Government of the People’s Republic of Bangladesh
Local Government Engineering Department
Khulna Coal Based
Power Plant Connecting Road Project
LGED-RDEC Bhavan (Level-9), Sher-e-Banglanagar,
Agargaon
Dhaka-1207.
Request for
Application (RFA)
Selection of
Individual Consultant (National)
Field Engineer 6 (Six) Posts
(Time Based)
________________________________________________________
November 2014
Government of the People’s
Republic of Bangladesh
Local Government Engineering Department
Agargoan, Sher-e-bangla Nagar
Dhaka-1207
www.lged.gov.bd
Memo No. : LGED/KCBPPCR/D-01/2014/127
Dated-
18/11/ 2014
Request for
Expression of Interest (EOI)
1. |
Ministry/Division
|
Ministry of Energy & Mineral Resources
/ Power Division |
2. |
Agency |
Bangladesh Power Development Board (BPDB) |
3. |
Client Name |
Project Manager, Khulna Coal Based Power Plant
Connecting Road Project, LGED |
4 |
Client
District |
Dhaka. |
5. |
Expression
of Interest for |
Individual
Consultant (National) |
6. |
Procurement
Sub-Method |
SIC
(Selection of Individual Consultant) |
7. |
Source of
Funds |
GoB |
8. |
Project
Code (if applicable) |
5095 |
9. |
Project
Name |
Khulna Coal
Based Power Plant Connecting Road Project |
10 |
Place of
EoI submission |
Office of
Project Manager, Khulna Coal Based Power Plant Connecting Road Project, LGED-RDEC Bhaban (Level-09),
Agargaon, Sher-e-Bangla Nagar, Dhaka-1207 |
11. |
EoI Closing
Date & Time |
08/12/2014
upto office hours |
12. |
LGED now invites Expression of Interest (EoI) from a
experienced Individual Consultant (National) for the following positions. |
Sl |
Total post |
Name of the post |
Educational Qualification & Experience |
Tenure (Month) |
Maximum Age Limit |
Brief Job Description |
A |
1 (One) |
Resident
Engineer |
B.Sc in Civil Engineering with 10 Yrs Overall Experience & 5 Yrs
Relevant Experience |
12 (Twelve) |
50 Years |
Will act as a key and Senior Specialist in
Supervision of infrastructural works. Ensure total quality control of works
done by the contractors of the project with stay full time in the project
site at Rampal, Bagerhat. |
B |
1 (One) |
Assistant
Resident Engineer |
B.Sc in Civil Engineering with 8 Yrs Overall Experience & 3 Yrs
Relevant Experience |
12 (Twelve) |
50 Years |
Ensure total quality control of works done by the
contractors of the project with stay full time in the project site at Rampal,
Bagerhat. |
C |
6 (Six) |
Field
Engineer |
B.Sc in Civil Engineering with 5 Yrs Overall Experience OR Diploma in Civil Engineering with 10 Yrs Overall
Experience |
6 (Six) |
50 Years |
Ensure the proper installation of 122703 sand
piles in terms of quality and quantity.Close Supervision of civil works with stay
full time in the project site at Rampal, Bagerhat. |
Applicants are invited
to provide information indicating that they are qualified to perform the services ( complete CV with
detail information about key
experiences, employment history including duties and responsibilities,
current remuneration, academic details, knowledge and skill, contact address
including telephone/mobile and email. The consultant will be selected in
accordance with the selection guidelines mentioned in PPR 2008. Only the
shortlisted candidates will be contacted. It is expected that the services will
be commenced in January, 2015.
Interested Applicant can download the Request for
Application (RFA) including Terms of
Reference (TOR) from LGED website (www.lged.gov.bd) or request by email
(pd.kcbppcr@lged.gov.bd) or from the address provided contacting in person
during the office hours (09:00 AM to 05:00 PM) on or before 07/12/2014.
EoI must be submitted in sealed envelope clearly
marked “Request for Expression of Interest for Selection of (name of the
post)”. EOI received after the deadline of submission will not be considered
for short listing.
a)
Partial/incomplete
EOI will be rejected.
b) The authority reserve the right to accept or reject
any or all of the EOIs or cancel the EOI process at any stage
without assigning any reason
whatsoever and without incurring any liability to the affected applicant (s).
c)
LGED will not be
responsible for any delay in submission due to postal or other reasons.
