REQUEST FOR PROPOSAL
FOR
SELECTION OF CONSULTING FIRM
FOR
Planning, Design, Drawing, Cost estimation with BOQ and Supervision of
Land Development, Embankment, Earth Protection, Resettlement
Structural Components, Civil works (residential/non-residential) and all
other related Civil & Electrical works of “Land Acquisition, Land
Development and Protection Project for Patuakhali 1320MW Super
Thermal Power Plant” under Ashuganj Power Station Company Ltd.
(APSCL).
Invitation for Proposal No: APSCL/PD/1320MWSTPP/RFP/2020/88; Dated: 22/03/2020
Consultant RFP. iTable of Contents
Section 1. Instructions to Consultants 7 j
a ae 7
1. Scope of Proposal 7
2, Interpretation 7
3. Source of Funds 7 !
4. Corrupt, Fraudulent, Collusive or Coercive Practices 7
5. Eligible Consultants 9 |
6. _ Eligible Sub-Consultants 9 |
7. Eligible Services 9 |
8. Conflict of Interest: General 10
9. Conflicting Activities 10
10. Conflicting Assignments 10
11. Conflicting Relationships 10
12, Unfair Advantage "
13, Site Visit 1"
B. Request for Proposal
44. RFP Document: General 1"
415, Clarification of RFP Document 12 |
16, Pre-Proposal meeting 12
47, Addendum to RFP Document 12
€. Proposal Preparatio
18. Proposal: Only one 8
49. Proposal: Preparation Costs 8
20. Proposal: Language 18
21, Proposal: Documents 13 i
22. Proposal: Preparation 13
23, Technical Proposal Preparation 14
24, Technical Proposal: Format and Content 18
25, Financial Proposal Preparation 16
26, Financial Proposal Format and Content 16 |
27. Taxes 7
28. Client's Services, Facilities and Property 7 i
29. Proposal Currency 7
30. Proposal Validity 7
31. Extension of Proposal Validity 7
32. Proposal Format and Signing 18
D. Proposal Submission .. :
33, Proposal: Sealing and Marking 18 I
34. Proposal: Submission Deadline 19
35. Proposal Submitted Late 19
E. Proposal Opening and Evaluation ..
Consultant / RFP iiSous
‘36. Technical Proposal Opening 19
37. Restriction on Disclosure of information Relating to Procurement Process 19
38. Clarification on Proposal 19
38. Proposal Evaluation: General 20
40. Examination of Conflict of Interest Situation 20
41. Proposal Technical Evaluation 20
42. Financial Proposal Opening 20
43, Proposal: Financial Evaluation 2
44, Correction of Arithmetical 2
4. Proposal: Combined Evaluation 22
46. Proposal Negotiation: General 23.
47. Proposal Negotiation: Technical 23
48. Proposal Negotiation: Financial 23,
49, Availability of Professional stafflexperts 24
50. Proposal Negotiations: Conclusion 24
51, Rejection of all Proposals
52, Informing
F. Contract Award.
53. Award of Contract
54, Publication of Award of Contract
58. Debriefing
56, Commencement of Services
57. Consultants Right to Complain
Section 2. Proposal Data Sheet (PDS)
Section 3. General Conditions of Contract
A. General Provisions
4. Definitions
2. Phased Completion
3. Communications and Notices
4. Governing Law
5, — Governing Language
6. Documents Forming the Contract in Order of Precedence
7. Assignment
8 Eligible Services
9. Commissions and Fees
10. Joint Venture, Consortium or Association (JVCA)
44. Authority of Member in Charge
12, Authorized Representatives
43, Relation between the Parties
14, Location
15, Taxes & Duties
46. Corrupt, Fraudulent, Collusive or Coercive Practices
B. Commencement, Completion and Modification.
17. Effectiveness of Contract
18. Effective Date
Consultant / RFPae
19. Termination of Contract for Failure to Become Effective
20. Commencement of Services
21. Expiration of Contract
22, Modifications or Variations
€, Consultant's Personnel and Sub-Consultants..
23. General
24, Description of Personnel
25. Approval of Personnel
26. Working Hours, Overtime, Leave etc.
27. Removal and/or Replacement of Personnel 47
D, Obligations of the Consultant.
BSSSSE
47
28. Standard of Performance a7
29, Conflict of Interests 48
30, Consultant Not to Benefit from Commissions Discounts etc. 48
31. Consultant and Affiliates not to Engage in Certain Activities “8
32. Prohibition of Conflicting Activities 48
33. Confidentiality 48
34, Liability of the Consultant 48
36, Insurance to be taken out by the Gonsultant 50
36. Accounting, Inspection and Auditing 50
37. Consultant's Actions Requiring Client's Prior Approval 50
38. Reporting Obligations 50
39. Proprietary Rights on Documents Prepared by the Consultant 50
40. Proprietary Rights on Equipment and Materials Furnished by the Client. 5
E. Obligations of the Client.
41. Assistance and Exemptions 51
42, Access to Land 52
43. Change in the Applicable Law Related to Taxes 52
44, Services, Facilities and Property 52
45, Payment 52
52
48. Counterpart Personnel
F. Payments to the Consultants,
47. Cost Estimate of Services: Celling Amount 53
48, Payments: General 53
49, Remuneration and Reimbursable Expenses 54
50, Contract Price 54
51. Modes of Billing and Payment 54
52. Advance Payment 54
53. Interim Payments 55
54, Amendment to Contract 56
55, Final Payment 55
56. Suspension of Payments 56
G. Time Control.
587. Completion of Services
88. Early Warning
Consultant / RFP iv59. Extension of the Intended Completion Date
60. Progress Meetings 56
H. Good Faith
61. Good Faith 56
62, Fairness in Operation 56
I. Termination and Settlement of Disputes ..
63. Termination for Default
64, Termination for Insolvency
65. Termination for Convenience
66. Termination because of Force Majeure
67. Force Majeure
68. No Breach of Contract
69, Measures to be Taken on Force Majeure 59
70. Cessation of Rights and Obligations 59
71. Cessation of Services 59
72. Payment upon Termination 59
73. Disputes about Events of Termination 60
74, Settlement of Disputes 60
Section 4. Particular Conditions of Contract 61
Section 5. Proposal & Contract Forms
5A. Technical Proposal - Standard Forms.
Form 5A1 Technical Proposal Submission Form 70
Form 5A2 Consultant's Organization and Experience 1”
Form 5A3_ Comments & Suggestions on the Terms of Reference and, on Services &
Facilities to be Provided by the Client 73
Form 5A4 Description of Approach, Methodology & Work Plan for Performing the
Assignment 74
Form 5A5_ Work Schedule 75
Form SA6 Team Composition and Task Assignments 76
Form 5A7 Staffing Schedule 7
Form 5A8_ Curriculum Vitae (CV) for Each Proposed Professional Staff 8
5B. Financial Proposal - Standard Forms.
Form 581 Financial Proposal Submission Form at
: Summary of Costs 82
Breakdown of Costs by Acti 83
Form 5B4: Breakdown of Remuneration 84
Form 5B5: Breakdown of Reimbursable Expenses1 85
5C. Standard form of Contract Agreement..
5D. Appendices.
Terms of Reference (TOR)
4.0 Background: 92
2.0 Objectives of the Services: 92
3.0 Scope of work for Consultancy services: 93
General Scope of Services:
Consultant / RFP vThe detail scopes of service are as follows but not limited to:..
3.1 Land Development works for 530 Acres:
3.2 Embankment construction works (11 km):
3.3 Earth Protection works (3 km):
3.4 Resettlement structural Components:
3.5 Civil works (Residential and Non-residential): 96
3.6 Internal Electrification: 97
4.0 Service Schedule: 97
4.1. Sub-soll investigation (Soil test): 97
4.2. Estimation: 98
4.3. Supervision: 98
4.4. Checking: 98
5.0 Reporting Requirements: 98
6.0 Responsibilities of the consultant: 99
7.0 Staffing: 99
8.0 Qualification and Experience: 100
8.1. Team Leader (International): 100
8.2. Deputy Team Leader (National): 401
8.3. Structural Engineer (International): 102
8.4. Structural Engineer (National): 103
85. Geotechnical Specialist (International): 103
8.6. Geotechnical Specialist (National 104
8&7. Architect (National): 105
8&8. Urban & Regional Planner (National): 106
8.9. Electrical Engineer (National): 106
8.10. Civil Engineer (International): 107
8.14. Civil Engineer (National): 108
8.12. Environmental Specialist (National): 109
8.13. Supervision Engineer (Electrical) (National): 109
8.14. Supervision Engineer (Civil) (International): 110
8.15. Supervision Engineer (Civil) (National): 1
8.16. Environmental Supervision Consultant (National): 12
8.17. Field Engineer (Civil) (National): 112
8.18, Field Engineer (Electrical) (National): 113
8.19. Auto-CAD Expert (National): 114
Consultant / RFP vigato
Paes
Section 1. Instructions to Consultants
4. Scope of Proposal 1.1
2. Interpretation
3. Source of Funds
4. Corrupt,
Fraudulent,
Collusive or
12
13
24
3.4
3.2
3.3
Coercive Practices
A. General
The Client, as indicated in the Proposal Data Sheet (PDS), issues
this Request for Proposal (RFP) for the provision of
Terms
of Reference in accordance with the method of selection specified
in the PDS.
Only those SHOMIStSGNICOASUNAAISindicated in the Letter of
Invitation are eligible to submit a Proposal for the consulting
services required for the assignment
The successful Consultant shall be required to complete the
Services as specified in the General Conditions of the Contract
and in accordance with the phasing indicated in the PDS. When
the assignment includes several phases, the performance of the
Consultant under each phase must be to the Client's satisfaction
before work begins on the next phase.
‘Throughout this RFP Document:
the term “in writing” means communication written by hand
or machine duly signed and includes properly authenticated
messages by facsimile or electronic mail
* if the context so requires, singular means plural and vice
versa;
* “day” means calendar day unless otherwise specified as
working days
* “Request for Proposal Document” means the Document
provided by the Client to a shortlisted Consultant as a basis,
for preparation of the Proposal; and
+ “Proposal” depending on the context, means a Proposal
submitted by a Consultant for delivery of Services to a Client
in response to an Invitation for Request for Proposal
The Client has been allocated ‘funds’ as indicated in the PDS
and intends to apply the funds to eligible payments under the
Contract for which this RFP is issued.
For the purpose of this provision, “funds” means Public funds.
Payments by the Development Partner, if so, indicated in the
PDS, will be made only at the request of the Government and
upon approval by the Development Partner in accordance with
the applicable Loan/Credit/Grant Agreement, and will be subject
in all respects to the terms and conditions of that Agreement.
The Government requires that Client, as well as Consultants,
shall observe the highest standard of ethics during the
implementation of the procurement proceedings and the
Consultant RFP
a
‘execution of contracts under public funds.
Le i43
44
45
In pursuance to this policy, the Client defines, for the purposes of
this provision, the terms set forth below as follows:
() “Corrupt practice” is the offering, giving, receiving or
soliciting, directly or indirectly, of anything of value to
influence improperly the actions of another party;
(ii) Fraudulent practice’ is any act or omission, including
misrepresentation, that knowingly or recklessly misleads, or
attempts to mislead, a party to obtain financial or other
benefits or to avoid an obligation;
(ii) “Collusive practices” is an arrangement between two or more
parties designed to achieve an improper purpose, including
to influence improperly the actions of other party;
(iv) “Coercive practices" is impairing or harming, or threatening to
impair or harm, directly or indirectly, any party or the property
of the party to influence improperly the actions of a party;
(v) “Obstructive Practice:
(@) deliberately destroying, falsifying, altering _or
concealing of evidence materials to the investigation
‘or making false statements to investigators in order to
materially impede a Client investigation into
allegations of @ corrupt, fraudulent, coercive or
collusive practice; and/or threatening, harassing or
intimidating any party to prevent it from disclosing its
knowledge of matters relevant to the investigation or
from pursuing the investigation, or
{b) acts intended to materially impede the exercise of the
Client’s/Loan giving Agency's inspection and audit
rights.
The Government requires that Client, as well as Consultants
shall, during the Procurement proceedings and the delivery of
Services under public funds, ensure-
(a) strict compliance with the provisions of Section 64 of the
Public Procurement Act, 2008;
(b) abiding by the code of ethics as mentioned in the Rule127 of
the Public Procurement Rules, 2008;
(©) that neither it's any officer nor any staff nor any other agents
nor intermediaries working on its behalf engage in any such
praclice as detailed in ITC Sub-Clause 43 (b).
Should any corrupt or fraudulent practice of any kind referred to in
ITC Sub-Clause 4,2 come to the knowledge of the Client, it shall,
in the first place, allow the Consultant to provide an explanation
and shall, take actions only when a satisfactory explanation is not
reosived. Such decision and the reasons shall be recorded in the
record of the procurement proceedings and promptly
‘communicated in writing to the Consultant concerned,
If corrupt, fraudulent, collusive or coercive practices of any kind is
determined by the Client against any Consultant alleged to have
carried out such practices, the Client shall: Ce
Consultant / RFP
Bs
85. Eligible
Consultants
6. Eligible Sub-
Consultants
7. Eligible Services
Consultant / RFP
46
47
5.4
52
53
5.4
5.5
6.1
Al
72
73
te Sen
Pes
(@) exclude the Consultant from participation in the procurement
proceedings concerned or reject a Proposal for award; and
(b) declare the Consultant ineligible, either indefinitely or for
stated period of time, from participation in Procurement
proceedings under public fund;
if it, at any time, determines that the Consultant has, directly or
through an agent, engaged in corrupt, fraudulent, collusive or
coercive practices in competing for, or in executing, a Contract
under public fund.
‘The Consultant shall be aware of the provisions in Section 64 of
the Public Procurement Act, 2006 and Rule 127 of the Public
Procurement Rules, 2008 of the Government of Bangladesh.
The Government requires that the Client's personnel have an
equal obligation not to solicit, ask for and/or use coercive
methods to obtain personal benefits in connection with the said
Procurement proceedings.
This Request for Proposal Document is limited to shortlisted
Consultant(s) only.
‘The Consultant has the legal capacity to enter into the contract.
The Consultant shall not be under a declaration of ineligibility for
corrupt, fraudulent, collusive or coercive practices as stated under
ITC Sub-Clause 4.2.
The Consultant has fulfilled its obligations to pay taxes and social
security contributions under the relevant ‘national laws and
regulations.
Government officials and civil servants, including persons of
autonomous bodies or corporations, satisfactory to the conditions
as stated under ITC Sub-Clause 11.3, may be hired to work as a
member of a team of Consultants.
The requirements for eligibility as stated under ITC Clause 5 will
extend to each Sub-Consultant(s), as applicable.
Goods supplied and Services provided under the contract may
originate from any country except if,
i) as a member of law or official regulation, the Client prohibits
commercial relations with that country; or
By an act of compliance with a decision of the United Nation's
Security Council taken under Chapter-VIl of Charter of the
Charter of the UN, the Client the Client prohibit any import of
Goods from that country or any payments to persons or entities in
that country.
