued on (Date):

:  ____________

 

March 2015


 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

                                                             


 

 

Table of Contents

 

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

Section 1.  Information to the Applicants. 4

A.     General 4

1.      Scope of assignment 4

2.      Qualifications of the Applicant 4

3.      Eligible Applicants. 4

4.      Corrupt, Fraudulent, Collusive or Coercive Practices. 5

5.      Conflict of Interest 5

B.     Preparation, Submission & Modification or Substitution of Applications. 5

6.      Preparation of  Application. 5

7.      Submission of Application. 6

C.     Evaluation of Applications. 6

8.      Evaluation of applications. 6

9.      Application   Negotiations. 7

D.     Award of Contract 8

10.    Award of Contract 8

11.    Debriefing. 8

12.    Commencement of  Services. 8

Section 2.  Terms of Reference. 9

Section 3. Application Forms. 13

Form 3A. Application Submission. 13

Attachment: 13

Form 3B. Curriculum Vitae (CV) of the Applicant 14

Form 3C. Indicative Remuneration & Expenses. 16

Section 4. Contract Forms. 17

4.1  Contract Agreement (Time-based) 17

General 17

1.      Services. 17

2.      Duration. 17

3.      Corrupt, Fraudulent, Collusive or Coercive Practices. 17

4.      Applicable Law. 18

5.      Governing Language. 18

6.      Modification of Contract 18

7.      Ownership of Material 18

8.      Relation between the Parties. 18

9.      Contractual Ethics. 18

Payments to the Consultant 18

10.    Ceiling Amount 18

11.    Remuneration. 19

12.    Reimbursables. Error! Bookmark not defined.

13.    Payment Conditions. 19

Obligations of the Consultant 20

14.    Medical Arrangements. 20

15.    Working Hours and Leave. 20

16.    Performance Standard. 20

17.    Contract Administration. 20

18.    Confidentiality. 21

19.    Consultant’s Liabilities. 21

20.    Consultant not to be Engaged in Certain Activities. 21

Obligations of the Client 21

21.    Services, Facilities and Property. 21

Termination and Settlement of Disputes. 21

22.    Termination. 21

23.    Dispute Resolution. 21

ANNEX A: Description of the Services. 23

ANNEX B: Cost estimates of Services and Schedule of Rates. 24

ANNEX C: Consultant’s Reporting Obligations. 25

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 06 April 2015 up to 14.00 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 on 1st May 2015 at the location PMO, CCRIP, LGED HQ, Agargaon, Dhaka-1207 The duration of the contract shall be 18 (eighteen) months   from the date of commencement.

 

 


 

Section 2.            Terms of Reference

For

    Field Monitoring Officer

 

 

Background

 

The Government of the People’s Republic of Bangladesh (GoB) has received loans and grants for implementation of the Coastal Climate Resilient Infrastructure Project (CCRIP) from the International Fund for Agricultural Development (IFAD), Asian Development Bank (ADB) and KfW.

 

Goal

 

Improvement of livelihood in the selected coastal districts vulnerable to climate change and increase of safety of the population as well as the rural infrastructures during extreme climatic events.

 

Scope of the Project

 The project scope includes:

 

a)    Improvement of Upazila, union and village roads to climate resilience standards and construction of Bridges and culverts to withstand extreme climatic events

 

b)    Improvement and expansion of Market infrastructure, construction of Women market sections, construction of Boat landing (facilities) platforms (ghats), establishment of Market Management Committees (MMC) and formation, training and employment of LCS

 

c)    Development of climate resilient rural infrastructure management plan by Village authorities, improvement of climate disaster shelters, training for LGED and local government on climate-proofing of rural infrastructure and development of Knowledge management frameworks for climate change

 

Specific Objectives

 

The specific objectives of the project are to:

a)    Improve rural connectivity and upgrade market services through development of 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.

 

b)    Enhance security and safety of rural infrastructures through development of rural infrastructures up to climate resilient standards which includes enhanced resilience to present climate effects plus forecasted future climate change impacts.

 

c)    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.

 

d)    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.

 

e)    Create employment opportunities through project interventions.

 

 

Rationale for employment of Field Monitoring Officer

 

 

The Coastal Climate Resilient Infrastructure Project  includes huge infrastructure development works such as 646 Km Road development works, 270.Km canal digging  285 nos market development , 25 nos climate disaster shelter  etc. . A considerable volume of works will be executed through Labor Contracting Societies. Regular monitoring of the work is a prerequisite for ensuring timely implementation with quality. Besides, close monitoring is necessary for every steps of LCS activities including LCS formation, training, procuring materials, supervision of works, wage and profit distribution, maintaining accounts and records etc. However, the project does not have any provision of monitoring officer at district level who can carry out these gigantic tasks of monitoring. Due to absence of this type of personnel, the project is lacking in getting day to day monitoring data from the field, which in turn affects the progress of project.

 

No of Post, Qualification and experience

 

No of Post: 12 (Twelve) nos

 

Education: Preferably Masters in Social Science or Engineering.

