Ministry/Division |
: |
Ministry of Shipping |
Agency |
: |
Chittagong Port Authority |
Procuring Entity Name |
: |
Chairman, Chittagong Port Authority, represented by Executive Engineer/CCP, Chittagong Port Authority |
Procuring Entity Code |
: |
|
Procuring Entity District |
: |
Chattogram |
Expression of Interest for Selection of |
: |
Consulting Firm (International) (Lump-Sump) |
Title Of Service |
: |
Selection of International Consultancy Firm for Feasibility Study of Sangu River to facilitate Port Facilities |
EOI Ref. No. |
: |
03/Executive Engineer/CCP/2018-2019 |
Date |
: |
30/06/2019 |
KEY INFORMATION
|
Procurement Sub-Method |
: |
Quality and Cost Based Selection(QCBS) |
FUNDING INFORMATION
|
Budget and Source of Funds |
: |
Own Funds Own Funds |
Development Partners |
: |
|
PARTICULAR INFORMATION
|
Project/Programme Name |
: |
|
EOI Closing Date and Time |
: |
22/08/2019 12:00 PM
|
Publication Date |
: |
06/07/2019
|
INFORMATION FOR APPLICANT
|
Brief Description of Assignment |
: |
The work consists of:
a. Furnishing a desktop study, a numerical modeling study including wind/wave/tidal influence, sedimentation, and erosion aspects, navigation and operability, channel dredging and design, erosion-/scour protection including all necessary hydraulic & geotechnical survey of Sangu River Channel. (Hydrodynamic Model Study should be supported by world recognized software and system. Study results should be submitted in both hard and soft copies. Clearly define the limitations of the software. Study results should be usable and compatible for future study and decision making process).
b. Technical, social, economical, environmental, operational, financial feasibility study and traffic impact assessment has to be performed for the same etc.
c. Proposing a Detailed Master plan of all the suitable areas of constructing port facilities (Literage preferred) including berth lay-out, structural concepts for berths & backup areas, layout and design concepts of loading-unloading & carrying facilities, services areas, road networking and transportation facilities including utility services, operation procedure etc.
d. Port connectivity with the hinterland by road and waterways.
All studies and designs shall be in accordance with the highest standards of international engineering profession. |
Experience, Resources and Delivery Capacity Required |
: |
1. Eligible consulting firms are to indicate their interest in providing the above mentioned services. Interested consultants must provide information indicating that they are qualified to perform the services (such as: brochures, description of similar assignments, experience in similar conditions, availability of appropriate skills among staff etc.).
Submitted EOI’s would be evaluated on the basis of among others the following:
Registration of the firm(s);
Annual turn over of the firm(s);
Availability of resources including support services;
Availability of professionals;
Experience of firm(s) in similar works;
Experience of firm(s) in other works.
2. Lead Partner of JVCA must be an International Consultancy firm
a. have expertise in completing studies/analysis reports in terms of technical, economical, environmental, operational, financial feasibility study and traffic impact assessment sides of a project
b. having experience in detailed hydraulic studies of tidal rivers and river mouth dynamics and stability, related to river training and land reclamation works in approach channels.
c. having geotechnical and hydraulic data analysts.
d. having internationally acclaimed engineering or relevant professional experience. In addition to the services defined in this EOI the Consultant shall have sufficient knowledge (to be demonstrated in the submittal) of Port Planning, design of Port Facilities, Coastal Structures and port related Environmental Studies.
3. The financial capability should be shown as Financial Turnover supported by audited financial reports for the last five years.
4. The International consultant will nominate an experienced Local firm that is committed to coordination, communication and documentation between CPA and the leading consultant. The local Partner has to have at least one of the required experiences of JVCA mentioned above.
5. The lead firm (must be internationally experienced consultancy firm) shall be liable for the entire study obligations under the contract.
6. The above mentioned criteria are an outline of overall criteria for the prospective Consultancy Firm. However the detailed Terms of Reference (TOR), qualification criteria, resource requirements, financial strength and all other related terms as required for rendering the consultancy services will be clearly elaborated in the Request For Proposal (RFP). This RFP will be issued only to the short listed consultancy firms.
|
Other Details (if applicable) |
: |
|
Association with foreign firms is |
: |
Encouraged |
Eoi Detail Information |
Ref No |
Phasing Of Services |
Location |
Start Date |
Completion Date |
03/Executive Engineer/CCP/2018-2019 |
One Phase |
Chittagong |
01/10/2019 |
15/04/2020 |
|
PROCURING ENTITY DETAILS
|
Name of Official Inviting EOI |
: |
Executive Engineer/CCP |
Designation of Official Inviting EOI |
: |
Executive Engineer/CCP |
Address of Official Inviting EOI |
: |
Executive Engineer/CCP |
Contact details of Official Inviting EOI |
: |
Phone : +880312512556, Fax : , Email : e_rafiul@yahoo.com |
The procuring entity reserves the right to accept or reject all tenders |