All material, equipment and supplies used by the Consultant and
Services to be provided under the Contract shall have their origin
in countries other than those specified in the PDS.
a“ 98. Conflict of
Interest: Genoral
9. Conflicting
Activities
10. Conflicting
Assignments
11. Conflicting
Relationships
Consultant / RFP
@
8.4
82
83
94
92
10.1
W4
i
Consultants and all parties constituting the Consultant shall not
have a Conflict of Interest (COl), pursuant to Rule 56 of the
Public Procurement Rules, 2008,
COI shall mean a situation in which a Consultant provides biased
professional advice to a Client in order to obtain from that Client
an undue benefit for himself/herself or affiliate(s)/associato(s).
The Consultant, including any of its affllates or associates, in
deference to the requirements that the Consultant provides
professional and objective advice and at all times hold the
Client's interests paramount, shall strictly avoid conflicts with
other assignments or its own corporate interests, and act without
any consideration for award of a future work and must not have a
Conflict of Interest (CO), shall not be recruited under any of the
circumstances specified in ITC Sub-Clauses 9, 10 and 11.
If any Consultant has earlier been engaged by a Client to supply
Goods, perform Works or provide physical Services for a project,
then that Person and any of its affiliates shall be disqualified from
Broviging consulting Services related to those Goods, Works or
vices.
If any Consultant hired to provide consulting Services for the
preparation or implementation of a project, then that Consultant
and any of its affiiates, shall be disqualified from subsequently
supplying Goods, providing consulting Services, performing
physical Services or Works resulting from or directly related to the
Consultant's earlier consulting Services.
[For the purpose of ITC Sub-Clause 9.2, services other than
consulting services are defined as those leading to a measurable
physical output, for example surveys, exploratory driling, aerial
photography, and satelite imagery}
A Consultant, its Personnel and Sub-Consultants or any of its
affiliates shall not be hired for any assignment that may be in
conflict with identical assignment of the Consultant to be
performed for the same or for another Client.
IFor the purpose of ITC Sub-Clause 10.1, a Consuttant hired to
prepare engineering design for an infrastructure project shall not
be engaged fo prepare an independent environmental
assessment for the same project, and a Consultant assisting a
Client in the privatization of public assets shell not purchase, nor
advise Clients of, such assets. Similarly, @ Consultant hired to
prepare Terms of Reference for an assignment shall not be hired
for the assignment in question)
A Consultant, i's Personnel and Sub-Consultant that has a
business relationship with a member of the Client's staff involved
in the procurement proceedings may not be awarded a Contract,
unless the conflict stemming from this relationship has been
addressed adequately throughout the selection process of the
‘Consultant.
1012. Unfair Advantage
13, Site Visit
14, RFP Document:
General
‘Consultant / RFP
11.2
11.3
124
13.4
13.2
144
&
ae
| &
a)
Client's officials, who have an interest, directly or indirectly, with a
firm or individual that is participating or has participated in a
Procurement proceedings of that Client, shall declare its
relationship with that firm or individual and consequently not
participate in any proceedings concerned with that specific
Procurement at any stage including from when the specifications
are written and qualification criteria are established up to the
Supply of Goods or execution of the Works are completed and,
until all contractual obligations have been fulfilled
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 Confict of Interest, pursuant to Rule 112 (9) of the
Public Procurement Rules, 2008. When the Consultant
nominates any such employee as Personnel in their Technical
Proposal, such Personnel 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 Technical Proposal.
{f a shortlisted Consultant could derive @ competitive advantage
from having provided consulting services related to this proposed
assignment, the Client shall make available to all short-listed
Consultants together with this RFP Document all information that
would in that respect give such Consultant any competitive
advantage over the competing Consultants.
The Consultant, at its own expenses, responsibility and risk is
encouraged to visit and examine the Site and obtain all
information that may be necessary for preparing the Proposal and
entering into a Contract for Services (if selected)
The Consultant should ensure that the Client is advised of the
visit in adequate time to allow it to make appropriate
arrangements.
B. Request for Proposal
The Sections comprising the Request for Proposal are listed
below and should be read in conjunction with any Addendum
issued under ITC Clause 17.
Section 1 : instructions to Consultants (ITC)
Section 2: Proposal Data Sheet (PDS)
Section 3: General Conditions of Contract (GCC),
Section 4 : Particular Conditions of Contract (PCC),
Section 5: Proposal and Contract Forms
Section 6 : Terms of Reference (ToR)
EL WW142
15. Clarification of RFP 15.1
Document
16. Pre-Proposal
meeting
15.2
15.3
15.4
155
16.4
16.2
47. Addendum to RFP 17.1
Document
Consultant RFP
72
173
@
en So
The Consultant is expected to examine all instructions, forms,
terms, Terms of Reference (ToR) in the RFP Document as well
as Addendum, if any.
A Consultant requiring any clarification of the RFP Document
‘shall contact the Client in writing at the Client's address indicated
in the PDS before twosthird of the time allowed for preparation
and submission of Proposal elapses.
‘The Client is not obliged to answer any clarification request
received after thal date as stated under ITC Sub-Clause 15.1.
‘The Client shall respond in writing within five (5) working days of
receipt of any such request for clarification received under ITC
Sub-Clause 15.1
The Client shall forward copy of its response to all those short-
listed Consultants, including a description of the enquiry but
without identifying its source pursuant to Rule 117(22) of the
Public Procurement Rules, 2008.
Should the Client deem it necessary to revise the RFP Document
as a result of a clarification, it will do so following the procedure
under ITC Clause 17
To clarify issues and to answer questions on any matter arising in
the RFP, the Client may, if stated in the PDS, invite shortisted
Consuttants to a Pre-Proposal Meeting at the place, date and
time as specified in the PDS. The Consultant is encouraged to
attend the meeting if itis held.
Minutes of the pre-Proposal meeting, including the text of the
questions raised and the responses given, together with any
responses prepared after the meeting, will be transmitted without
delay to all the short-listed Consultants not later than seven (7)
days of the date of the meeting. Any revision to the RFP
Document that may become necessary as a result of the pre-
Proposal meeting shall be made by the Client exclusively through
the issue of an Addendum pursuant to ITC Clause 17 and not
through the minutes of the pre-Proposal meeting.
At any time prior to the deadline for submission of Proposals, the
Client, for any reason on its own initiative or in response to a
Clarification request in writing from a short-listed Consultant, may
revise the RFP Document by issuing an Addendum.
The Addendum issued under ITC Sub-Clause 17.1 shall become
an integral part of the RFP Document and shall be communicated
in writing to all the shortlisted Consultants, to enable the
Consultants to take appropriate action.
To give a shortlisted Consultant reasonable time to take any
‘Addendum into account in preparing its Proposal, the Client may
extend the deadline for the submission of Proposals pursuant to
Rule 117(22) of the Public Procurement Rules, ot
12C. Proposal Preparation
18, Proposal: Only one 18.1 A shortlisted Consultant, including its affiliate(s), pursuant to
Rule 96 (2) of the Public Procurement Rules, 2008, may submit
only one (1) Proposal. The Consultant’ who submits or
Participates in more than one (1) Proposal will cause all the
Proposals of that particular Consultant to be excluded.
18.2 A firm, proposed as a Sub-Consultant in any Proposal pursuant
to Rule 53(2) of the Public Procurement Rules, 2008, may
participate in more than one Proposal, but only in the capacity of
a Sub-Consultant.
18.3 A shortlisted Consultant submitting a Proposal individually
pursuant to Rule 53(5) of the Public Procurement Rules, 2008, or
as JVCA partner, shall not be accepted as Sub-Consultant to any
other short-listed Consultant in the same procurement process.
19. Proposal: 19.1. The Consultant shall bear all costs associated with the preparation
Preparation Costs and submission of its Proposal and contract negotiation. The
Client shall not be responsible or liable for those costs, regardless
of outcome of the procurement process.
20. Proposal: 20.1 The Proposal shall be written in the English language.
Language Correspondences and documents relating to the Proposal should
also be written in English Supporting documents and printed
literature furnished by the Consultant that are part of the Proposal
may be in another language, provided they are accompanied by
an accurate transtation of the relevant passages in the English
language, in which case, for the purposes of interpretation of the
Proposal, such translation shall govern,
21. Proposal: 21.1 The Proposal prepared by the Consultant shall comprise the
Documents following:
(a) Technical Proposal;
(b) Financial Proposal;
(©) any other document required as stated in the PDS.
22, Proposal: 22.1. In preparing its Proposal, the Consultant shalt examine in detail
Preparation the documents comprising the RFP Document. Material
deficiencies in providing the information requested may result in
non-responsiveness of a Proposal.
22.2. The Consultant shall prepare the Technical Proposal in
accordance with ITC Clauses 22 and 23 using the forms
furnished in Section 5A: Technical Proposal; Standard Forms.
22.3. The Consultant shall submit the Financial Proposal in accordance
with ITC Clause 24 and 25 and using the forms fumished in
Section 5B: Financial Proposal; Standard Forms.
22.4 All the forms mentioned in ITC Sub-Clauses 22.2 and 23.3 shall
be completed without any material changes and alterations to its
format, filling in all blank spaces with the information requested,
Consultant / REP ae 823. Technical Proposal
Preparation
Consultant / RFP
23.1
23.2
23.3
23.4
23.5
23.6
23.7
23.8
23.9
Tress
oa
failing which the Proposal may be considered as being
incomplete.
While preparing the Technical Proposal, a Consultant must give
particular attention to the instructions provided in ITC Sub-Clause
23.2 thru 23.16 inclusive,
If a Consultant considers that it does not have all the expertise
required for the assignment, it may obtain that expertise with
other Consultants or entities in a joint venture or Sub-
Consultancy as appropriate.
The Consultant wishing to obtain expertise from other
Consultants or entities may participate in the procurement
proceedings by forming a Joint Venture, pursuant to Rule 54 of
the Public Procurement Rules, 2008.
Joint Venture agreement, indicating at least the parts of the
Services to be delivered by the respective partners, shall be
executed case-by-case duly signed by all legally authorised
representatives of the Consultants who are parties to such
agreement.
Joint Venture, as stated under ITC Sub-Clause 23.3, with other
non-short-listed Consultants at the time of submission of a
Proposal is not admissible without the permission of the Client,
which must be obtained prior to the deadline for submission of a
Proposal.
Joint Venture, as stated under ITC Sub-Clause 23.3, among the
shortlisted Consultants at the time of submission of a Proposal is
not permitted, and the Client shall disqualify such Proposal.
‘The composition or the constitution of the Joint Venture shall not
be altered without the prior consent of the Client.
‘The Consultant appointing another short-listed Consultant as a
‘Sub-Consultant, as stated under ITC Sub-Clause 23.2, at the
time of submission of Proposal will not require prior permission of
the Client but in such cases, the Proposal shall be submitted in
the fitle of the shortlisted Consultant.
In the event of Sub-Consultancy, as stated under ITC Sub-Clause
23.8, the Proposal should include a covering letter signed by an
authorized representative of the shortlisted Consultant with full
authority to make legally binding contractual and financial
commitments on behalf of the Consultant, plus a copy of the
agreement(s) with the Sub-Consultant(s).
23.10 Sub-Consultancy (s) shall in no event relieve the shortlisted
Consultant from any of its obligations, duties, responsibility or
liability under the Contract.
23.11 For QCBS based assignments, only the estimated total of
&
Professional staff-months is indicated in the PDS; however, the
available budget shall not be disclosed. The Proposal shall be
based on the number of Professional staff-months estimated by
the Consultant.
14®
24, Technical
Proposal: Format
and Content
23.12
23.13
23.14
23.15
23.16
24.1
Te
mune @
oH Jai
For FBS assignments, only the available budget amount,
excluding all local taxes and other charges to be imposed under
the Applicable Law if the Contract is awarded, is given in the PDS.
but not the Professional staff-months, and the Financial Proposal
‘shall not exceed this budget.
Proposed professional staff shall have at least the qualification
experience indicated in the PDS, preferably working under
conditions similar to Bangladesh. It is desirable that the majority
of the Key professional staff proposed be permanent employees
of the Consultant or has an extended and stable working
relationship with it.
Allerative Key professional staffs shall not be proposed, and
only one Curriculum Vitae (CV) may be submitted for each
position. Conversely, one Key professional staff is not allowed to
offer his/her inputs in more than one Proposal for this particular
assignment and, in this particular procurement process.
CVs of the Professional staff signed by the staff themselves or by
the authorized representative of the Professional Staff shall be
furnished with the Technical Proposal.
Failure to fulfil the requirements under this Clause may lead to
incompleteness and subsequent rejection of the Proposal.
The Technical Proposal shall provide the following information
using the attached Standard Forms (Section 5A):
(2) Form 5A1: Technical Proposal Submission Form in the
format of a letter, duly signed by an authorised signatory of
the Consultant;
(b) Form 5A2: giving a brief description of the Consultant's
organization and an outline of recent experience of the
Consultant. Information should be provided only for those
assignments for which the Consultant was legally
contracted by the Client as a corporation or as one of the
major firms within a Joint Venture. Assignments completed
by individual Professional staff working privately or through
‘other Consulting firms, can't be claimed as the experience
of the Consultant or that of the Consultant's associates, but
can be claimed professional staff themselves in their CVs.
Consultants should be prepared substantiate the claimed
experience if so, requested by the Client.
(©) Form 5A3: indicating comments and suggestions that the
Consultant may have on the Terms of Reference to improve
performance in carrying out the assignment;
(d)_ Form 5A4: indicating the approach, methodology and work
plan for performing the assignment;
(e) Form SAS: being the work plan should be consistent with
the Work Schedule and should be in the form of a bar chart
showing the timing proposed for each activity;
(f) Form 5A6: being the list of the proposed Professional staff
team by area of expertise, the position that would be
Consultant /RFP_
&
a.25, Financial Proposal
Preparation
26. Financial Proposal
Format and Content
Consultant / RFP
@
24.2
25.1
26.2
26.1
pei
‘assigned to each staff team member, and thelr tasks;
(g) Form 5A7: being the Estimates of the staff input (staf
months of foreign and local professionals) needed to carry
‘out the assignment. The staff-months should be indicated
separately for home office and field activities, and for foreign
and local Professional staf;
(h) Form SA8: being the CV's of the Professional staff signed
by the respective staff member or by the authorized
representative of the Professional Staff submitting the
Proposal;
(i) Plus, a detailed description of the proposed methodology,
staffing, and staffing for training, if the PDS specifies
training as a specific component of the assignment; and
(Any additional information that might be requested in the
PDS.
The Technical Proposal shall not include any financial
information. A Technical Proposal containing financial
information may be considered non-responsive.
The Financial Proposal shall be prepared using the Standard
Forms attached with this document. It shall list all costs
associated with the assignment, including (a) remuneration for
staff (foreign & local in the field and at the Consultant's home
office and (b) reimbursable expenses indicated in the PDS. If
appropriate, these costs should be broken down by activity and if
appropriate, into foreign and local expenditures.
All activities and items described in the Technical Proposal must
be priced separately; activities and items described in the
Technical Proposal but not priced, shall be deemed to be
included in the prices of other activities or items.
The Financial Proposal shall provide the following information
using the attached Standard Forms (Section 5B):
(2) Form 5B1: Financial Proposal Submission Form in the
format of a letter duly signed by an authorised signatory of
the Consultant. Consultants shall fumish information on
commissions and gratuities, if any, paid or to be paid to
agents relating to this proposal and during execution of this
assignment if the Consultant is awarded the contract, as
requested in the Financial Proposal submission form (5B1).
