Bangladesh - Consulting services

This is a business opportunity from an overseas buyer. Pitch for the business and explain how your company meets their requirements.

A state-owned engineering department has invited a REOI for resilient infrastructure for an adaptation and vulnerability reduction project.

Details

Opportunity closing date
18 November 2024
Opportunity publication date
24 October 2024
Opportunity type
Public Sector
Industry
Construction, Environment
Enquiries received
0
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

The People’s Republic of Bangladesh has received a credit from the International Development Association (IDA) of the World Bank Group for the cost of the Resilient Infrastructure for Adaptation and Vulnerability Reduction (RIVER) Project and intends to apply part of the proceeds for the consulting services for monitoring and evaluation (M&E).

The overall objective of the M&E consultancy service is to carry out independent M&E of project progress, inputs, outputs, processes, outcomes and impacts of the project, along with independent identification, analysis, assessment, and monitoring of project specific operational risks and measures proposals for avoidance and mitigation measure. Implementation period is 60 months or the project period, whichever comes earlier, and the expected commencement time of the service is February 2025.

The detailed terms of reference (TOR) for the assignment can be obtained on the purchasing authority’s website. The purchasing authority now invites eligible consultancy firms ('consultants') to indicate their interest in providing M&E Consulting Services. Interested consultants should provide information demonstrating that they have the required qualifications and relevant experience to perform the services. The shortlisting criteria are:

• general experience of the firm (core business and years in business)

• experience in similar assignments of compatible size, complexity, and technical specialty in the required area. Experience in development partner-financed contracts will be considered an advantage.

• financial soundness

• firm’s regular staffing resources with relevant expertise (extent of relevant expertise available among the staff who are on the firm’s regular payroll)

However, CVs of individual staff will not be evaluated in the EOI/shortlisting stage and need not be submitted. Consultants are requested to submit at least the following supporting documents in support of the above-mentioned criteria:

·       the firm's incorporation/trade/registration documents

·       JV agreement/letter of intent (if applicable)

·       firm’s brochure

·       audited financial reports for the last 3 years show, among others, current assets, current liability, profit and loss, a statement, and a list of the firm’s regular staff with relevant expertise (CV is not required)

Description of experience of similar assignments in project data sheet (which shall include, among others, project & assignment name, contract amount, duration of the assignment, total person-months of the assignment, total person-months provided, name of the client with address, period of contract (date of contract signing to date of completion), funding agency(s), location/country of service, description of the project with components, services actually performed etc.) completed during the last 10 years.

The attention of interested consultants is drawn to Section III, paragraphs, 3.14, 3.16, and 3.17 of the World Bank Procurement Regulations for IPF Borrowers (Fifth Edition, September 2023) (“Procurement Regulations”) setting forth the World Bank’s policy on conflict of interest. 

Consultants may associate with other consultants to enhance their qualifications and abilities but should indicate clearly whether the association is in the form of a joint venture and/or a sub-consultancy. The qualifications of sub-consultants will not be considered in the EOI evaluation and shortlisting process. In the case of a joint venture, all the partners in the joint venture shall be jointly and severally liable for the entire contract, if selected, and it is preferable to limit the maximum number of JV partners to 3, including the Lead Firm. In the case of an association (JV or Sub-consultancy), the consultants are required to describe them in the EOI submission.

The rationale for forming the association and the anticipated role of each member of the Joint Venture and/or of each sub-consultant for carrying out the assignment, to justify the proposed inclusion of the JV members and/or sub-consultants in the association. A consultant will be selected in accordance with the quality and cost based selection (QCBS) method set out in the procurement regulations. Expressions of interest must be delivered in a written form to the purchasing authority's address in person, or by mail or by email by 15.00 local time (GMT+ 6 hours) on or before November 18, 2024. In the case of hard copy, one original and three copies are required to be submitted.

Further information can be obtained at the purchasing authority’s address during office hours from 09.00 to 17.00 hours local time. The soft copy of the same may be sent through email mentioned below. Please note that, in case of submission through email, the client shall not be responsible for the confidentiality of the submitted documents prior to the submission deadline. In this case, the client should not be responsible if the document/s sent by the consultant is not accessible by the client.

Opportunity closing date
18 November 2024
Value of contract
to be confirmed
The buyer is happy to talk to
consultants

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?