Government of the People's Republic of Bangladesh
Office of the Additional Chief Engineer, RHD
Bridge Management Wing
Sarak Bhaban, 141/142 Tejgaon I/A, Dhaka-1208
E-Mail: acebmw@rhd.gov.bd
Fax: +88028879329

Notice for Invitation of Expression of Interest (EOI)

Memo No.: 5-102/14-150 BMW Date: 31-12-2014

1. The Government of the People's Republic of Bangladesh (GoB) has applied for a Loan from the Japan International Co-operation Agency (hereinafter referred to as 'JICA') to finance the Western Bangladesh Bridge Improvement Project which is to promote reliable and efficient road transport network by replacing and constructing small and medium sized bridges mainly in western Bangladesh, thereby contributing to socioeconomic development of the region. A portion of the proceeds of the loan is intended to be used for eligible payments for consulting services for which this EOI is issued.
2. The project comprises the following components:
1. Construction of 50 concrete bridges in Western Bangladesh;
2. Construction of 10 steel bridges in Western Bangladesh;
3. Construction of a steel bridge in a new Economic Zone;
The Project is expected to be completed by March 2022;
Executing Agency: Roads and Highways Department (RHD) ;
Location of the Project: 5 RHD zones in Western Bangladesh- Rangpur, Rajshahi, Gopalganj, Khulna and Barisal; and a new Economic Zone near Dhaka city;
RHD will select and employ consultant for rendering consulting services of the project. Payments to the consultants will be made both in local and foreign currency.
3. Roads and Highways Department (RHD) under Road Transport and Highways Division (RTHD), Ministry of Road Transport and Bridges (MRTB), (hereinafter referred to as 'the Client') now invites Expression of Interest (Eol) in English from reputed international consulting firm(s), individual or in joint venture (hereinafter referred to as 'the Interested Consultant') for short-listing for the consulting services for Detailed Design and Construction Supervision under the proposed project. The International Consulting Firm(s) may submit the EOI in association with national consulting firms.
4. As part of the services the consultant will conduct the following works:
(1) Detailed Design;
(2) Tender Assistance;
(3) Construction Supervision;
(4) Facilitation of Implementation of Environmental Management Plan (EMP), Environmental Monitoring Plan (EMoP) and Abbreviated Resettlement Plan (ARP) ;
(5) Technology Transfer.
The above works include the following tasks:
1) Detailed Design
a) Review all primary and secondary data collected during JICA's preparatory survey;
b) Carry out all engineering surveys;
c) Prepare detailed work plan, progress reports and implementation schedule for the Project;
d) Prepare the detailed design including construction drawings, detailed cost estimates;
e) Define sources and estimated quantities of construction materials and other engineering details.
2) Tender Assistance
a) Prepare Pre-Qualification (PQ) documents, assist RHD during PQ evaluation;
b) Prepare bidding documents, assist RHD during bid evaluation and assist RHD in contract negotiations.
3) Construction Supervision
a) Supervise civil construction works and execute contract administration;
b) Regularly monitor progress and take actions required for timely completion of works;
c) Verify contractor's work statements and issue payment certificates;
d) Review and necessarily modify design, drawing, specification, cost etc.; and
e) Prepare an Operation and Maintenance manual for the constructed works.
4) Others
a) Facilitate implementation of Environmental Management Plan (EMP), Environmental Monitoring Plan (EMoP) and Abbreviated Resettlement Plan (ARP);
b) Carry out Transfer of Technology;
c) Review and Facilitate implementation of Safety plan; and
d) Conduct training on HIV/AIDS prevention.
5. The Consultants will be selected under Quality- Based Selection method in accordance with the procedures set out in the "Guidelines for the Employment of Consultants under the Japanese ODA Loans, April 2012" (http://www.jica.go.jp/english/our_work/types_of_assistance/oda_loans/oda_op_info/guide/index.html).
6. RHD will conduct the short-listing of interested consulting firms for the above mentioned consulting services. The interested consultant must have following previous experiences of rendering consulting services within last 10 years:
a) Design of at least 20 bridges minimum 30 meter in length of which at least (i) 5 bridges in a single contract, (ii) 1 Pre-stressed Concrete (PC) girder bridge minimum 80meter in length and (iii) 1 weathering steel girder bridge minimum 100 meter in length;
b) Construction Supervision of at least fulfilling same criteria mentioned in para.-‘a)’ above.
7. The EOI should specially include (along with certified English Translation if not in English):
1) The firm's registration certificate;
2) Company profile: including management, personnel, firm's specialty, performance;
3) The latest annual report;
4) List of the rendered services in last 10 years for:
a) Detailed Design and/or Construction Supervision of PC Girder Bridges minimum 30 meter in length;
b) Experience of road/bridge projects in developing countries;
c) Experience of design/construction supervision of weathering steel girder bridges in neighboring countries of Bangladesh within South or Southeast Asia;
d) Experiences of design/construction supervision of weathering steel girder bridges other than South or Southeast Asia;
e) Experience of Japanese ODA Loan Projects;
f) Contracts where minimum 5 nos. of bridges are designed/ supervised.
In the list, following information should be provided:
Client's name, nature of services, contract amount, man-months the firm extended, duration of the service with commencement and completion date;
5) Summary of permanent professional employees with key qualifications;
6) Number of Bridge and Highway Engineers, those who belong to the firm more than a year and average working experiences (years) of those Bridge and Highway engineers;
7) Audited financial statement (Balance Sheet, Profit & Loss Account and Cash Flow Statement) for last 3 (three) years;
8) Average annual turnover in last 3 (three) years; and
9) History of litigation in courts or any arbitration proceedings (if any).
8. With all supporting documents, the EOI must be delivered at or before 4.00 P.M on 09 February, 2015 in sealed envelopes, marked with "Western Bangladesh Bridge Improvement Project" to the signatory's address.
9. The Request For Proposal (RFP) is expected to be issued to the short listed Firms by March, 2015. The Client will not be responsible for any costs or expenses incurred by the Firm(s) in connection with the preparation or delivery of the EOI. RHD reserves the right to accept or reject any proposal without assigning any reason.

(Parimal Bikash Sutradhar)
Additional Chief Engineer, RHD
Bridge Management Wing
and
Project Director, WBBIP
Room No. 202, Block. G.
Sarak Bhaban, Tejgaon, Dhaka-1208.
Tel.: +88 02 8879350