(b) Form 5B2: being the Summary of Costs against staff
remuneration, reimbursable expenses, and the taxes;
(c) Form 5B3: being the breakdown of costs against staff
remuneration;
(d) Form 5B4: being the breakdown of costs against
reimbursable expenses. A sample list is provided in the
PDS;
(e) Form SBS: Breakdown of Reimbursable Expenses.
If appropriate, all these costs should be broken down by activity.
Le 16®
27. Taxes
28. Client's Services,
Facilities and
Property
39.1
28.1
29. Proposal Currency 29.1
30. Proposal Validity
31. Extension of
Proposal Validity
2941
30.1
314
31.2
31.3
31.4
The Consultant may be subject to local taxes (such as: value
added or sales tax, social charges or income taxes on non-
resident Foreign personnel, duties, fees levies etc.) on amounts
payable by the Client under the Contract. The Client will state in
the PDS, if the Consultant is subject to payment of any local
taxes. Any such amount shall not be included in the Financial
Proposal as they will not be evaluated, but they will be discussed
at Contract negotiations, and applicable amount will be included
in the Contract.
The Client shall:
(2) provide at no cost to the Consultant the services, facilities
and property as specified in the PDS;
(b) make available to the Consultant, relevant project data and
reports at the time of issuing the RFP Document; and
(c) assist the Consultant in obtaining relevant project data and
reports from other related departments/divisions, which will
be required by the Consultant to prepare the Proposal.
Consultant may quote the prices of their services in a maximum
of three (3) currencies, singly, or in combination. The Client may
require the Consultant to state the portion of their price
representing local cost in the national currency if so, indicated in
the PDS.
‘Commissions and gratuities, if any, paid or to be paid by the
Consultants and related to the assignment will be listed in the
Financial proposal
Proposal Validities shall be determined on the basis of the
complexity of the Proposal and the time needed for its
examination, evaluation, approval and signing of Contract,
pursuant to Rules 19 ,20 and 117(10) of the Public Procurement
Rules, 2008,
Proposals shall remain valid for the period as specified in the
PDS after the date of Proposal submission deadiine prescribed
by the Client,
In justified exceptional circumstances, prior to the expiration of
the Proposal validity period, the Client may solicit, not later than
ten (10) days before the expiry date of the Proposal validity,
compulsorily all the Consultants’ consent to an extension of the
period of validity of their Proposals.
The request for extension of the Proposal Validity period shall be
in writing and shall state the new date of the validity of the
Proposal
The Consultants consenting in writing to the request as stated
under ITC Sub-Clause 31.2 shall not be required or permitted to
modify its Proposal in any circumstances.
If the Consultants are not consenting in writing to the request
made by the Client as stated under ITC Sub-Clause 31.2, its
Proposal shall not be considered in the subsequent evaluation.
Consultant RFP
{e
OL 1732, Proposal Format
and Signing
33, Proposal: Sealing
and Marking
@
33.3. The two envelopes shall then be enclosed
a
a
31.5 The Consultants shall maintain the availability of Professional
stafffexperts nominated in the Proposal during the Proposal
validity period.
32.1 The Consultant shall prepare one (1) original of the Technical
Proposal as described in ITC Clause 22 and one (1) original of
the Financial Proposal as described in ITC Sub-Clause 24 and
Clearly mark them “ORIGINAL”.
32.2. The Consultant shall prepare the number of copies as specified
in the PDS of each Technical Proposal and clearly mark them
“COPY”. In the event of any discrepancy between the original
and the copies, the original shall prevail
32.3 The original and all copies of the Technical and Financial
Proposels shall be typed or written in indelible ink and shall be
signed by a person duly authorized to bind the Consultant to the
Contract. The name and position held by each person signing the
authorization must be typed or printed below the signature,
32.4 An authorized representative of the Consultant shall initial all the
pages of the Technical and Financial Proposals. The
authorization shall be in the form of a written power of attorney
accompanying the Proposal or in any other form demonstrating
that the representative has been duly authorized to sign. The
signed Technical and Financial Proposals shall be marked
“ORIGINAL”.
32.5 The original proposal (Technical Proposal and, if required,
Financial Proposal;) shall contain no interlineations or
overwriting, except as necessary to correct errors made by the
Consultants themselves. The person who signed the Proposal
must initial such corrections.
D. Proposal Submission
33.1. The Consuitant shall enclose the original and each copy of the
Technical Proposal in separate sealed envelopes, duly marking
the envelopes as “TECHNICAL PROPOSAL" and ‘ORIGINAL’
and “COPY, as appropriate.” These envelopes containing the
original and the copies shall then be enclosed in one single
envelope duly marking the envelope as “TECHNICAL
PROPOSAL’.
33.2 The Consultant shall enclose the original of the Financial
Proposal in one single separate sealed envelope, duly marking
the envelope as “FINANCIAL PROPOSAL" and with a warning
“Do NoT OPEN WITH THE TECHNICAL PROPOSAL.”
‘one single outer
envelope. The inner and outer envelopes shall:
(a) bear the name and address of the Consultant;
(b) be addressed to the Client at the address as specified in the
PDS;
(©) bear the name of the Proposel; and
Consultant / RFP
1834, Proposal:
‘Submission
Deadline
33.4
33.5
33.6
34.1
34.2
35. Proposal Submitted 35.1
Late
va &
eet Zak ai
(d) bear a statement “DO NOT OPEN BEFORE (the deadline for
submission of Proposal)” as specified in the PDS.
Ifall envelopes are not sealed and marked as required, the Client
will assume no responsibilty for the misplacement, or premature
‘opening of the Proposal.
If the Financial Proposal is not submitted in a separate sealed
envelope duly marked as indicated above, the Proposal may be
considered non-responsive.
‘The Proposals shall be submitted on the basis of this RFP
Document issued by the Client.
The Proposals shall be delivered to the Client at the address as
stated under ITC Sub-Clause 33.3 no later than the date and time
as specified in the PDS.
The Proposals may be hand delivered or posted by registered
mail or sent by courier, The Client shall, on request, provide the
Consultant with acknowledgement of receipt showing the date
and time when its Proposal was received.
The Client may, at its discretion on justifiably acceptable grounds
duly recorded, extend the deadline for the submission of
Proposals in accordance with ITC Clause 17 and 31.1, in which
case all rights and obligations of the Client and Consultants
previously subject to the deadline shall thereafter be subject to
the deadline as extended.
Any Proposal received by the Client after the deadline for
submission of Proposals shall be declared LATE and retumed
unopened to the Consultant.
E, Proposal Opening and Evaluation
36, Technical Proposal 36.1
Opening
37. Restriction on
Disclosure of
information
Relating to
Procurement
Process
38. Clarification on
Proposal
37.1
The Client shall open the Technical Proposals immediately after
the deadline for their submission. The envelopes with the
Financial Proposal shall remain sealed and securely stored.
Following the opening of the Technical Proposals by the Client's
PEC, and until the Contract is signed, no Consultant shall make
any unsolicited communication to the Client or PEC, pursuant to
Rule 31 of the Public Procurement Rules, 2008.
37.2. From the time the Proposals are opened to the time the Contract
38.1
is awarded, any effort by the Consultant to influence the Client or
PEC iin the Client's Proposal evaluation, Proposal comparison or
Contract award decisions may resull in non-responsiveness of
the Consultant's Proposal.
The Client's Proposal Evaluation committee (PEC) may ask the
Consultants for clarification of their Proposals, in order to facilitate
the examination and evaluation of the Proposals. The request for
clarification by the PEC and the response from the Consultants shall
Consultant / RFP
&
a 19382
38.3
39. Proposal 304
Evaluation: General
39.2
40. Examination of 40.41
Conflict of interest
Situation
40.2
40.3
41. Proposal Technical 41.1
Evaluation
41.2
42. Financial Proposal 42.1
Opening
GB
ve &
be in writing, and Proposal clarfications which may lead to a change
in the substance of the Proposal or in any of the key staff or
elements of the Proposal will neither be sought nor be permitted.
If a Consultant does not provide clarifications of its Proposal by
the date and time set in the PEC’s written request for clarification,
its Proposal shall not be considered in the evaluation.
Requests for clarifications on Proposal shall be duly signed only
by the PEC Chairperson.
Members of the PEC shall have no access to the Financial
Proposals until the evaluation of the Technical Proposal is
concluded.
The Proposals shall be evaluated based on what has been
submitted. The material issues to be clarified with the successful
Consultant will have to be discussed during negotiations,
During the evaluation of the Technical Proposals, the PEC shall
ascertain that no new CO! situations as stated under ITC Clauses
8, 9, 10 and 11, have arisen since the Consultant was short-
listed. If the PEC identifies a COI at this stage, it shall determine
whether the specific conflict is substantive and shall consequently
consider the Proposal non-responsive.
If a Consultant or its affilate is found to be in a COI during the
technical evaluation, the PEC shall review the case and either
|S 7
Works as per se0pes Of | Saperaion Engines
peraeet (Civil) (National) i fi if 7
Fag
nga | 5 | 2] 8 |
meme [a [a fs |e
fea i
Teal
NB:
JL.la case of international consultent, Home person-month will be treated as consultant head
office and field petson-month will be treated in Bangladesh,
2.In case of National consultant, Home person-month will be treated as consultant head office
‘and field person-month will be treated at site
3.Consultant has to deploy his man power on the basis of actual need of the project as per
directives of Project Director.
4.No payment will be paid off between the interim period of phase-I & Phase-2 and no man-
‘month will be consumed for this period.
GCC 3.4 The addresses for Communications and Notices are:
Client : Ashuganj Power Station Company Lid.
Attention _: Project Director
Land Acquisition, Land Development and Protaction for
Patuakhali 1320MW Super Thermal Power Plant Project
Ashuganj Power Station Company Ltd,
Ashuganj, Brahmanbaria, 3402, Bangladesh,
Facsimile: +88-08528-74014
E-mall : pd1320\[email protected]
Consultant
Attention
Facsimile
E-mail
GCC 6.1(e) The following additional documents shall form the part of the Contract:
Consultant RFP @ Va 8@
ecc 8.4
Gee 11.1
Gece 12.1
GCC ISA
Meeting minutes of contract negotiation meeting.
Non eligible countries are: Non diplomatic religion with People’s Republic of
Bangladesh.
The Member in Charge is: insert name with designation).
{if the Consultant consists of a joint venture, consortium or association of more than one entity,
the name of the entity whose address is specified in GCC Clause 3.1 should be inserted here. If
the Consultant consists only of ane entity, this Cause should be deleted from the POC]
‘The Authorized Representatives are:
Forthe Client —_: Project Director
Land Acquisition, Land Development and Protection for
Patuakhali 1320MW Super Thermal Power Plant Project.
Ashuganj Power Station Company Ltd
Ashuganj, Brahmanbaria, 3402, Bangladesh.
For the Consultant: [insert name with designation}
Replace by GCC 15.1
a) The Client shall pay on behalf of consultant VAT and Taxes on contract
value payable to the consultant as per applicable law of GOB. All other
direct and indirect taxes other than contract value applicable to the
consultant sub- consultant and personnel shall be borne by them.
(b) any equipment, materials and supplies brought into the Government's
country by the Consultant or Sub-Consultants for the purpose of carrying
out the Services and which, after having been brought into such territories,
will be subsequently withdrawn there from by them shall be borne by the
consultant
(©) any equipment imported for the purpose of carrying out the Services and
paid for out of funds provided by the Client and which is treated as
property of the Ciient shall be borne by client
(d) any property brought into the Government's country by the Consultant,
any Sub-Consultants or the Personnel (other than nationals or permanent
residents of the Government's country), or the eligible dependents of
such Personnel for their personal use and which will subsequently be
withdrawn there from by them upon their respective departure from the
Government's country, provided that:
(1) the Consultant, Sub-Consultants and Personnel, and their eligible
dependents, shall follow the usual customs procedures of the
Government's country in importing property into the Government's
country; and
(2) if the Consultant, Sub-Consultants or Personnel, or their eligible
dependents, do not withdraw but dispose of any property in the
Consultant / RFP
oz Et
64en
7
E
Gee 17.1
GCC 18.1
GCC 20.1
GCC 21.1
GCC 34.4(a)
GCC 34.4(b)
GCC 35.1(a)
GCC 37.A(c)
ccc 39.3
g Gi
Government's country upon which customs dulies and taxes have
been exempted, the Consultant, Sub-Consultants or Personnel, as
the case may be,
(i) shall bear such customs duties and taxes in conformity with
the regulations of the Government's country, or
(ii) shall reimburse them to the Client if they were paid by the
Client at the time the property in question was brought into the
Government's country
The conditions for effectiveness of the Contract are the following:
From the date of signing of contract and opening of Letter of Credit if
applicable
From the date of signing of contract and opening of Letter of Credit if
applicable
The Consultant shall commence carrying out the services not later than 5 days
from the Effective Date of the Contract.
The Contract shall expire until completion of the project and final payment
unless terminated earlier pursuant to GCC clauses 63 to 66,
‘The Consultant is notified of such actions, claims, losses or damages not later
than 12 months after conclusion of the Services.
The ceiling on Consultant's liability shall be limited to contract value.
‘The risks and the coverage shall be as follows:
(a) Third Party motor vehicle liability insurance in respect of motor vehicles
operated in Bangladesh by the Consultant or its Personnel or any Sub-
Consultants or their Personnel, with a minimum coverage of as per
applicable law of Bangladesh.
(b) Third Party liability insurance, with a minimum coverage of as per
applicable law of Bangladesh.
{c) Professional Liability insurance, with @ minimum coverage of fas per
applicable law of Bangladeshy;
(¢) Employer's Liability and Workers’ Compensation insurance in respect of
the Personnel of the Consultant and of any Sub-Consultant, in
accordance with the relevant provisions of the Applicable Law, as well as,
with respect to such Personnel, any such life, health, accident, travel, or
other insurance as may be appropriate; and
(©) Insurance against loss of or damage to (i) equipment and materials
purchased in whole or in part with funds provided under this Contract, (i!)
the Consultant's property used in the performance of the Services, and
(ii) any documents prepared by the Consultant in the performance of the
Services
‘The other actions that shall require Client's approval are:
The other restrictions about future use of documents and software are;
“The Consultant shall not use these documents and software for purposes
Consultant / RFP
aE 65GCC 41.4(9)
GCC 43.1
GCC 47.2
ccc 48.1
GCC 49.1
Gece 50.1
GCC 52.1
GCC 52.2
GCC 53.1
erations
unrelated to this Contract without the prior written approval of the Client”.
Assistance for carrying out the Services to be provided by the Client are:
Assistance with GOB requirements regarding Visas for foreign employees if
required.
Replace by:
If, after the date of signing of the Contract, and during the performance of the
Contract, there is any change in the Applicable Law with respect to taxes which
increases or decreases the cost incurred by the Consultant in performing the
Services, then the amounts otherwise payable to the Consultant under this
Contract shall be increased or decreased accordingly by agreement between
the Parties hereto, and corresponding adjustments shall be made to the ciing
amount specified in GCC Sub Clause 47.2.: Not applicable
The Contract ceiling amount is: insert amount
‘The Bank Account Is: [insert account with details]
Eligible claims for Local Currency [Bangladesh Taka] payment shail be made
by the Client through account payee cheque of a bank of Bangladesh.