For any clarification and background information,
intending applicants may contact at the given address.
Bipul
Chandra Banik
Project Manager
02-9110840
pd.kcbppcr@lged.gov.bd
Memo No. LGED/KCBPPCR/D-01/2014/127/1(15) Dated-
18/ 11/ 2014
Copy (Not in
order of seniority):
6.
Project
Director, Khulna Coal Based Power Plant Connecting Road, BPDB, Biddyut bhavan
(8th floor), 1 Abdul Goni Road, Dhaka.
8.
Managing
Director, Bangladesh India Friendship Power Company Limited (BIFPCL), Biddyut
bhavan, 1 Abdul Goni Road, Dhaka.
Bipul
Chandra Banik
Project
Manager
02-9110840
pd.kcbppcr@lged.gov.bd
1. Scope of assignment
|
1.1 The
Client has been allocated Public fund for Supervision charge of LGED and
intends to select an Individual Consultant 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. |
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 3.5 |
|
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, post,
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 08-12-2014
up to office hours 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: |
||
|
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 60 shall
be considered disqualified. |
||
|
8.4
Applications shall be evaluated by the PEC, who shall prepare a
short-list of 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. |
||
|
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 per post 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 finalise 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 January
2015 with stay full time in
the project site at Rampal, Bagerhat. The duration of the contract shall be 6
Months from the date of commencement. |
||
[Location: dd/mm/yy]
To:
Project
Manager
Khulna Coal Based Power Plant Connecting Road Project”
LGED-RDEC Bhaban (Level-09),
Agargaon, Sher-e-Bangla Nagar,
Dhaka-1207
Dear Sir:
I am hereby submitting my
Application to provide the consulting Services for Field Engineer in strict accordance with your Request
for Application vide memo no. LGED/KCBPPCR/D-01/2014/127 Dated- 18/11/ 2014
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: Mobile: email: |
|
1 |
PROPOSED POSITION FOR THIS PROJECT : |
Field
Engineer |
||||
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 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 |
|
|
|
|
|
Address: Tel: Mobile: email: |
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, 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 |
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. [ 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: No |
|
12.2 Travel Costs: No |
|
12.3 Other Expenses: No |
|
|
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. |
|
|
|
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
time sheets Annex-D 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
Annex D: Time Sheet
[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:
(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 |
|
|
|
1. BACKGROUND
:
Local Government Engineering Department (LGED) under the Local Government Division (LGD) of Ministry of Local Government, Rural Development & Co-operatives (LGRD & C) is responsible for planning and implementation of rural infrastructure to improve rural communication and transport network, creation of employment opportunities for rural poor and contribute towards poverty reduction as a whole of the country. Presently LGED is implementing many projects throughout the country. These include construction of roads, bridges multi-storied buildings, auditoriums, memorials, functional buildings, Primary school cum cyclone shelters, markets and other infrastructures. Also LGED supports other Ministries & Local Government Institutions (LGIs) in preparing design of Infrastructure Supervision.
Bangladesh Power Development Board (BPDB) plans for installation of three mega coal based thermal power stations in the country. One of the proposed power stations is Khulna 1320MWx2 Coal based Power plant which will be located on the bank of Pasur River at Rampal Upazila in Bagerhat district
At
present the proposed power plant site has been proposed to connect by the
proposed Khulna-Mongla Highway to the proposed power plant. The total length of
the proposed road is 6.00 km (2 Lane) . Presently, the road alignment is not
instantly ready for further improvement as to why there is no existence of
earthen embankment and thus it needs full earth work for making a new
embankment just before starting construction pavement work. The proposed all
weather road requires 122703
Vertical sand drains, 2 nos (48 m and 75m) Four lane bridge with both side footpath and
Large diameter deep bored
piles in bridge foundation 10 nos
4 Lane culverts at different Chainage along the alignment.
In order to assist LGED to carry out detail supervision of different type of Infrastructure Construction in consultation with LGED officials and other professionals, it is necessary to engage 1(One) Individual Consultant as Resident Engineer, 1(One) Individual Consultants as Assistant Resident Engineer and 6 (Six) Individual Consultants as Field Engineers . The present TOR is intended to appoint 6 (Six) Individual Consultant titled as Field Engineer.
