Government of the
People’s Republic of Bangladesh Local
Government Engineering Department Disaster
Damage Rural Road Improvement Project: 3 Hill districts (DDRRIP:3
Hill districts) Level-10,
RDEC Bhaban, Agargaon, Sher-E-Bangla
Nagar, Dhaka-1207 |
|
Memo
No. LGED/PD/DDRRIP-3 Hill districts/C-01/2019/ Date : 02/01/2019
REQUEST FOR EXPRESSIONS OF
INTEREST(EOI No.02/2018-2019)
(CONSULTING SERVICES–FIRMS
SELECTION)
Name
of Project: Disaster Damage Rural Road Improvement Project : 3 Hill districts (DDRRIP
: 3 Hill
districts)
Package
No: DDRRIP-3 Hill District/S02
Assignment Title: Recruitment of Design, Supervision
and management consulting firm
Disaster Damage
Rural Road Improvement Project: 3 Hill districts, under implementation by Local Government Engineering Department
(LGED), Ministry of Local Government, Rural Development & Cooperatives
(MoLGRD&C), and funded by Government of Bangladesh (GoB), intends to apply
a part of the proceeds of the fund to use under the contract for the services
of “Design, Supervision and Management
Firm”. The project area covers 3 Hill districts:
Rangamati, Bandarban and Khagrachari).
The consulting services
(“the Services”) include Preparation
of Design and Estimate, Tender Documents, Construction Supervision and Bill
certification. The main objective of the consultancy service under this Terms
of Reference (TOR) is to provide technical, socio-environmental and management support
to the LGED Project Management Unit (PMU), the district level officials and the
upazila level officials of LGED to implement the project ensuring compliance
with the policies / guidelines of the Government of Bangladesh (GoB). Broadly
the objective is summarized below:
(i) Prepare detailed design and drawings of rural hilly
road network system along with sustainable road embankment including slope
management system, bridges, culverts etc. as per standards of LGED and best
practices for implementation of project activities (Design Phase).
(ii) Conduct comprehensive supervision of the construction of works under this project that will
be closely monitored by the LGED and the Technical Advisor (Construction Phase)
(iii) Carry out
Topographic surveys, hydrological, hydraulic and morphological study (for more
than 100m bridges) and Geo - technical Investigations
(where applicable ) and other relevant studies (as required) of roads and
bridges in consultation with the LGED Upazilla and district level officials;
(iv)
Carryout
Environmental Impact Assessment (EIA) and Conduct all the activities for
Environmental clearance from Department of Environment (DOE).
(v)
Prepare Cost Estimates and Tender Documents
of civil works; The document must
consider climate resilience as well as cost beneficiary approach and road
safety.
(vi)
Prepare Slope Management Guideline for three
hill districts under close monitoring and Supervision of a Technical Advisor.
(vii)
Assist PMU’s to specially for constructing
hillside protection & storm water drainage network;
(viii)
Support
the PMU/district units/ upazila units in project planning, monitoring,
reporting and financial management and to improve the existing system;
(ix)
Develop training programs for its staff and
other stakeholders in technical and non-technical areas. These programs
functions are to improve levels of competence and build a more community
oriented, gender sensitive, climate change adaptation, road safet y and
participatory approach to their duties and responsibilities;
(x)
Organize
semi-annual review meetings/conferences.
(xi)
Prepare Monthly,
Quarterly and Yearly Progress report.
(xii)
Any additional
task/duty identified and assigned by the Project Director for smooth
implementation of the project.
The Consultants services will be commenced
on around June 2019 and completed by June 2021.
The Local
Government Engineering Department (LGED) now
invites eligible consulting firms (“Consultants”) to indicate their interest in
providing the Services. Interested Consultants should provide information demonstrating
that they have the required qualifications and relevant experience to perform
the Services.The shortlisting criteria are:
a. Legal Documents of the Firm
(Registration Paper, updated TIN and VAT registration number, trade license,
etc.)
b. Age of firm
(Years in relevant business).
c.
Availability of key professionals to carry out the
assignment including their name, date of birth, qualification and length of
experience in years.
d. Financial
capacity of the Firm (annual turnover of last 3 years).
e.
Experience of similar nature of service in the past
five (5) years including location, assignments, tasks and cost and duration of
each assignment. (Year counting backward
from the date of EOI publication).
f.
Experience in other works in the past five (5) years
including location, assignments, tasks and cost and duration of the assignment.
(Year counting backward from the date of
EOI publication).
g.
Organization’s Brochure.
h. JV
agreement/letter of intent (if applicable).
Other
Terms and Conditions:
1. Local Firms may
associate with other Local Firms to enhance their
qualifications. If associated should indicate whether
the association is in the form of “Joint
venture (JV)” or “sub-consultancy”. In the formation of JV, the number of the
Firms should be two including lead
Firm. Any Firm or JV can participate in
this package.
2.
The Local Firms will be
selected in accordance with the Selection of Quality & Cost Based
Selection (QCBS) procedures as set out in Standard Documents according to
PPR-2008. Interested The Local Firms may obtain further information
at the address below during office hours.
A shortlist of The Firms will be prepared, from the EOIs to request proposals for this
assignment.
3.
Two signed copies with an original and a
photocopy for this package of EOI shall be submitted in a sealed envelope
through Registered post, or delivered by hand, subscribing “ Design, Supervision and Management Consultant Firm”, Disaster Damage Rural Road Improvement Project : 3 Hill
districts( DDRRIP : 3 Hill districts), Level-10,RDEC Bhaban, Agargaon, Sher-e-Bangla Nagar,
Dhaka-1207 at the top left corner of the envelope to the following
address by 2:00 pm on 12 February, 2019.
The
procuring entity reserves the right to accept or reject any or all EOIs without
stating any reason whatsoever.
Sd/-
( Nur Nabi)
Project Director
Tel : +880-2-9115124,
E-mail : pd.ridpcht-2p@lged.gov.bd.com
Copy forwarded for kind
information:
1.
Chief Engineer,
LGED, Dhaka-1207.
2.
Additional Chief
Engineer (Implementation/Maintenance/Planning/Urban
Management/ Design), LGED HQ, Dhaka-1207.
3.
Additional Chief Engineer,
LGED, Dhaka/Chittagong Division
4.
Superintending
Engineer, (P&D, O&M) (Implementation/Maintenance/Planning/Urban Management/
Design), LGED HQ, Dhaka-1207.
5.
Superintending
Engineer, Dhaka/Chittagong Division
Copy forwarded for kind
information & wide circulation:
1. The Director General,
Central Procurement Technical Unit (CPTU), IMED, Block # 12, 2nd Floor,
Sher-e-Bangla Nagar,Dhaka-1207, Bangladesh. He is requested to publish this
notice on CPTU website as early as possible.
2.
Chief
Account’s officer, Local Government Division, 83/B, Mouchak Tower, Malibagh,
Dhaka.
3. Unit-in-charge, GIS Unit,
LGED. He is requested to publish this notice on LGED website.
4. The Manager
(Advertisement), The Daily Prothom Alo and The Financial express are requested
to publish this notice for one (01) day in inner page before 03,January’ 2019
(size as small as possible).