Foreign Currency payment shall be made through irrevocable Letter of Credit
(L/C). The charges for establishment of letter of credit within the territory of
Bangladesh shall be borne by the Client (APSCL) and outside Bangladesh shall
be borne by the Consultant. But in case the amendment of the L/C is required
due to the cause of the Consultant, the amendment charge shall be paid by
the Consultant,
Price adjustment: Not applicable
‘The Contract Price is:
Advance Payment: Not applicable
NIA
Replace by GCC 53.1:
1. Payment for Remuneration of contract price will be made as soon as
practicable and not later than thirty (30) days after the end of the accepted
outputs as follows:
Phase-1:
* 5% remuneration payment of the contract amount of phase-1 shall be
made after submission of inception report,
* 20% remuneration payment of contract amount of phase-1 shall be made
based on the deliverable of Draft Planning, Detailed Design, Drawing,
BOQ with cost estimation & Methodology of Land Development,
Embankment and Earth Protection,
‘© 40% remuneration of the contract amount of phase-l remuneration
‘Consultant / RFP
@ eS@
GCC 53.3
GCC 55
e
‘payment shall be made after completion of Draft final reports.
© 25% remuneration of the contract amount of phase-l remuneration
payment shall be made after completion of the final report.
* 10% remuneration of the contract amount of phase-1 remuneration
payment shall be made till the completion of the Phase-2.
Phase-2:
* 80% remuneration Payment of the contract amount shall be paid pro-rata,
basis on the actual consumption of the man month’s and monthly
progress report.
Rest 20% remuneration Payment of the contract amount shall be paid on
the basis of final project closing report.
N.B: 1. Consultant has to deploy his man power on the basis of actual need of
the project as per directives of Project Director.
1.No payment will be paid off between the interim period of phase-1 &
Phase-2 and no man-month will be consumed for this period.
All the reports and works mentioned above need fo be accepted by the
Client (APSCL) before payment.
The Consultant shall submit to the Client, in duplicate, an itemized
statement, accompanied by copies of invoices, vouchers and other
appropriate supporting materials, of the amounts payable pursuant to GCC
Clauses 49 to 55 for such output. Each statement shall distinguish that
portion of the total eligible costs which pertains to remuneration from that
portion. The Consultant shall submit to the Client itemized statements
monthly,
2. Payment against Reimbursable expenses shall be made monthly on the basis
of actual expenses incurred by the consultant and monthly progress report,
not exceeding the contract price, with relevant supporting documents as
applicable.
The Consultant shall be entitled to receive financing charges for delayed
Payment during the period of delay at the following rate: N/A
Replace by GCC 55:
+ The remaining 10% remuneration of the contract payment of Phaso-1
and 20% remuneration of the contract payment of Phasc-2 of
‘contract price (final payment) under this Ciause shall be made only
after the successful completion of works approved as satisfactory by
the Client. The Services shall be deemed completed and finally
accepted by the Client and the final report and final statement shall
be deemed approved by the Client as satisfactory forty five (45) days
after receipt of the final report and final statement by the Client
unless the Client, within such forty five (45) day period, gives
written notice to the Consultant specifying in detail deficiencies in
Consultant / RFP
Ee
Jas
67GCC 74.2
the Services, the final report or final statement. The Consultant shall
thereupon promptly make any necessary corrections, and thereafter
the foregoing process shall be repeated until such time as the final
report and the final statement have been approved by the Client
Final payment against Reimbursable expenses shall be made after the
final report and final statement of each phase on the basis of actual
expenses incurred by the consultant and monthly progress report, not
exceeding the contract price, with relevant supporting documents as
applicable.
Disputes shall be settled by arbitration in accordance with the following
Arbitration Act. (Act No. 1 of 2001) of Bangladesh.
The place of Arbitration is Bangladesh.
w ch
Consultant / RFP
we
68& yee &
Ca
Section 5. Proposal & Contract Forms
‘SA. Technical Propos n
[Forms 8A1 to 6A8 are to be used for the preparation of the Technical Proposal according
fo the instructions as stated under ITC Sub Clause 23.1. Such Forms are to be used
whichever is the selection method as stated under ITC Sub Clause 1.1 of the Proposal Data
Sheet]
5A1 Technical Proposal Submission Form
5A2 Consultant's Organization and Experience
a. Consultant's Organization
b. Consultant's Experience
5A3 Comments or Suggestions on the Terms of Reference and, on Services, Facilities
and Property to be provided by the Client
a. Onthe Terms of Reference
b. On the Counterpart Staff and, Client's Services, Facilities and Property
5A4 Descriptions of the Approach, Methodology, and Work Plan for Performing the
Assignment
5A5 Work Schedule
5A6 Team Composition and Task Assignments
5A7 Staffing Schedule
5A8 Curriculum Vitae (CV) for Proposed Professional Staff
Ox
Consultant / RFP 69@ : te g
‘Form 5A1. Technical Proposal Submission Form
Mig
[Location, Date]
To: [Name and address of Client]
Dear Sirs:
We, the undersigned, offer to provide the consulting services for [insert title of assignment] in
accordance with your Request for Proposal dated [insert date] and our Proposal. We are hereby
submitting our Proposal, which includes the Technical Proposal, and the Financial Proposal sealed
under two separate envelopes’.
We are submitting our Proposal in association with: [insert a list with full name and address of each
associated Consultant, also specify, whether they are in joint venture or as Sub-Consultants}”
We hereby declare that all the information and statements made in this Proposal are true and
accept that any misinterpretation contained in it may lead to disqualification.
if negotiations are held during the period of validity of the Proposal, i.e. before the date indicated in
ITC Sub Clause 30.2 of the Proposal Data Sheet, we undertake to negotiate on the basis of the
proposed staff. Our Proposal is binding upon us and subject to the modifications resulting from
Contract negotiations,
We undertake, if our Proposal is accepted, to commence the consulting services
related to the assignment not later than the date indicated in ITC Sub Clause 56.tof
the Proposal Data Sheet.
We also confirm that the Government of Bangladesh has not declared us, or any Sub -Consultants
for any part of the Contract, ineligible on charges of engaging in corrupt, fraudulent, collusive or
coercive practices. We furthermore, pledge not to indulge in such practices in competing for or in
executing the Contract, and we are aware of the relevant provisions of the Proposal Document as
stated under ITC Ciause 4.
We understand you are not bound to accept any Proposal you receive.
We remain,
Yours sincerely,
‘Authorised Signature
{fin full and initials)
Name and
designation of Signatory
Name of Firm
‘Address
Consultant / RFP 70aa, €
rats
Lk Si
[ E Form 5A2. Consultant's Organization and Experience
A- Consultant's Organisation
[Provide here a brief description (maximum two pages) of the background and organization of the Consultant and each
associate for this assignment} ve
‘Consultant RFP nB - Consultant’s Experience
Major Works Undertaken that best Illustrates Qualifications
[Using the format below, provide information on each assignment for which your fm and each associate for this
assignment, was legally contractod either individually as @ corporate entity or as one of the major companies within an
‘association for carying out consulting services similar tothe ones requested under this assignment. Use 20 pages)
‘Assignment Name: ‘Approx. value of the contract in current USS or
Euro or BDT):
Country: Duration of assignment (months):
Location
within country:
Name of Client: Total No of Staff-Monihs of the assignment:
‘Approx. value of the services provided by your
Address: firm under the contract (in current US$ or Euro or
BDT):
‘Start date: (Month/Year): No of Staff- Months of Professional Staff provided
‘Completion date (Month/Year): by associated Consultant:
Name of associated Consultants, any:
Name of Senior Staff (Project DirectoriGoordinator, Team Leader) Involved and Functions
Performed:
Detailed Narrative Description of Project:
Detailed Description of Actual Services Provided by your Staff:
{ Firm's Name:
@
Consultant /RFP 2| Form: at ‘Commerits & Suggestions on the Terms of Reference and, on Servicés &
: Facilities to be Provided by the Client
On the Terms of Reference
[Present and justify here any modifications or improvement to the Terms of Reference you are
proposing to improve performance in carrying out the assignment (such as deleting some activity
you consider unnecessary, or adding another, or proposing a different phasing of the activities or
Proposing an alternative method of undertaking the work). Such suggestions should be concise and
to the point, and incorporated in your Proposal.]
On Services, Facilities and Property
[Comment here on services, facilities and property to be provided by the Client as stated under ITC
Sub Clause 28.1. Sheet including: administrative support, office space, local transportation,
equipment, data, etc.]
= y
Consultant / RFP. B| Form 5A4 Desc!
Approach, Methodology & Work Plan for Fea a
‘Assignment
[Technical approach, methodology and work plan are key components of the technical
proposal. It is suggested that you present your technical proposal divided into the following
three chapters:
- Technical Approach and Methodology,
- Work Plan, and
- Organization and Staffing.
a) Technical Approach and Methodology. Here you should explain your understanding of the
b)
objectives of the assignment, approach to the services, methodology for carrying out the
activities and obtaining the expected output, and the degree of detail of such output. You
should highlight the problems being addressed and their importance, and explain the
technical approach you would adopt to address them. You should also explain the
methodologies you propose to adopt and highlight the compatibility of those methodologies
with the proposed approach, (e.g., the methods of interpreting the available data; carrying
out investigations, analyses, and studies; comparing alternative solutions). This Chapter
should incorporate any moxifications to the ToR proposed by you. In case the ToR requires
the Consultant to provide a quality plan and carry out the assignment according to its
provisions, an outline of the quality plan (e.g,, Its list of contents) should be included in this
Chapter of the Technical Proposal.
Work Plan. Here you should propose the main activities of the assignment, their content and
duration, phasing and interrelations, milestones (including interim approvals by the Client),
and delivery dates of the reports. The proposed work pian should be consistent with the
technical approach and methodology, showing understanding of the ToR and ability to
translate them into a feasible working plan. A list of the final documents, including reports,
drawings, and tables to be delivered as final output, should be included here. The Work Plan
should be consistent with the Work Schedule of Form 5AS.
Organization and Staffing. In this chapter you should propose the structure and
‘composition of your team. You should list the main disciplines of the assignment, the key
‘expert responsible, and proposed technical and support staff. The roles and responsi
of professional staff should be set out in job descriptions. In case of association, this Chapter
will indicate how the duties and responsibilities will be shared. The organization and staffing
will be reflected in the Team Composition and Task Assignments of Form SA6, and the
Staffing schedule of Form 5A7. An organization chart illustrating the structure of the team
and is interfaces with the Client and other institutions involved in the project also should be
provided.
@
Consultant /RFP 14se i st /WeURSUOD
uaUubysse oy Jo WEIS olp oY pejundd are suUOWY "WeYD Jeq e JO UHO} O49 UI PayEDIpUl q WeUS SoRIARO® Jo OREN,
‘eseyd yore 20) Aisjeiedes syrewyoueg pue ‘syodes jo Kranyap ‘semiaNoe ejeoIpuy sjuaUIUBysse paseyd J
wad se Yons SyLeUYoUag Joyo pue “(sHoded feu puE ‘WHOIU1 “‘LoNdeoUl“*6'2) spodes jo KueA\jap Bulpnjout awlubisse oy) Jo SanIANDR UIE
Tv
vAWARV | oN| Composition and Task Assignment
Name of Staff
Firm
‘Area of
Expertise
Position
Assigned
Task Assigned
Consultant / RFP
16u
dy /3ueyMsUOD
JF ®
‘Poved S404 peuinsuod oq pm \qUOUH-UEW OU ple Z-os8Yd ¥ L-esoUd Jo Poued LiLO}U CL UEDMYoq Yo pred 2G | USLAKEd ON +
“sorpoug Yeofoid Jo SaRoaup 1ed se 3oe[01d oxy Jo Paeu jem>e 0 SIseq eM UO JANad Uew siy fordep Ch Seu TuENNSUOD +
‘oyjo awoy s1UEIMsUOD 4 LEU) J9\Po 2DeI¢ ® Je No PEUJED YOM SUBAL HOM POIs
2HOM pee pUE eWOY 0, ndul yUOUEIS Aaresedes ojeo!pUL YEIS YORD.104 “SOYYRS BU} Jo WEUeOUOULNOS O4) WOH PEIUNOD OE SYILO,
‘C249 ‘weys leouap ‘vewsyesp “
‘AuoBeye kq payeoipul 8q pynous EIS Hoddns 10} ‘AenpyrypUL PEyeoIpUL oq PInoUs Indu EIA EIS [EUOISSOOLd 10-4,
OL
wor | wea | owen [ufalulop|ele[olstelelete
zinduy yuo 4e}s [EOL suwuow £q ynduy quuow-yeIS.
weigyo owen | WNFe ,; 1 Goes
‘‘Form'SA8° Curriculum Vitae (CV) for Each Proposed Professional Statt
1. Proposed Position [oniy one candidato shall be nominated for each position|:
2. Name of Firm [insert name of fim proposing the staff
3. Name of Staff [Insert ful name):
4. Date of Birth: Nationality:
5. Education [indicate college/iiversity and other specialized education of staff member, giving names of
Institutions, degrees obtained, and dates of obtainment|:
6. Membership of Professional Associations:
7. Other Training {indicate signitican training since degrees under 5 - Education were obtained
8. Countries of Work Experience: {List counties where staff has worked inthe last ton years)
9. Languages [For each language indicate proficiency: ood, far, orpoorin speeking, reading, and wating
410. Employment Record {Starting with prosont positon, isin reverse order every employment held by staff
‘member since graduation, giving for each employment (see format here below}: datos of employment, namo of
‘employing organtzetion, positions held}
From [Year]: To [Year]:
Employer:
Positions held:
11. Detailed Tasks Assigned —_| 12. Work Undertaken that Best Illustrates Capability to
Handle the Tasks Assigned
e Among the assignments in which the staff has been involved indicate
[List alltasks to be performed under | ing ‘eyicwing information for those assignments that best ilusirate staff
this assignment] ceapabilly to hanole the tasks listed under point #1.)
Name of assignment or project:
Year:
Location:
‘Consultant 7 RFP @ LL 8te Se
in
Client:
Main project features:
Positions held:
Activities performed
13.Certification:
|, the undersigned, certify that to the best of my knowledge and bellef, 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.
Date: |
[Signature of staff member or authorized representative of the stall] Day/Monih/Year
Full name of authorized representative:
@
Consultant RFP 9DB. Final
[Forms 5B1 to 584 are to be used for the preparation of the Financial Proposal according to the
Instructions as stated under ITC Sub Clause 25.1. Such Forms are fo be used whichever is the
selection method as stated under ITC Sub Clause 1.1 of the Proposal Data Sheet]
Form 5B1 Financial Proposal Submission Form
Form 5B2 Summary of Costs
Form 5B3 Breakdown of Costs by Activity
Form 5B4 Breakdown of Remuneration
Form 5B5 Breakdown of Reimbursable Expenses
Consultant / RFP 80Pas
<0) DRowin'SB4 Financial Proposal Submission Form! 9°!
Iocation, Date]
To: (Name and address of Client
Dear Sirs:
We, the undersigned, offer to provide the consulting services for [insert title of assignment] in
accordance with your Request for Proposal dated [insert date] and our Technical Proposal. Our attached
Financial Proposal is for the sum of [insert amount in words and figures"]. This amount is exclusive of local
taxes, which we have estimated at [insert amount in words and figures] and, which shall be discussed during
negotiations and shall be added to the above amount for determining the Contract Price.
