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

 


LGED Tender Banner

Government of the People’s Republic of Bangladesh

Local Government Engineering Department

Khulna Coal Based Power Plant Connecting Road

LGED-RDEC Bhaban (Level-09)

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):

  1. Chief Engineer, Local Government Engineering Department (LGED), Dhaka.
  2. Chairman, Bangladesh Power Development Board (BPDB), Dhaka.
  3. Director General, Central Procurement Technical Unit (CPTU), Dhaka. He is requested to publish the above notice in CPTU website.
  4. Director, Public Relations Department, Bangladesh Power Development Board (BPDB). WAPDA Building, Dhaka. He is requested to publish the above notice in BPDB website.
  5. Additional Chief Engineer (Implementation), Local Government Engineering Department (LGED), Dhaka.

6.       Project Director, Khulna Coal Based Power Plant Connecting Road, BPDB, Biddyut bhavan (8th floor), 1 Abdul Goni Road, Dhaka.

  1. Executive Engineer (MIS/GIS), LGED, Dhaka. He is requested to publish the above notice in LGED website with Request for Application (RFA) including Terms of Reference (TOR)  .

8.       Managing Director, Bangladesh India Friendship Power Company Limited (BIFPCL), Biddyut bhavan, 1 Abdul Goni Road, Dhaka.

  1. Executive Engineer, LGED, Bagerhat.
  2. Upazilla Engineer, LGED, Rampal, Bagerhat.
  3. The Editor, Daily Inqilab / Financial Express, He is requested to publish the above notice in his daily on or before 21.11.2014 in inner page for 1 day in minimum size and send the bill to the undersigned.

 

 

Bipul Chandra Banik

                                                                                                                              Project Manager

02-9110840

pd.kcbppcr@lged.gov.bd


 

 

Section 1.  Information to the Applicants

 

A.   General

 

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
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, 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.

 

 


 

Form 3A. Application Submission

 

                                                                                                                      [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.

 

I remain,

 

Yours sincerely,

 

 

 

 

 

Signature

 

 

Print name

 

 

Address:

 

Tel:

Mobile:

email:

 

 

 


 

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

 

 

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

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

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

Address:

 

Tel:

Mobile:

email:

 


Form 3C. Indicative Remuneration & Expenses

 

 

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

 

 

(1)          Remuneration

 

Rate

(per month / day / hour in Tk)

Staff Time

(No. month / day / hour)

Total (Tk)

 

 

 

 

Note: A month consists of 30 calendar days.

 

(2)                      Reimbursable (as applicable)

 

 

Rate per unit

Total unit

Total Amount (Tk)

(a)    Per Diem Allowance

 

 

 

(b)    Air Travel Costs

 

 

 

(c)    Other Travel Costs

        (state mode of travel)

 

 

 

(d)    Communication charges

 

 

 

(e)    Reproduction of Reports

 

 

 

(f)     Other Expenses (to be listed)

 

 

 

 

 

 

 

 

 

Sub-total

 

 

 

CONTRACT CEILING (1) + (2)

 

 

 

 


 

 

 

 

 

 

 

 

 Section 4. Contract Forms

 

 

 

 

 

 

 

 

 

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

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

           

4.1  Contract Agreement (Time-based)

 

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

 

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

WHEREAS, the Consultant is willing to perform these Services,

NOW THEREFORE THE PARTIES hereby agree as follows:

General

1.        Services

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

2.        Duration

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

3.        Corrupt, Fraudulent, Collusive or Coercive Practices

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

 

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

 

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

 

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

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

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

 

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

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

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

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

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

4.        Applicable Law

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

5.        Governing Language

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

6.        Modification of Contract

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

7.        Ownership of Material

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

 

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

8.        Relation between the Parties

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

9.        Contractual Ethics

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

Payments to the Consultant

10.     Ceiling Amount

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

 

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

11.     Remuneration

11.1     The Client shall pay the Consultant for Services rendered with the rates agreed and specified in Annex B “Cost estimates for Services and Schedule of Rates”. Remuneration rates shall be on monthly. [ 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 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 D: Time Sheet

                                                                 

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:

 



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

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

Section 2. Terms of Reference (ToR)

for

Individual Consultant - Field Engineer (6 Posts).

 

 

 

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

  • To monitor and supervise the works during implementation in order to ascertain whether the work progressed as per design, drawing and specification.
  • To maintain liaison with BPDB, BIFPCL and other agencies
  • To prepare “AS BUILT DRAWING” of Infrastructure.
  • To supervise Static Load Test of cast-in-situ piles and Integrity Test of piles, review report and comment.
  • Assist RE/ARE to supervise quality control test of construction materials and concrete works as required in LGED or other laboratory.
  • Assiost RE/ARE to Prepare mix design of concrete
  • Assist RE/ARE to prepare quality assurance plan, forms, check lists, scheme closer report, training manuals/guidelines etc.
  • To supervise Static Load Test of cast-in-situ piles and Integrity Test of piles, review report and comment.
  • To supervise quality control test of construction materials and concrete works as required in LGED or other laboratory.

·         Will be guided and take suggestions from RE/ARE.

  • Will be liable to Project Manager of KCBPPCR and will accomplish any other duties assigned by him and his authorised representative.

 

 

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.