Ministry/Division |
: |
Ministry of Road Transport and Bridges |
Agency |
: |
Roads & Highways Department (RHD) |
Procuring Entity Name |
: |
Project Director, WeCARE Phase-1: Jhenaidah-Jashore Highway(N7) Improvement Project |
Procuring Entity Code |
: |
|
Procuring Entity District |
: |
Dhaka |
Expression of Interest for Selection of |
: |
Consulting Firm (International) (Lump-Sump) |
Title Of Service |
: |
Internal Audit Consulting Firm |
EOI Ref. No. |
: |
35.01.0000.072.07.55.21-246 |
Date |
: |
19/10/2021 |
KEY INFORMATION
|
Procurement Sub-Method |
: |
Quality and Cost Based Selection(QCBS) |
FUNDING INFORMATION
|
Budget and Source of Funds |
: |
Development Budget Grant/Credit |
Development Partners |
: |
World Bank |
PARTICULAR INFORMATION
|
Project/Programme Name |
: |
WeCARE Phase-1: Jhenaidah-Jashore Highway(N7) Improvement Project |
EOI Closing Date and Time |
: |
10/11/2021 1:00 PM (BST)
|
Publication Date |
: |
19/10/2021
|
INFORMATION FOR APPLICANT
|
Brief Description of Assignment |
: |
Assignment Title: Internal Audit Consulting Firm
Reference No: SP-08
Government of the People's Republic of Bangladesh has received financing from the World Bank for Implementing the Western Economic Corridor & regional Enhancement Program (WeCARE) Phase-1 and intends to apply part of the proceeds for the Consulting Services for the Internal Audit Consultant.
The broad Scope of consulting services (“the services”) include carrying out the tasks mentioned below for WeCARE Phase -1: Improvement of Jhenaidah-Jashore Highway Improvement (N7) Project.
The scope of internal audit activity includes examining and evaluating the project policies, procedures and systems which are in place to ensure reliability and integrity of information, compliance with policies, plans procedures, laws and regulations; safeguarding assets; economical and efficient use of resources; and accomplishment of established objectives and goals for operations or programs.
The audit should be carried out in accordance with the International Standards of Internal Auditing issued by the Institute of Internal Auditor and should include such tests and controls necessary for performance of the audit.
Expected date for commencement of the services is May 2022 and the tentative duration of the entire assignment is about 36 (Thirty six) months. A draft TOR can be found at the following website: (www.rhd.gov.bd) or can be obtained at the address of the undersigned given at the top of the letter head.
|
Experience, Resources and Delivery Capacity Required |
: |
The Roads and Highways Department (RHD) under Road Transport and Highways Division Ministry of Road Transport and Bridges, Government of Bangladesh now invites eligible Consultancy Firms to express their interest in providing the Services. Interested Consulting firms should provide information demonstrating that they have the required qualifications and relevant experience to perform the Services. The qualifications and experiences for short listing are:
1. General Experience of the Firm of Internal Audit/Chartered Accountants/Cost & Management Accountants (core business and years in business).
2. Experience in similar assignments in the required area performing internal audit for infrastructure projects.
3. Experience in similar assignment of development partners funded Projects.
The attention of interested Consultants is drawn to the Section III, Para 3.14, 3.16, and 3.17 of the World Bank’s “Procurement Regulations for IPF Borrows, July 2016 and updated in November 2020,” setting forth the World Bank’s policy on conflict of interest.
A consulting firm is allowed to submit the expression of interest alone if it considers itself to be fully qualified on its own for the assignment, as it is not mandatory for consultants to associate with any other firm(s), whether foreign or local. Alternatively, if consultants themselves choose to associate to enhance their qualifications and capability for the assignment, then such associations may either be as a Joint Venture (i.e. all members of the joint venture shall be jointly and severally responsible) and/or Sub-consultants (i.e. the Consultant will be responsible, including for the services of the sub-consultant). In case of an association, the Consultants must explain in the EOI submission (a) the rationale for forming the association and (b) the anticipated role and relevant qualifications of each member of the Joint Venture and/or of each sub-consultant for carrying out the assignment, to justify the proposed inclusion of the JV members and/or sub-consultants in the association. Failure to provide the above explanation in the Expression of Interest may risk the association not being shortlisted for the assignment. However, the qualifications/experience of sub-consultants will not be considered by the Client in the evaluation of Expressions of Interest for Shortlisting purposes.
If shortlisted, Consultants will still have opportunity at the subsequent proposal preparation stage to further enhance their expertise for the assignment by associating with non-shortlisted consultants in the form of a Joint Venture or as Sub-consultants. In all such cases a shortlisted Consultant must obtain the written approval of the Client prior to the submission of the Proposal, for which the shortlisted Consultant will be required to justify the rationale for associating and specify the proposed role and relevant qualifications of the proposed associate(s) for carrying out the assignment. When associating with non-shortlisted firms in the form of a joint venture or a sub-consultancy, the shortlisted Consultant shall be a lead member. However, Instruction to Consultant (ITC) clauses of RFP will prevail in regards to associate with non-shortlisted firm or sub-consultant during proposal preparation stage.
A Consultancy Firm will be selected in accordance with the Quality and Cost Based Selection (QCBS) method set out in the Procurement Regulations.
|
Other Details (if applicable) |
: |
Further information can be obtained at the address of the undersigned given below during office hours from 9:00 am to 5:00 pm Bangladesh Standard Time (BST).
Expression of Interest (EOI) must be delivered in a written form to the address of the undersigned (in person or by mail, or by fax, or by e-mail) by 1:00 pm (BST), November 10, 2021.
The client will not be responsible for any expenses incurred by the firm(s) in connection with the preparation or delivery of the EOI.
(Md. Zabid Hasan)
ID No.006010
Project Director (ACE, C.C), RHD
|
Association with foreign firms is |
: |
Encouraged |
Eoi Detail Information |
Ref No |
Phasing Of Services |
Location |
Start Date |
Completion Date |
SP-08 |
N/A |
|
|
|
|
PROCURING ENTITY DETAILS
|
Name of Official Inviting EOI |
: |
Md. Zabid Hasan |
Designation of Official Inviting EOI |
: |
Project Director, ACE (C.C), RHD |
Address of Official Inviting EOI |
: |
Allenbari, Tejgaon, Dhaka-1215. |
Contact details of Official Inviting EOI |
: |
Phone : 01313092171, Fax : , Email : pd.wecarewb.rhd@gmail.com |
The procuring entity reserves the right to accept or reject all tenders |