(Our Financial Proposal shall be binding upon us subject to the modifications resutting from Contract
Negotiations, up to expiration of the validity period of the Proposal, ie. before the date indicated in ITC Sub
Clause 30.2 of the Proposal Date Sheet.
Commissions and Gratuities paid or to be paid by us to the agents relating to this Proposal and
Contract execution, if we are awarded the Contract, are listed belon?:
In accordance with GCC Sub Clause 36, we acknowledge and accept the Client's right to inspect and
audit all records relating to our proposal irrespective of whether we enter into a Contract with the Client as a
result of this Proposal.
Name and Address of ‘Amount Purpose of Commission or
Agents Gratuity
We also declare that the Government of Bangladesh has not declared us or any Sub-Consultants for
any part of the Contract, ineligible on charges of engaging in comupt, fraudulent, collusive, or coercive
practices. We furthermore, pledge not to indulge in such practices in competing for or in executing the
Contract, and are aware of ihe relevant provisions of the Proposal Document as stated under ITC Clause 4
‘We understand you are not bound to accept any Proposal you receive.
We remain,
Yours sincerely,
Authorized signature [In full and initials)
Name and tile of Signatory —
1 Amounts must coincide with the ones indicated under total cost of Financial Proposal
2 If applicable, replace this paragraph with: No Commissions or Gratuities have been paid or are to be
paid by us’ to agents relating to this Proposal and Contract execution, if we are awarded the
Contract
Ce
Consultant / RFP 81zw dR /wEyNsUO
a eB
Tesodolg oY) Yl pepIAOIC E-NId
SuuoJ IP Ul ParEOIPUI SJEIOIGNS TWene|e4 94) JO WiNS OY YIM ep|OUIOD ISNUL $}S0D |eIO} YORE “AoUALIND YORE UL TUAI!D a4} Aq pled Og O} S}ECO Io} OY) BIEDIPU| _Z
‘SveUl0 @4p 8J0|9p pue ‘pepedti Se suUINjOD AUeW Se Bsn ‘SejouELINO OM Jo WiAWIKEWY “AOUELINO UBIOIO} OY) Jo SWIEU 94) SIEYDEIG UEOMIEG STeDIPU |
z1esoddig jePURUIS J0 $1505 TOL
Vougino 107 | iz x Aauoung ubrasoy ayeopuy) | fb # Auauino
uBje104 ajeoipuj)
wey
I ‘33809,‘Form SB3: Breakdown of Costs by Acti
fae
Group of Activities (Phase): Description:*
Costs
Cost component ic
sat Cette” | Undleate Foreign Currency #2 | pod cet yy
Remuneration®
Reimbursable Expenses ®
Subtotals
Form FIN-3 shall be filed at least for the whole assignment. In case some of the activities require different modes of billing and, the Consultant shall fil a
‘separate Form 583 for each group of activities. For each currency, the sum of the relevant Subtotals of all Forms FIN-3 provided must coincide with the Total
Costs of Financial Proposal indicated in Form5B2.
Names of activities (phase) should be the same as, or correspond to the ones indicated in the second column of Form 5 A5
‘Short description of the activities whose cost breakdown is provided in this Form.
Indicate between brackets the name of the foreign currency. Use the same columns and currencies of Form5B2.
For each currency, Remuneration and Reimbursable Expenses must respectively coincide with relevant Total Costs indicated in Forms 5B4, and SB5.
@
Consultant /RFP — 95;Poued si 40) Pounsud9 =e jyA tRUOW-UEUI OU PLE Z-oseUd ® J-2801
‘uoypeug }oof0Nd Jo SaxIIANP 4Bd se yookoMd otN JO paaL
‘anduy x ejee tquour ies = UoBieUnWIee! “30%
yosiseq
UNOS Ou BFEOIPUI WEIS LYOeE 104 “ZA UNOS Jo Sep
‘wu ip u poreaIpur aseyd 40 sejuNRoe Jo No.6
249 Jo uuunyoo oy w
SIS09 [eIOL
[BRIS 12907
Brig UBjeI0F
qouaung ol@ # fousuing alt # Aoueung
12907 eye2xpuy} ubjo104 oye2)pu] ubje10.4 syeo;pu pnduy etonised aun
qquow-yeis
auanay yo dno8 dy /queynsuog
7 ‘sKen-oM 40 -9u0 51 du 9441 ue YB YoeO Jo @\NOL aYEOIPU
= 509 “Aousuuno jUeAdyaL
syaxpA1q UOOAIOq ByeIPU]
Jno pue 4800 yun ojeo;pUy
WOYS BIE 81N Jo gE soUALEJSy Ydesbereg 0} BupIONDe ewioH JOWJO PPE Jo a|quo|dde Jou B12 ely SUE BIO;o,
POpSOU jt ‘popinoud gag euLo4 OY) Jo YOED 40} PoINY oq pINOYS Gag WIE
‘51800 [BIOL
‘SouRISsse Rapp Wal SOHO
‘sj809 uogeHOdsuem [0007
"SpeuooanS
— 888) Hoei09e7
| Senor SendURD Oem
dus ‘syo9ye (euosiad jo wWaUIdyS
3y0 ‘sondahs “Sevayeur
| sqwowrssul Sueudinba
‘su0deu Jo voqanpaidas ‘Sulyeia,
Toserd yasuj] pus [aed vest]
{vaemieg 51500 uoneoIUNUIWOD
‘Guy | sesuodxs jane snosuayoosi
doy =S146i5 euoneworuy
Fea ‘SSOUMOFE UIBIp 8d
Tew fouaung | iz # Aoveung | jib # fuene
phoveny | uBlauog Ubjer04 uBes | Aaueny | 8° | yun ztonduoseg n
"wil | _syeaipujl ayeoppuy] areoipul} oe
s(eseud) Sepinoy yo dno
(aaa ow Ui Pepn|aUT WeEq Sey DERG jo UNO peseg-Oul]] Sip USy Asn oq AUS EUS F-Nid WHOS SIUL)
Sosuedss elgesin UMOP NERY i
fem Seph
= ®te Ge
lid
‘Staiidardiforin of Contract Agreement
‘This CONTRACT (hereinafter called the “Contract’) is made the insert day] day of the month of
[insert month], [insert year), between, on the one hand, [insert name of client] (hereinafter called the
“Client’) and, on the other hand, finsert name of Consultant] (hereinafter called the “Consultant’).
LE
lif the Consultant consists of more than one entity, the above should be partially amended to read
as follows: “... (hereinafter called the “Client’) and, on the other hand, a joint venture consisting of
the following entities, each of which will be jointly and severally liable fo the Client for all the
Consultant's obligations under this Contract, namely, [insert name of Consultant] and [insert name(s)
of other Consultant(s)] (hereinafter called the "Consultant’).]
WHEREAS
(a) _ the Client has requested the Consultant to provide certain consulting services as defined in
this Contract (hereinafter called the "Services";
(b) the Consuttant, having represented to the Client that they have the required professional
skills, and personnel and technical resources, have agreed to provide the Services on the
terms and conkitions set forth in this Contract; and
NOW THEREFORE the parties hereto hereby agree as follows:
4. The following documents forming the integral part of this Contract shall be interpreted in the
order of priority shown:
(a) The Form of Contract;
(b) The Particular Conditions of Contract (PCC),
(©) The General Conditions of Contract (GCC),
(6) The Appendices (1 to 7).
[ If any of these Appendices are not used, the words ‘Not Used" should be inserted next to the
title of the Appendix]
Appendix 1: Description of the Services
Reporting Requirements
Key Personnel and Sub Consultants and Hours of Work for Key
Personnel
Appendix 4: Cost Estimates
Appendix 5: Duties of the Client- Services, Facilities and Property to be provided by
the Client
Appendix 6: Form of Bank Guarantee for Advance Payment
Appendix 7: Minutes of contract Negotiation
2. The mutual rights and obligations of the Client and the Consultant shall be as set forth in the
Contract, in particular:
(2) the Consultant shall carry out the Services in accordance with the provisions of the
Contract; and
‘Consultant / RFP OQ iG 86(0) __ the Client shall make payments to the Consultant in accordance with the provisions of
the Contract.
IN WITNESS We, the Parties hereto have caused this Contract to be signed in their respective
names as of the day and year first above written.
For and on behaff of fname of Client]
[Authorized Representative]
For and on behalf of [name of Consultant]
[Authorized Representative)
[if the Consultant constitutes of more than one entity, all these entities should appear as signatories,
in the following manner]
For and on behalf of each of the Members of the Consultant
Iname of member]
[Authorized Representative]
Iname of member]
[Authorized Representative]
Consultant / RFP 87ESD.
Appendix 1 Description of the Services
Include the final Terms of Reference worked out by the Client and the Consultant
during Technical Proposal negotiations, dates for completion of various tasks,
place of performance for different tasks, specific tasks to be approved by Client,
etc.
Appendix 2 Reporting Requirements
List here format, frequency, and contents of reports; persons to receive them;
dates of submission; etc. If no reports are to be submitted, state here "Not
applicable,”
Appendix 3 Key Personnel and Sub Consultants- Hours of Works for
Key Personnel
List hereunder:
3A Titles [and names, if already available}, detailed job descriptions and
minimum qualifications of Key foreign Personnel to be assigned to work in
the Government's country, and staff-months for each.
3B Same information as 3A for Key local Personnel.
3C Same as 3A for Key Personnel to be assigned to work outside the
Government's country
3D _ List of approved Sub Consultants (if already available); same information
with respect to their Personnel as in 3A to 3C.
Hours of work for Key Personnel: Office hour of APSCL.
Travel time to and from the country of the Government for Foreign Personnel :
Acceptable
Overtime pay, sick leave pay, vacation leave pay: Not applicable
Appendix 4 Cost Estimates
A. In Foreign Currency
Note: List hereunder cost estimates in foreign currency:
1. (a) Monthly rates for Foreign Personnel (Key Personnel and other Personnel)
(®) Monthly rates for local Personnel (Key Personnel and other Personnel).
(This should be added if local Personnel is also being paid in foreign currency)
2 Reimbursable expenses (items that are not applicable should be deleted; others may be
added):
(@) Per diem allowances for each of the Foreign or Local Personnel for every day in
which such Personnel shall be absent from his home office and shall be outside the
Client's country.
(2) Airtransport for Foreign Personnel: EL
Consultant / RFP Ce 88(O}
@
@)
0
@
(hy
0
o
(K)
e
Abt
() the cost of international transportation of the foreign Personnel by the most
appropriate means of transport and the most direct practicable route to and
from the Consuitants' home office; in the case of air travel, this shail be by less
than first class;
(i) for any foreign Personnel spending twenty-four (24) consecutive months or
‘more in the Client's country, one extra round trip will be reimbursed for every
twenty-four (24) months of assignment in the Client's country. Such Personnel
will be entitled to such extra round trip only if upon their return to the Client's
country, such Personnel are scheduled to serve for the purposes of the Project
for a further period of not less than six (6) consecutive months.
Air transport for dependents: Not applicable
Miscellaneous travel expenses
() for the air travel of each of the Foreign Personnel, the cost of excess baggage
up to twenty (20) kilograms per person, or the equivalent in cost of
unaccompanied baggage or air freight;
(i) the fixed unit price per round trip for miscellaneous travel expenses such as the
cost of transportation to and from airports, airport taxes, passport, visas, travel
permits, vaccinations, etc.
International communications: the cost of communications (other than those arising in
the Client's country) reasonably required by the Consultant for the purposes of the
Services.
The cost of printing, reproducing and shioping of the documents, reports, drawings,
etc.
The cost of acquisition, shipment and handling of the following equioment,
instruments, materials and supplies required for the Services, to be imported by the
Consultants and to be paid for by the Client (including transportation to the Client's
country)
The cost of transport of personal effects.
The rate for the programming and use of, and communication between, the computers
for the purpose of the Services.
The cost of laboratory tests on materials, mode! tests and other technical services
authorized or requested by the Client.
The foreign currency cost of any subcontract required for the Services and approved
in writing by the Client.
The cost of such further items not covered in the foregoing but which may be
required by the Consultants for the purpose of the Services, subject to the prior
authorization in writing by the Client.
+ Consultant has to deploy his man power on the basis of actual need of the project as per
directives of Project Director.
+ No payment will be paid off between the interim period of phase-1 & Phase-2 and no man
‘month will be consumed for this period.
B. Cost Estimates in Local Currency
Note: List hereunder cost estimates in local currency:
1. Monthly rates for local Personnel (Key Personnel and other Personnel)
Consultant /RFP & 89ua Ri
2. Reimburseble expenses (items that are not applicable should be deleted; others may be
added):
(a)
()
©)
@
@)
@
(9)
(h)
Per Diem rates for subsistence allowance for foreign short-term Personnel:
(9 per diem allowance in local currency equivalent fo [name agreed foreign
currency specified in Clause 47.2] per day, plus estimated totals, for each of the
short-term Foreign Personnel (ie, with less than twelve (12) months
consecutive stay in the Client's country) for the first ninety (90) days during
which such Personnel shall be in the Client's country;
(i) per diem allowance in local currency equivalent to [name agreed foreign
currency specified in Clause GCC 47.2)] per day, plus estimated totals, for each
of the short-term Foreign Personnel for each day in excess of ninety (90) days
during which such Personnel shall be in the Client's country.
Per diem allowance for each of the long-term Foreign Personnel (twelve (12) months
or longer consecutive stay in the Client's country, plus estimated totals.
The cost of local transportation.
The cost of the following locally procured items: office accommodations, camp
facilities, camp services, subcontracted services, soil testing, equipment rentals,
‘supplies, utilties and communication charges arising in the Client's country, all if and
to the extent required for the purpose of the Services.
The cost of equioment, materials and supplies to be procured locally in the Client's
country.
The local currency cost of any subcontract required for the Services and approved in
writing by the Cliont.
The cost of training of Client's staff in the Client's country, if training is a major
component of the assignment, specified as such in the TOR.
The cost of such further iterns not covered in the foregoing but which may be required
by the Consultant for the purpose of the Services, as agreed in writing by the Client.
* Consutant has fo deploy his man power on the basis of actual need of the project as per
directives of Project Director.
+ No payment vill be paid off between the interim period of phase-1 & Phase-2 and no man-
‘month will be consumed for this period.
Appendix 5 Duties of the Client
Note: List under:
5-1
Professional and support counterpart personnel to be made available to the
Consultant by the Client.
Tene oe
ae
Consultant / RFP 90(ae ie
eis) ees
or
Appendix 6
a
Form of Bank Guarantee for Advance Payments
Mths is the format for the Advance Payment Security to be issued by a scheduled bank
of Bangladesh in accordance with GCC Clause 52.1]
Contract No: Date:
To:
[Name and address of Client}
ADVANCE PAYMENT GUARANTEE No:
We have been informed that [name of Consultant] (hereinafter called "the Consultant’) has
undertaken, pursuant to Contract No [reference number of Contract] dated [date of Contract]
(hereinafter called “the Contract’) for the delivery of {description of consulting services] under the
Contract.