2. OBJECTIVE OF THE ASSIGNMENT:
The
primary objectives of this assignment is a) To ensure overall quality of the
whole works b) To ensure the work will be completed in terms of quality and
quantity c) To disseminate advanced technology to the field engineers.
3. SCOPE
OF CONSULTING SERVICES:
3.1
Duties
and Responsibility:
The consultant shall work closely with Project Manager and under supervision of Upazilla Engineer, LGED, Rampal, Bagerhat and Resident Engineer (RE)/ Assistant Resident Engineer (ARE). The prime responsibility of the consultant is to supervise the Infrastructure Construction work of Construction of Khulna Coal Based Power Plant Connecting Road (KCBPPCR) from Khulna-Mongla Highway at Babubari in Rampal Upazila under Bagerhat District, which includes the foundation treatment of soft soil, embankment preparation, 2 Lane pavement work , slope protection work, Bus Bay and passenger sheds, construction of 4 Lane bridges and culverts and road safety works. The consultants will work under the guidance of LGED following the guidelines of Government of Bangladesh. He/She will carry out his/her tasks in accordance with accepted professional standards and utilizing sound engineering practices. In conducting this work, the Consultant shall cooperate fully with Government officials related to the project. He/She shall be solely responsible for the quality of works. The key responsibilities of the professional for the above services are mentioned below:
·
Full
time Stay in project work sites at Rampal upazilla under Bagerhat district and
ensure quality control procedures are being followed
·
Ensure
the proper installation of 122703 Vertical sand drains in terms of quality and quantity.
·
Close
Supervision of civil works
·
Total
quality control of work
done by the contractors.
·
Assist RE/ARE to ensure timely preparation and submission
of the progress report
·
Will be guided and take suggestions from RE/ARE.
4. REPORTING
REQUIREMENTS:
The Consultants shall prepare Monthly activity report which will brief Monthly target and achievement of the assignment given by the client & will be submitted 1st week of each month to Project Manager, KCBPPCR, LGED HQ.
5. DATA, LOCAL SERVICES AND FACILITIES TO
BE PROVIDED BY THE GOVERNMENT:
5.1 Study Reports, Traffic and Technical Data: LGED will provide the Consultants with all available data as and when required:
§ All relevant drawing and estimate related to the project
§ LGED’s Unit Rate Analysis and Unit Rates etc.;
§ Topographical survey map & sub-soil investigation report of Infrastructure.
§ Other document required if available in LGED.
5.2. Facilities to be provided:
5.2.1 Consultant can use Computer, Printer and necessary consumables at Rampal Upazilla Engineer's office, Bagerhat.
6. TIME SCHEDULE:
The expected duration of the assignment is about 6 months and expected to be commenced on January, 2015
7. PROFESSIONAL STAFFING INPUTS:
7.1 The Assignment is to be started immediately after contract award.
8. Educational
Qualification & Experience for the assignment
B.Sc
in Civil Engineering with 5 Yrs Overall Experience OR Diploma in Civil Engineering with
10 Yrs Overall Experience in flexible pavement road, RCC bridge/culverts
and experience in piling.
9. Working hour :
The working hour of the consultant will be same as the Govt. office. The consultant may need to spend extra hours beyond the govt. working hour to meet the specific project needs
10. Working
station :
The consultant will stay full time in project work sites at Rampal upazilla under Bagerhat district
11.
Others
:
·
Necessary
documentary evidences shall be attached with the application.
·
The
client may need physical verification of information and documents provided by
the consultant and shall be agreed upon there by.
·
The
consultant may need to undergo for a practical demonstration of his/her skill
on Construction Management.
· Any false statement will lead to cancellation of application of this assignment and he/she may be debarred from existing /future assignment of LGED in any capacity.