 

Experience: Preferably 5 years working experience in rural infrastructure improvement project/community development project including 2 years working experience on monitoring activities in Foreign Aided Project at field level. Experience of M&E in foreign aided project will be treated as added advantage.

 

He/she should have also sound knowledge in computer operation with relevant programs suitable for data processing and analyzing.

 

 

 Work Station

 

 

The incumbent will be stationed at the CCRIP project district office of LGED namely Gopalgonj, Madaripur and Shariatpur; Khulna, Bagerhat and Sathkhira; Barisal, Patuakhali, Barguna, Jhalokathi, Bhola and Pirojpur. He will be responsible for supervising and monitoring of all CCRIP activities within the district. He will work under the guidance of the Head of Regional Office, CCRIP about his day to day business.  He will also keep informed about the day to day monitoring activities to Executive Engineer, LGED.

 

 

Tasks

 

Under the overall guidance of the  Project Director and direct supervision of the Project, the Monitoring  Officer will be responsible for the monitoring and ensuring high quality and timely inputs, and for ensuring that the project maintains its strategic vision and that its activities result in the achievement of its intended outputs in a cost effective and timely manner.
The Monitoring officer will be responsible for designing and implementing the M&E activities of the Project; assisting the Monitoring, Evaluation and Knowledge Management Specialist in preparing Quarterly/Annual reports on project progress and will monitor the project activities on a regular basis, developing and maintaining the MIS of the Project and will be responsible for the collection & analysis of different data in relation to the project activities.

 

 

1.    He will supervise and monitor the CCRIP activities and report the latest progress to Executive Engineer, Sr.AE, RPO, PMO and MEK Specialist on regular basis;

 

2.    Assists in formulation of Labor Contracting Societies (LCSs) and carry out intensive monitoring of all activities of LCS related to training, procurement, works implementation, record maintenance, reporting etc.

 

3.     Maintenance of Resister and all kinds of Record of LCS, monitor the attendance records through the Attendance Register. Collection of all kinds of cost related to LCS activities for submission of district XEN office for reimbursement

4.    Work under the guidance of  the MEK Specialist to develop M&E manual different  reporting formats for the project;

5.    Assist Executive Engineer and Upazilla Engineer in organizing and conducting training for the project;

6.    Coordinate and assist other DSC, MSC, INGOs and other Consultants of the project;

7.    Develop a transparent progress monitoring and reporting system with adequate quantitative and qualitative indicators keeping consistency with project logframe to allow the project staff to effectively monitor the progress performance and the impact of the different components;

8.    Assist the XEN and the Upazila Engineer in the engagement of “Construction Observers” to assist monitoring of subproject works and/or where necessary intensity of monitoring is difficult to achieve by other team staff.

9.    Computerize   the system and train the staff as and when required to make the M&E system effective;

10. Provide support and assist in conducting training to relevant project staff in documentation for knowledge Management activities;

11. Organize and assist to carryout annual, midterm and final household impact assessment;

12. Prepare and consolidate quarterly physical and financial progress reports for all project activities within 2 weeks after the end of the quarter.

13. Prepare half-yearly and annual progress reports to meet need of the Inter-Ministerial Steering Committee, IFAD and  PMU as well;

14. Assist external monitoring, review and evaluation teams;

15. Document the learning and  especially the good practices of the project activities for results dissemination;

16. Arrange workshop and seminar for sharing the project results at field level

17. Assist in coordinating across the available components of the Project to ensure effective implementation of M&E

18. Coordinate with different line agencies, local government bodies and stakeholders in planning and implementation relating to the project in line with monitoring activities.

19. Any other duties assigned by the Project Director for project’s need.

 

 

 

Duration of the assignment

 

Initially 18 (Eighteen) months contract. Contract may be extended for the entire duration of the project depending on satisfactory performance.

 

 

 

 

Services to be provided by the Client

 

Project will provide necessary logistic and other supports (office space, computer, stationery, motor Bike etc.) as per the project provision. He will entitle government and other permissible holidays.  

 

Qualification and experience

 

Education: Preferably Masters in Social Science or Engineering.

 

Experience: Preferably 5 years working experience in rural infrastructure improvement project/community development project including 2 years working experience on monitoring activities in Foreign Aided Project at field level. Experience of M&E in foreign aided project will be treated as added advantage.

 

 He/she should have sound knowledge in computer operation with relevant programs suitable for data processing and analyzing.

 

 

Reporting requirements

 

The incumbent will submit Monthly Progress Report, Quarterly & Half-yearly progress report, Annual Progress Report, Completion Report and others reports as the project considers reasonable.

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

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)    Other Travel Costs

        (state mode of travel)

 

 

 

(c)    Communication charges

 

 

 

(d)    Reproduction of Reports

 

 

 

(e)    Other Expenses (to be listed)

 

 

 

 

 

Sub-total

 

 

 

CONTRACT CEILING (1) + (2)

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 Section 4.    Contract Forms

 

 

 

 

           

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.        Reimbursable

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