Furthermore, we understand that, according to the conditions of Contract an Advance Payment(s) in
the sum Of -———-——-——-——--—-——f amount in figures} (—— —-) famount in words}
is to be made against an advance payment guarantee
At the request of the Consultant, we (name of bank] hereby irrevocably undertake to pay you,
without cavil or argument, any sum or sums not exceeding in total an amount of Tk [insert amount in
figures and in words] upon receipt by us of your first written demand accompanied by a written
statement stating that the Consultant is in breach of their obligation(s) under the Contract conditions,
without you needing to prove or show grounds or reasons for your demand of the sum specified
therein.
We further agree that no change, addition or other modification of the terms of the Contract to be
performed, or of any of the Contract documents which may be made between the Client and the
Consultant, shall in any way release us from any liability under this guarantee, and we hereby waive
notice of any such change, addition or modification.
This guarantee is valid until [date of validity of guarantee], consequently, we must receive at the
above-mentioned office any demand for payment under this guarantee on or before that date.
Signature Signature
ce
Consultant / RFP 91os
ce "710 Terms of Reference (TOR)
Consultancy Services for Planning, Design, Drawing, Cost estimation with BOQ and
Supervision of Land Development, Embankment, Earth Protection, Resettlement
Structural Components, Civil works (residential/non-residential) and all other related
Civil & Electrical works of “Land Acquisition, Land Development and Protection
Project for Patuakhali 1320MW Super Thermal Power Plant” under Ashuganj Power
Station Company Ltd. (APSCL).
1.0 Background:
Ashuganj Power Station Company Ltd. is a Government owned public limited company
and the largest power hub in Bangladesh. The present total power (electricity)
generation capacity of its 08 units is 1690 MW. As a part of the Power Sector
Development and Reform Program of the Government of Bangladesh (GOB) Ashuganj
Power Station Company Ltd. (APSCL) has been incorporated under the Companies Act
1994 on 28 June 2000. The Registration No. of APSCL is C-40630 (2328) /2000.
Ashuganj Power Station (APS) Complex (with its Assets and Liabilties) had been
transferred to the APSCL through a Provisional Vendor's Agreement signed between
BPDB and APSCL on 22 May 2003. All the activities of the company started formally on
01 June 2003. From that day the overall activities of the Company along with operation,
maintenance and development of the Power Station are vested upon a qualified and
dynamic Management Team.
Electricity generated in this power station is supplied to the national grid and it is
distributed to the consumers of the whole country through the national grid. This power
station plays a significant role in the national economic development by generating more
than 12% of total demand for electricity in the country. in this power station, Natural Gas
from Bakhrabad Gas Distribution Company Ltd. is used as fuel.
The Government of Bangladesh has already installed some necessary legal and
restrictive structures to fulfil growing electricity demand, taken initiative to increase
generation capacity by developing new power plants. The reserve of natural gas is
decreasing day by day. So, Coal is more preferable for the diversification of fuel for
generation of electricity and intial alternative fuel. APSCL has taken initiative to install a
1,320 MW Ultra Super Critical coal based thermal power plant at Kalapara Upazila
under Patuakhali District to cope up with the target,
The site has been selected through a comprehensive site selection study by an
internationally reputed consulting firm along with APSCL end GOB Power Sector
officials. The consultant has identified around 925.50 acres of land at Debpur,
Chalitabunia, Panchjunia and Dhankhali Mouza under Dhankhali and Champapur union
of Kalapara Upazila of Patuakhali District. The site can be approached by having a
direct access road from Kalapara (Patuakhali-Kuakata Highway) or through river way
from Kalapara, Patuakhall.
2.0 Objectives of the Services:
The proposed project is a linkage project of construction of “Patuakhali 1320MW Super
Thermal Power Plant’. The Power Plant once complete it will add 1320MW (2 X
660MW) generated power to the National grid, that will improve the present power
sector scenario significantly and trigger the national economic development through
industrialization. This project will help the main project to early completion.
oo
‘Consultant / RFP WG : C 9230
i
The objectives of the consultancy service are Planning, Design, Drawing, Cost
estimation with BOQ and Supervision of Land Development, Resettlement Structural
components, Embankment, Earth Protection, Residential and Non-residential structures,
boundary wall and all other related Civil & Electrical works mentioned in DPP for the
project “Land Acquisition, Land Development and Protection Project for Patuakhali
1320MW Super Thermal Power Plant”.
Scope of work for Consultaney services:
General Scope of Services:
The consultancy firm will act as the Owner's Engineer to Employer (APSCL) and
perform as followings but not limited to:
> Planning, Design, Drawing, Cost estimation with BOQ, specification of works and
Supervision of Land Development, Resettlement Structural components,
Embankment, Earth Protection, Residential and Non-residential structures,
boundary wall and all other related Civil works etc. in accordance with the DPP
and project requirements for this project.
» Planning, Design, Drawing, Cost estimation with BOQ, specification of works and
‘Supervision of construction of Sub-station, external electrification, overhead
distribution system, road & security lighting system, Individual house witing
‘system works etc. in accordance with the DPP and project requirements for this
project.
> Planning, Design, Drawing, Cost estimation with BOQ, specification and
‘Supervision of Construction of water distribution system, water drainage system,
sewage management system and beautification by tree plantation etc. in
accordance with the DPP and project requirements for this project.
‘The detail scopes of service are as follows but not limited to:
2. Study of the project site includes Topographic survey, digital mapping, pro-section
& post-section measurement, earth/sand filing volume estimation, method of filing
including compaction and preparation of layout of the project components with
sub-soi! investigations necessary for foundation design.
b. Sub-soil investigation (including soil property analysis, load capacity calculation &
recommendation etc.) as per site requirement.
©. Site Geology and seismic characteristics like, sub survey stratigraphy, regional
seismicity, site classification and seismic zoning map, sand liquefaction, etc.
d. Assessment of water and soil corrosivity and salinity.
Basic design parameters: (I) Seismic coefficient at horizontal ground level (PGA)
(ii) Wind velocity (iii) Surge height (iv) Design load for road (v) Rain fall intensity,
etc,
Preparation of detailed design & drawing, work schedule with specification
including contour map for Land Development, resettlement structural components,
Embankment and Earth Protection, Civil works (Semi-pacca site office, Ansar
Barack, boundary wall with barbed wire, fencing and internal roads etc.),
Consultant
RFP GP i 93a
Bon
construction of substation, external electrification, overhead distribution system,
road and security lighting system, water distribution system, water drainage
system, Sewage management system, turfing, beautification by tree plantation etc.
for the project.
Study for the source of fling materials.
. Full time supervision, taking measurement and monitoring of construction works
by professional expert from the beginning of the work to the completion of the
construction work.
Ensuring proper Environmental, health and safety regulations during construction
works according recognized standards.
Checking and certifying the bills with the progress report submitted by the
contractor for payment afler execution/completion of the work.
Preparation & submission of progress report briefly in every month.
‘Anticipate and identify potential difficulties or conflicts and their effect on the
implementation schedule and recommend steps to be taken by the employer to
‘overcome the difficulties and avoid any delays.
Quality control measure and ensure safety to the workers during construction
period.
Any other related services prescribed by the employer to the works.
3.1 Land Development works for 530 Acres:
‘+ Topographic survey, boundary assessments, construction survey, location
survey, spot level survey (coarse level contour survey), site planning and any
other survey related to the works.
‘+ Map setting, map referencing, contour map, area estimation, digital mapping,
boundary survey etc,
+ Sub-Soil investigation (Soil Test) as per site requirement.
* Site Geology and seismic characteristics like, sub survey stratigraphy.
regional seismicity, site classification and seismic zoning map, sand
liquefaction, etc.
‘© Assessment of water and soil corrosivity and salinity.
‘+ Design, pre-section & post-section measurement, sand filing/cutting volume
estimation as per contour map, specification and preparation of BOQ for the
quantities of works for Land Development.
* Method of filing.
* Soll compaction technique, rate of settlement of soll (Consolidation).
‘+ Full time supervision, taking measurement considering rate of settlement of
soil and monitoring the Land development work from the beginning to the end
of the work.
* Checking & certifying the bills with progress report submitted by Contractor
for payment after execution of the land development works.
Consultant / RFP
@ oo32
33
* Preparation & submission of progress report in detail in every month.
‘* Any other related services prescribed by the employer to the works.
Embankment construction works (11 km):
‘+ Map setting, map referencing, area estimation, map digitizing, boundary
survey ete. for Embankment work.
‘+ Sub-soil investigation (Soil Test) as per site requirement.
+ Site Geology and seismic characteristics like, sub survey stratigraphy,
regional seismicity, site classification and seismic zoning map, sand
liquefaction, etc.
+ Assessment of water and soil corrosivity and salinity.
‘© Design, estimate & detailing (including contour map) the volume of filing
earth, specification and preparation of BOQ for the Embankment work
‘+ Full time supervision, pre-section & post-section measurement, taking
measurement considering rate of settlement of soil and monitoring of
construction work by professional expert from the beginning to the end of the
construction work.
‘+ Ensuring drainage facility and stability of the Embankment.
‘+ Shore protection methodology
= Checking & certifying the bills with progress report submitted by the
contractor for payment after execution of the work.
‘+ Preparation & submission of progress report in detail in every month.
+ Any other related services prescribed by the employer to the works.
Earth Protection works (3 km):
* Map setting, map referencing, area estimation, map digitizing, boundary
survey etc. for Earth protection work.
'* Design, estimate and detailing the volume of CC blocks Preparation of BOQ,
for Earth Protection work.
* Full Time Supervision, taking measurements and Monitoring of earth
protection work by professional expert from the beginning to the end of the
work.
* Ensuring drainage facility and stability of the earth protection work,
* Ensure erosion control measures for earth protection works.
* Shore protection methodology
‘* Checking & certifying the bills with progress report submitted by the
Contractor for payment after execution of the work.
‘+ Preparation & submission of progress report briefly in every month.
* Any other related services prescribed by the employer to the works.
Consultant / RFP
ch
Y& 9534
35
Resettlement structural Components:
* Preparation of detail architectural pian for resettlement structure of
approximately 170 families.
+ Preparation of detailed map, design, drawing, cost estimation with BOQ of
standard single storied semi-pacca building including electrical and plumbing
works for 170 families.
‘* For one family, plot size shall be 6 or 8 decimals as per DPP and semi-pacca
building size shall be maximum 1000 sft within each plot.
‘* Preparation of detailed map, design, drawing, cost estimation with BOQ of
resettlement area boundary wall, housing plot separation wall, water
distribution system, water drainage system, sewage management system,
extemal electrification, overhead electric distribution system, road and
‘security lighting system, individual house wiring system, Mosque and Mondir,
Primary school and Madrasa, Community/multipurpose hall cum cyclone
Centre, Shops, Main gate, Ponds with pacca-ghat, playground, community
park, Eidgah, medical centre, access and distribution roads, Footpath,
beautification and tree plantation etc.
* Preparation of 3D model view for all described facilities as individual and
altogether.
‘+ Preparation of BOQ for each component of resettlement works.
‘+ Full time construction work supervision, taking measurements by technical
experts for all the activities.
* Checking & certifying the with progress report submitted by the
contractor for payment upon execution of the works.
‘+ Preparation & submission of progress report briefly in every month,
‘© Any other related services prescribed by the employer to the works.
Civil works (Residential and Non-residential):
dare
+ Preparation of det tural plan for residential and non-residential
civil works.
‘* Sub-soil investigation (Soil Test) as per site requirement.
‘+ Basic design parameters: (i) Seismic coefficient at horizontal ground level
(PGA) (ii) Wind velocity (ii) Surge height (iv) Design load for road (v) Rain fall
intensity, etc.
‘© Preparation of detailed map, plan, design, drawing, cost estimation with BOQ
of Ansar Barracks as per DPP of this project.
* Preparation of detailed map, plan, design, drawing, cost estimation with BOQ
of a semi-pacca tin-shed site office, main boundary wall with barbed wire,
outer fencing with R.C.C pillar, watch tower, installation of deep tube-well,
internal roads, water distribution, sewage facilities, drainage system, cleaning
& dust reducing works by water spray, tree plantation and beautification etc.
‘= Preparation of layout, landscape and site plan of the:
Consultant / RFP
& ol 96vee e
Jia
+ Ansar Barack: 130 Sqm., 2 units
‘+ Site office building (Semi-pacca tin-sheg): 1 unit, 186 Sqm.
+ 11 km main boundary wall with R.C.C column, grade beam and barbed wire:
Height 2.4-meter, concrete foundation could be design as per site condition
+ 11 km outer fencing with R.C.C pillar: Height- 2.73meter, concrete foundation
could be design as per site condition
© Watch tower with 15 feet height: 05 nos.
‘+ Deep tube well: 02 nos. (Q= 100 ton/nour)
+ Construction of internal road at plant site (3 km length & 4-meter width)
* Preparation of 3D model view for all described facilities as individual and
altogether.
‘+ Preparation of BOQ for each component of civil works.
‘+ Full time construction works supervision and taking measurements during
construction by technical experts for all the activities.
* Checking & certifying the bills with progress report submitted by the
contractor for payment upon execution of the works.
‘* Preparation & submission of progress report briefly in every month.
* Any other related services prescribed by the employer to the works.
3.6 Internal Electrification:
© 1 km 11KV line installation
* Preparation of layout, landscape and site pian, supervision of construction,
installation, testing & commissioning works of the:
a) 10.4 kV switchgear
b) 4 nos. 100 KVA, 11/0.4 kV transformer with ancillaries
¢) 2km 0.4 KV line
4.0. Service Schedule:
‘The service is proposed to be commenced immediately and is scheduled for completion
in 12 months (03 months for phase-1 and 09 months for phase-2) or until completion of
the project whichever come later on. The service team is expected to mobilize
immediate after the award of contract for phase-1 and the notice to proceed for pahse-2.
4.
Sub-soil investigation (Soil test):
The consultant will select the bore hole location in project site for soil test with the
help of employer. Minimum 60 bore holes (0 nos. of 60 feet deep and 10 nos. of
100 feet deep) should be taken into account for testing to know the condition of
soil of the project site. Soil test should be carried out by an expert geotechnical
engineer from a renowned laboratory and it is required to submit the report to the
employer. For settlement rate caloulation of existing soil neogssary
actions/activities to be performed by the Consultant.
Consultant /RFP
Oo 742, Estimation: '
After approval of layout plan by the employer consultant will prepare specification
and estimation with BOQ for the Land Development, Embankment, Earth
Protection, Resettlement Structural Components, Civil works (Residential and
Non-residential) and Electrical works. This work should be performed within the
stipulated time.
4.3, Supervision:
Enough professionals and manpower should be engaged for full ime supervision
during the construction period.
44. Checking:
The bill submitted by the contractor to APSCL will be checked and certified by the
consultant.
5.0 Reporting Requirements:
The consultant shall be submitted the following reports in timely:
‘+ Inception Report is to be prepared and submitted within 10 days from the
date of contract signing. It is mentioned that inception report must be done
after completing the site visit.
‘* Monthly progress report is to be prepared and submitted within 7 days of the
next month.
+ Submission of Draft Planning, Detailed Design, Drawing, BOQ with cost
estimation & Methodology of Land Development, Embankment and Earth
Protection within 40 days from the date of contract signing.
‘+ Submission of Planning, Design, Drawing, Cost estimation with BOQ and
Supervision of Land Development, Embankment, Earth Protection,
Resettlement Structural Components, Civil works (residential/non-residential)
and all other related Civil & Electrical works in all respects of Phase-1
activities within 70 days from the date of contract signing.
* Submission of All final Reports within 90 days from the date of contract
signing.
* All data, calculations, mathematical study formula and modality, used and
collected by the consultant should be provided to APSCL both in soft and
hard copy.
A\l the reports mentioned above are to be accepted by the Client (APSCL).
All draft reports are to be submitted in 02 (two) hard copies with soft copy.
Final reports are to be submitted in 07 (seven) hard copies with soft copy.
Phas
‘+ Inception Report is to be prepared and submitted within 10 days from the
date of notice to proceeds by the client,
‘+ Monthly progress report is to be prepared and submitted within 7 days of the
next month.
‘+ Submission of draft closing report of the project is to be prepared and
submitted within 8.5 months from the date of notice to proceeds.
* Submission of final closing report of the project is to be prepared and
submitted within 09 months from the date of notice to proceeds.
Consultant / RFP YY ; ( 98cy oe:
+ Aildata, calculations, mathematical study formula and modality, used and
collected by the consultant should be provided to APSCL both in soft and hard
copy.
All the reports mentioned above are to be accepted by the Client (APSCL).
All draft reports are to be submitted in 02 (two) hard copies with soft copy.
Final reports are to be submitted in 07 (seven) hard copies with soft copy.
6.0 Responsibilities of the consultant:
> The consultant shall cary out the studies and perform all activities as detailed
mentioned in the “Scope of services” and in the best interest of the company for the
successful implementation of the project with enough reasonable care, innovative
way, skil, sound engineering, best administrative and financial practices. The
consultant shall be responsible to the Ashuganj Power Station Company Ltd.
{APSCL) for discharge of responsibilities.
> All kind of Accommodation, transportation, office space, mobilization &
demobilization etc. are consultant scope.
> For smooth completion of the services, consultant shall collect and carry out all the
data, services in all respect of the project.
> For smooth completion of the services, consultant shall take necessary permission
from different concerned authority if required.
7.0. Staffing:
The Person-months and field of expertise of the professional for the Services
should include the following:
Si. | Types of Consultancy paneer Dearne [cee Person
No. Services person |Home | rea | Months
Phase-1 ‘Team Leader T [4s 25
a
Phase-T Deputy Team Leader YT. 2 3
(Givil Engineer)
Phase-2 (National) x | 6 3
1. | Phase-t: ‘Structural Engineer
1} oso | 1 Ls
Planning, Design, Drawing, | (memationa!)
preparation of specification, | Structural Engineer 1 Teele :
cost estimation with BOQ as | (National)
Scopes of Service
oe Geotechnical Specialist |, oat ee 7
(lnternational) F
Geel Se | 1 ; 2
‘Architect (National) i T | 030 13
Gian & Region! 1 | oso | oso ft
Electrical Engineer 1 als F
Consultant / RFP Ci ne 9‘Wational)
Tavironmental specs,
(Nationa) PEE et ered
Givi Engineer
(ternational) ete jail ta Ht
Civil Engineer : THE
(etional)
‘Awo-CAD Exper r
aan 1 | 150 | oso] 2
z Supenision — Enginer
of Land | Electical) (National) 7 aot f
Development, imbankmen,
Earth Protection, Resclement | E*vionmental 1 1 | 2 3
Strut Compasents, and | Supetvsion Conseltnt |
iil works (esidentalnon- | atonal)
resident) and all otter | Supervision Engineer ; 7 :
related Civil & Electcal | (Chi) ntemationa) :
‘works as pr scopes of service.
fae Supervision Engineer ; alae 5
(Givi Nationa |
Field Engineer (Ga) |,
(National) See eae cea -
Field Engineer
Geetical) (Nationa) | 2 | 1 | & 8
Foal | 2d] —] | aes
Nana
its
Interna
is
[N.B: In case of international consultant, Home person-month will be treated as consultant head office and field
‘persou-month will be treated in Bangladesh.
Im case of National consultant, Home person-month will be treated as consultant head office and field
pperson-month will be treated at site
Consultant has to deploy his man power on the basis of actual need of the project as per directives of
Project Director.
‘No payment will be paid off between the interim period of phase-t & Phase-2 and no man-month will be
consumed for this period,
8.0 Qualification and Experience:
Educational qualifications, experiences and responsibilities of the professionals
for the service should be as follows:
8.1, Team Leader (International):
Qualification:
i, He/she shall be at least Bachelor in Civil Engineering ‘rom any reputed
Institution; Master/higher degree in Civil Engineering will carry maximum
credit.
i, He/she shall have minimum 20 years of experience in the related fields.
Out of which minimum 05 years experience in the field of Land development,
Resettlement structures, Embankment, Earth protection and related all other civil
works.
Consultant] RFP or) C 10082,
os Gone
ii, The team leader must have experience as a Team Leader for at least one
project in the similar nature.
iv. He/she shall have excellent oral and written English communication skills.
v. He/she shall have a Membership Number as an Engineer from his/her
‘own/representative country-based institution.
Responsibilities:
His / her tasks and responsibilities shall include but not limited to:
1. Maintain liaison with the APSCL and other concerned agencies.
li, Guide and co-ordination with contractor for all project activities.
ili, Review of literatures on all described scopes.
iv. Checking of various collected data required for the project and authentication.
v. Checking of design, drawing, specification, cost estimation with BOQ.
vi, Preparation of detail work schedule.
vii, Engage proper manpower for preparation of documents and supervision.
vii, Preparing of Progress Report.
ix. Supervision of works and ensure quality control.
x. Monitoring of all activities of all staffs and giving necessary directions to
complete the works in due time.
xi, Attend meetings with the employer as and when required.
xi, others as necessary to expedite the overall progress.
Deputy Team Leader (National):
Qualification;
i. Helshe shall be at least Bachelor in Civil Engineering from any reputed
Institution; Master/higher degree in Civil Engineering will carry maximum
credit
ji, He/she shall have minimum 18 years of experience in the related fields. Out of
Which minimum 05 years experience in the field of Land development,
Resettlement structures, Embankment, Earth protection and related all other
civil works.
He/she must have experience as a Team Leader! Deputy Team Leader for at
least one project in the similar nature.
iv, Helshe shall have excellent oral and written English communication skill.
v. Helshe shalll have IEB Membership Number,
Responsibilities
His / her tasks and responsibilities shall include but not limited to:
i, Maintain liaison with the APSCL, Team Leader and other concerned agencies.
li, Guide and co-ordination with contractor for all project activities.
ili, Review of literatures on all described scopes.
lv, Checking of various coliected data required for the project and authentication,
‘Consultant / RFP (G& ce 10183.
te. 2.
/. Checking of design, drawing, specification, cost estimation with BOQ.
Preparation of detail work schedule.
Engage proper manpower for preparation of documents and supervision
Collaboration & Assist with the Team Leader & Preparation of Progress Report
at different stages.
ix. Supervision of works and ensure quality control.
x. Monitoring of all activities of other staffs and giving necessary directions to
complete the works in due time.
Attond meetings with the employer as and when required.
Others as necessary to expedite the overall progress.
Structural Engineer (International):
Qualification:
i. He/she shall be at least Bacholor in Civil Engineering from any reputed
Institution. Master/higher degree in the relevant field will carry maximum credit,
ii. He/she shall have minimum 15 years experience in related fields. Out of which
minimum 05 years experience in the field of structural design of high-raised
residential and commercial building, factory building, foundation design,
resettlements structures etc.
li, He/she must have experience as a structural designer for at least one project
in the similar nature,
lv. He/she must have enough knowledge in Bangladesh National Building Code
(BNBC) & other Intemational Building Codes.
v. He/she must have good knowledge in Structural Design Software such as
ETABS, STAAD-pro etc.
vi, He/she shall have a Membership Number es an Engineer from his/her
own/representative country-based institution.
Responsibilities:
His / her tasks and responsibilities shall include but not limited to:
i. Maintain liaison with the APSCL, Team leader, Deputy Team Leader and other
concerned agencies.
ii, Guide and co-ordinate of all related project activities.
ii, Identity all technical requirements/parameters/specifications to be specified by
APSCL required for the work of resettlement structures, Ansar Barrack, site
office, boundary wall and internal roads etc.
iv. In addition, preparation of design, required specifications for the work of
resettlement structures, il works (Residential & Non-residential) and internal
roads etc.
v. Assist the Team Leader, Deputy Team Leader in preparation of the reports at
different stages of the services.
vi. Attend meetings with the APSCL as and when required.
vii. Cooperation with another Structural Engineer, Civil Engineers, Geotechnical
Specialists & others as necessary and report to the Team Leader.
Consuliant/ RFP
@ raeBA,
85.
eo
weet
vill, Others as necessary.
Structural Engineer (National):
Qualification:
i. He/she shall be at least Bachelor in Civil Engineering from any reputed
Institution. Master/higher degree in the relevant field will carry maximum credit
ji, He/she shall have minimum 15 years experience in related fields. Out of which
minimum 06 years experience in the field of structural design of high-raised
residential and commercial building, factory building, foundation design,
resettlements structures etc.
He/she must have experience as a structural designer for at least one project
in the similar nature.
iv. He/she must have enough knowledge in Bangladesh National Bullding Code
(BNBC) & other International Building Codes.
v. He/she must have good knowledge in Structural Design Software such as
ETABS, STAAD-pro elc.
vi. He/she shall have IEB Membership Number.
Responsibilities:
His / her tasks and responsibilities shall include but not limited to:
i, Maintain liaison with the APSCL, Team leader, Deputy Team Leader and other
concemed agencies.
Guide and co-ordinate of all related project activities.
Identify all technical require ments/parameters/specifications to be specified by
APSCL required for the work of resettlement structures, Ansar Barrack, site
office, boundary wall and internal roads etc,
iv. In addition, preparation of design, required specifications for the work of
resettlement structures, Civil works (Residential & Non-residential) and internal
roads etc.
v. Assist the Team Leader Deputy Team Leader, in preparation of the
reports at different stages of the services.
Vi. Attend meetings with the Employer as and when required.
vii. Cooperation with another Structural Engineer, Civil Engineers, Geotechnical
Specialists & others as necessary and report to Team Leader.
|. Others as necessary
Geotechnical Specialist (International):
Qualification
i. Helshe shall be at least Bachelor in Civil Engineering / Geology from any
reputed Institution. Master/higher degree in the relevant field will carry
maximum credit.
li, He/she shall have minimum 15 years of experience in related fields. Out of
which minimum 05 years experience in the field of Geo-technical structure of
soil, soil investigation, soil improvement, climatic study on soil, topographic
study, embankment, earth protection and related works. /
Consultant /RFP
& t- 103,86.
Biren
a i
ili, He/she must have experience as a Geo-technical specialist for at least one
Project in the similar nature.
Responsibilities:
His/her tasks and responsibilities shall include but not limited to:
i, Maintain liaison with the Team leader, Deputy Team Leader, APSCL other
eoncemed agencies.
il. Guide and co-ordinate with contractor forall related project activites.
li Review of iterature on interventions of geotechnical and foundation design related
activities as per scopes of service,
Ww. Set up several bore-logs & conduct necessary test in the project site.
¥. Analysis of soll characteristics, seismic condition in project area.
Vi. Suggest in the design of foundation,
vii. Preparation of design with specifications of Land Development work,
Embankment and Protection works.
Preparation and submission of soil test report.
ix. Collaboration with another Geotechnical specialist, Structural Engineers, Civil
Engineers and others as necessary.
x. Assist the Team Leader Deputy Team Leader in preparation of the reports
at different stages of the study.
xi, Others as necessary.
Geotechnical Specialist (National):
Qualification:
i, He/she shall be at least Bachelor in Civil Engineering / Geology from any
reputed Institution. Master/higher degree in the relevant field will carry
maximum credit,
He/she shall have minimum 45 years of experience in related fields. Out of
Which minimum 05 years experience in the field of Geo-technical structure of
soil, soil investigation, soil improvement, climatic study on soil, topographic
study, embankment, earth protection and related works. Adequate knowledge
regarding soil improvement technique.
iii, He/she must have experience as a Geo-technical specialist for at least one
project in the similar nature.
Responsibilities
His/her tasks and responsibilities shall include but not limited to:
i. Maintain liaison with the Team leader, Deputy Team Leader, APSCL other
concerned agencies.
ii, Guide and co-ordinate with contractor for all related project activities.
il, Review of iterature on interventions of geotechnical and foundation design related
activities as per scopes of service.
iv. Set up several bore-togs & conduct necessary test in the project site.
v. Analysis of soil characteristics, seismic condition in project area
Consultant / RFP
i mie 10487.
pai
vi Suggest in the design of foundation.
vii, Preparation of design with specifications of Land Development work,
Embankment and Protection works.
viii, Preparation and submission of soil test report,
ix. Collaboration with another Geotechnical specialist, Structural Engineers, Civil
Engineers and others as necessary.
x. Assist the Team Leader, Deputy Team Leader in preparation of the reports
at different stages of the study.
xi, Others as necessary.
Architect (National):
Qualification:
i, He/she shall be at least Bachelor in Architecture from any reputed Institution.
Master/higher degree in the relevant field will carry maximum credit.
ii, He/she shall have minimum 12 years of experience in related fields. Out of
which minimum 05 years experience in the field of aesthetics of the structural
work, as well as concentrate on the look, feel and functionality of Resettlement
structural components, Civil works (Residential & Non-residential) internal
roads and beautifications etc.
iii, He/she must have experience as an Architect for at least one project in the
similar nature.
lv, He/she must have IAB Membership Number,
Responsibilities:
His / her tasks and responsi shall include but not limited to:
Maintain liaison with the Team leader, Deputy Team Leader, APSCL other
concerned agencies.
ii, Guide and co-ordinate with contractor forall related project activities.
iii, Prepare DAP of the project.
iv. Identify all technical requirements/parameters to be specified by APSCL
required for the work of resettlement structures, Civil works (Residential &
Non-residential) and internal roads etc.
v. Preparation of required planning, drawings with specifications for the work
of resettlement structures, Civil works (Residential & Non-residential) and
internal roads etc.
vi. Assist the Team Leader, Deputy Team Leader in preparation of the
reports at different stages of the services,
vii, Attend meetings with the Employer as and when required.
vill. Co-ordination with Urban & Regional Planner, Structural Engineers, Civil
‘engineers and report to the Team Leader.
ix. Others as necessary
‘Consultant / RFP
10588,
89,
‘aie
Urban & Regional Planner (National):
Qualification:
i. He/she shall be at least Bachelor in Urban & Regional Planning from any
reputed Institution. Master/higher degree in relevant field will carry maximum
credit.
li, He/she shall have minimum 12 years experience in related fields. Out of which
minimum 05 years experience in the field of best use of land to set up different
structures for resettlement components, GIS, create communities,
accommodate population growth and revitalize physical facilities in the
resettlement area.
iii, He/she must have experience as an Urban and regional planner for at least
‘one project in similar the nature.
Responsibilities:
His / her tasks and responsibilities shall include but not limited to:
i, Maintain liaison with the Team leader, Deputy Team Leader, APSCL other
concerned agencies.
li, Guide and co-ordinate all related project activities.
lii, identify all technical requirements/parameters to be specified by APSCL
required for the work best use of land to set up diferent structures for resettlement
components, create communities, accommodate population growth and
revitalize physical facilities in the resettlement area,
iv. Strategic rural planning, regional planning, heritage and conservation and
master planning.
v. Assist Team Leader, Deputy Team Leader in preparation of the reports at
rent stages of the services,
vi. Attend meetings with the client as and when required.
vii. Coordination with Architect and report to the Team Leader.
viii. Others as necessary
Electrical Engineer (National):
Qualification:
i. Hefshe shall be at least Bachelor in Electrical/ Electrical & Electronics
Engineering from any reputed Institution. Master/higher degree in the relevant
field will carry maximum credit.
i, He/she shail have minimum 15 years of experience in related fields. Out of
which minimum 05 years experience in design and installation of substation,
MV transmission line; electrical load calculation of households, road and
security lighting and electrical wiring works etc. He / she should have fair idea
about electrification planning in a township.
ii, He/she must have experience as an Electrical Engineer for at least one project
Consultant RFP
in the similar nature,othe
His/her tasks and responsibilities shall include but not limited to:
i, Maintain liaison with the Team Leader, Deputy Team Leader, APSCL and
‘other concemed agencies.
li, Guide and co-ordinate of all related project activities and ensure safely issues
to the workers.
iii, Literature review on electrical interventions _ of Substation, Transmission
line and electrical wiring works
iv. Preparation of specifications.
v. Prepare and interpret the electrical planning, design, drawing of MV
Transmission fine, total load calculation, substation, MV switchgear, LV
distribution system, road and security lighting system and electrical wiring
works.
vi. Preparation of cost estimation with BOQ.
vii. Attend meetings as and when required by the Employer.
vii, Assist the Team Leader, Deputy Team Leader in preparation of the reports
at different stages.
ix, Others as necessary
8.10. Civil Engineer (International):
Qualification:
i. He/she shall be at least Bachelor in Civil Engineering from any reputed
Institution, Master/higher degree in the relevant field will carry maximum credit,
li, He/she shall have minimum 12 years experience in related fields. Out of which
minimum 05 years experience in the field of supervising and data collection for
building construction, hydraulic structures (Embankment, earth protection),
land development & protection, boundary wall, road construction, construction
management, drainage, water and sewage system etc.
ili, He/she must have experience as a Civil Engineer for at least one project in the
similar nature.
iv, He/she must have good knowledge in quality control of the work
v. He/she shall have a Membership Number as an Engineer from histher
‘own/representative country-based institution.
Responsibilities:
His / her tasks and responsibilities shall include but not limited to:
i. Maintain fiaison with the Team Leader, Deputy Team Leader, APSCL and
other concerned agencies.
il. Guide and co-ordinate of all related project activities and ensure safety issues
to the workers.
i. Identify all technical problems arise during phase-1 and discuss with
structural Engineer, Team Leader and APSCL.
iv. Data collection and supervision of different works during phase-1,
v. Preparation of cost estimation.
Consultant REP (wo X 1078.11. Civil Engineer (National
Pe
Z
vi. Assist the Team Leader, Deputy Team Leader in preparation of the different
reports along with progress report at different stages of the services.
vii, Collaboration with another Civil Engineer, Structural Engineers, Environmental
‘Specialist and others as necessary.
viii. Attend meetings with the employer as and when required.
ix. Monitoring activities of site and report to the Team Leader during phase-1.
x. Others as necessary
Qualification:
i. He/she shall be at least Bachelor in Civil Engineering from any reputed
Institution. Master/higher degree in the relevant field will carry maximum credit.
ji, He/she shall have minimum 15 years experience in related fields. Out of which
minimum 05 years experience in the field of supervising and data collection for
building construction, hydraulic structures (Embankment, earth protection),
land development & protection, boundary wall, road construction, construction
management, drainage, water and sewage system etc.
ii, He/she must have experience as a Civil Engineer for at least one project in the
r nature,
iv. He/she must have good knowledge in quality control of the work.
y. He/she shall have EB Membership Number,
Responsibilities:
His / her tasks and responsibilities shall include but not limited
i, Maintain liaison with the Team Leader, Deputy Team Leader, APSCL and
other concerned agencies.
il. Guide and co-ordinate of all related project activities and ensure safety issues
to the workers.
. Identify all technical problems arise during phase-1 and discuss with
structural Engineer, Team Leader and APSCL.
'v. Data collection and supervision of different works during phase-1.
v. Preparation of cost estimation.
vi. Assist the Team Leader, Deputy Team Leader in preparation of the different
reports along with progress report at different stages of the services.
|. Collaboration with another Civil Engineer, Structural Engineers, Environmental
Specialist and others as necessary.
viii, Attend meetings with the employer as and when required,
Ix. Monitoring activities of site and report to the Team Leader during phase-1
x. Others as necessary
@ gf
Consultant / RFP
108812. Environmental Specialist (National):
‘Qualification:
i. He/she shall be at least Bachelor in Environmental Engineering
/Environmental Science from any reputed Institution. Master/higher degree in
the relevant field will carry maximum credit.
ii, He/she shall have minimum 12 years experience in related fields. Out of which
minimum 05 years experience in the field of Environmental planning of
development project, Reviewing and interpreting different environmental
issues, resettlement components, health and safety maintaining in project area,
socio-economic environmental aspects etc.
ili. He/she must have experience as an Environmental specialist for at least one
project in the similar nature.
Responsi
His / her tasks and responsibilities shall include but not limited to:
i. Maintain liaison with the APSCL, Team Leader, Deputy Team Leader and
other concemed agencies.
li, Guide and co-ordinate of all environmental related project activities.
ili, Prepare environmental master plan.
iv. Interpret the environmental _ consequences of Land Development,
Embankment Construction and Protection work of embankment, civil works etc.
v. Find out different environmental impacts and mitigation measures.
vi. Take safety measures
vii. Attend meetings with the Employer as and when required.
vill. Preparation of the reports at different stages.
ix, Others as necessary.
8.13. Supervision Engineer (Electrical) (National):
Qualification:
i. Hefshe shall be at least Bachelor in Electrical’ Electrical & Electronics
Engineering from any reputed Institution. Master/higher degree in the relevant
field will carry maximum credit.
li, He/she shall have minimum 15 years of experience in related fields. Out of
which minimum 05 years experience in installation and supervision of
substation, MV transmission line; electrical load calculation of households,
road and security lighting and electrical wiring works etc. He / she should
have fair idea about electrification planning in a township,
il, He/she must have experience as an Electrical Engineer for at least one
project in the similar nature.
Responsibilities:
i. Hisiner tasks and responsibilities shall include but not limited to: /
‘Consiltant RFP ae oo814,
Consultant] RFP
Slows
ji, Maintain liaison with the Team Leader, Deputy Team Leader, APSCL and
other concern agencies.
lil, Guide and co-ordinate of all related project activities and ensure safety
issues to the workers.
iv. Interpretation of electrical drawings of MV Transmission line, substation, total
load calculation, MV switchgear, LV distribution system, road and security
lighting system and electrical wiring works.
Literature review on electrical interventions of Substation, Transmission line
and electrical wiring works.
vi. Identify all technical problems arise during implementation phase and
discuss with team leader and APSCL.
Vil. Preparation of cost estimation.
vill, Attend meetings as and when required by the employer.
ix, Guide and monitor field Engineers (Electrical) activities.
x. Assist Team Leader, Deputy Team Leader in preparation of the reports at
different stages.
xi, Others as necessary.
Supervision Engineer (Civil (International):
Qualification:
|. He/she shall be at least Bachelor in Civil Engineering from any reputed
Institution. Master/higher degree in the relevant field will carry maximum
credit.
li, He/she shall have minimum 12 years experience in related fields. Out of which
minimum 05 years experience in the field of supervising building construction,
hydraulic structures (Embankment, earth protection), land development &
protection, boundary wall, road construction, construction management,
drainage, water and sewage system etc.
li, He/she must have experience as a supervision engineer for at least one
project in the similar nature.
iv, He/she must have good knowledge in quality control of the work.
v. Helshe shall have a Membership Number as an Engineer from his/her
own/representative country-based institution,
Responsibilities:
His / her tasks and responsibilities shall include but not limited to:
i, Maintain liaison with the Team Leader, APSCL and other concerned
agencies.
fi, Guide and co-ordinate of all related project activities and ensure safely issues
to the workers.
iii, {dentify all technical problems arise during implementation phase and discuss
with team leader and APSCL.
iv. Supervision of construction of Embankment, Land development & protection
work, resettlement structures, Ansar barrack, site office, roads and all other
civil works,
vav. Soil Settlement rate calculation must be considered during billing time.
vi. Preparation and review of different bills and cost estimation.
vil. Collaboration with another Supervision Engineer (Civ
‘Supervision Consultant and others as necessary.
viii, Guide field Engineers (Civil) and assist the Team Leader in preparation of the
different reports along with progress report at different stages of the services.
ix. Attend meetings with the Employer as and when required.
x. Monitoring activities of Field Engineers (Civil) and report to the Team Leader,
xi, Others as necessary.
Environmental
8.15. Supervision Engineer (Civil) (National):
Qualification:
i. He/she shall be at least Bachelor in Civil Engineering from any reputed
Institution. Master/higher degree in the relevant field will cary maximum
credit.
ji, He/she shall have minimum 15 years experience in related fields. Out of
which minimum 05 years experience in the field of supervising building
construction, hydraulic structures (Embankment, earth protection), land
development & protection, boundary wall, road construction, construction
management, drainage, water and sewage system etc.
Helshe must have experience as a supervision engineer for at least one
project in the similar nature,
iv. He/she must have good knowledge in quality control of the work.
Responsibilitie:
His / her tasks and responsibilities shall include but not liited to:
i. Maintain liaison with the Team Leader, Deputy Team Leader, APSCL and
other concerned agencies.
Guide and co-ordinate of all related project activities and ensure safety issues
to the workers.
ili, Identify all technical problems arise during implementation phase and discuss
with team leader and APSCL.
iv. Supervision of construction of Embankment, Land development & protection
work, resettlement structures, Ansar barrack, site office, roads and all other
civil works,
v. Preparation and review of different bills and cost estimation,
vi. Collaboration with another Supervision Engineer (Civil), Environmental
Supervision Consultant and others as necessary.
Guide field Engineers (Civil) and assist the Team Leader, Deputy Team
Leader in preparation of the different reports along with progress report at
different stages of the services.
vil, Attend meetings with the Employer as and when required.
ix. Monitoring activities of Field Engineers (Civil) and report to the Team Leader.
x. Others as necessary.
Consultant /RFPy
8.16. Environmental Supervision Consultant (National):
Qualification:
i. He/she shall be at least Bachelor in Environmental Engineering
JEnvironmental Science from any reputed Institution. Master/higher degree in
the relevant field will carry maximum credit.
ii, He/she shall have minimum 12 years experience in related fields. Out of
Which minimum 05 years experience in the field of Environmental planning of
development project, Reviewing and interpreting different environmental
issues, resettlement components, health and safety maintaining in project
area, Socio-economic environmental aspects etc,
lil, He/she must have experience as an Environmental specialist for at least one
project in the similar nature.
Responsibilities:
His / her tasks and responsibilities shall include but not limited to:
i, Maintain liaison with the Team Leader, APSCL and other concerned agencies.
Guide and co-ordinate of all environmental related project a
Interpret the environmental consequences of Land Development, Embankment
Construction and Protection work of embankment, civil works etc.
iv. Find out different environmental impacts and mitigation measures.
V. Implement environmental master plan
Vi. Take safety measures as per DoE/recognized standards.
vi. Attend meetings with the employer as and when required.
vill. Preparation of the reports at different stages.
x, Others as necessary.
S.
8.17, Field Engineer (Civil) (National):
Qualification:
i. He shall be at least Diploma in Engineering (Civil). Bachelor degree in
Engineering in the relevant field will carry maximum credit.
ji, He shall have minimum 15 years experience in related fields. Out of which
minimum 05 years experience in the field of supervising building construction,
hydraulic structures (Embankment, earth protection), land development &
protection, road construction, site management, all other civil works etc.
li, He must have experience as a Site/Field Engineer (Civil) for at least one
project in the similar nature.
Responsibilities:
His tasks and responsibilities shall include but not limited to:
i. Maintain liaison with the Supervision Engineers (Civil), Team leader, Deputy
‘Team Leader, APSCL and other concern agencies.
ii, Carry out the work schedule.
Consutant/ RFP @ ce 112Ve @..
iii, Supervision, monitoring and maintaining quality of resettlement structures, site
office, ansar barrack, land development & protection works, embankment and
related civil works as per specifications and drawing following standard utility
practices.
iv. Assist and inform Supervision Engineers (Civil) & Team Leader in
preparation of the reports at different stages of the study.
v. Maintain daily, weekly, Monthly records of different activities.
vi. Preparation of site activities repor.
vii. Report to Supervision Engineers (Civil) and Team leader about progress and
taking corrective measures as per instruction of Team Leader.
vill, Certify measurement of works submitted by the Contractor.
ix. others as necessary.
8.18, Field Engineer (Electrical) (National):
Qualification:
i, He shall be at least Diploma in Engineering (Electrical). Bachelor Degree in
Engineering in the relevant field will carry maximum credit.
li, He shall have minimum 15 years experience in related fields. Out of which
minimum 05 years experience in Substation installation works, MV
Transmission line and electrical wiring works etc. He should have fair idea
about electrification works in building, road and security lighting etc,
ji, He must have experience as a Site/Field engineer (Electrical) for at least one
project in the similar nature.
Responsibilities:
His tasks and responsibilities shall include butnot limited to:
i. Maintain liaison with the Supervision Engineer (Electrical), Team leader,
Deputy Team Leader and other conoem agencies.
li, Carry out the work schedule.
iii. Supervise the Substation construction, Transmission line, electrification works
and electrical wiring works as per drawing & Specification,
iv. Literature review on electrical interventions of Substation, Transmission line
and electrical wiring works.
v. Supervision, monitoring and maintaining quality of electrical related works as
per specifications and drawing following standard utility practices,
Maintain daily, weekly, Monthly records of different activities,
Preparation of site activities report.
Preparation and review of different bills and cost estimation.
ix. Attend meeting with Team Leader and Supervision Engineer (Electrical) as
‘and when required by the Employer.
x. Assist and inform Supervision Engineer (Electrical) & Team Leader in
preparation of the reports at different stages of the study.
xi, Others as necessary
‘Consultant / RFP. @& 1138,19, Auto-CAD Expert (National):
Qualification:
i. He/she shall have at least Diploma in Engineering (Civil / Architecture).
Bachelor degree in relevant field will carry maximum credit.
i, He/she shall have minimum 18 years experience in related fields. Out of
which minimum 05 years experience in Auto-CAD drawing and drafting,
Extensive experience is required with Auto-CAD, ARC/INFO, and Arc View
software.
lil, He/she must have experience as an Auto-CAD expert for at least one project,
in the similar nature.
Responsibilities:
His / her tasks and responsibilities shall include but not limited to:
Maintain liaison with the Team leader, Deputy Team Leader, APSCL and
others.
li, Prepare all types of maps and drawings requited for the project.
ji, Shall have dose coordination with all other members of the team for
preparation of the maps and drawings for the project.
iv. Others as necessary
Consultant /RFP 114