Ministry/Division |
: |
Ministry of Road Transport and Bridges |
Agency |
: |
Roads & Highways Department (RHD) |
Procuring Entity Name |
: |
Project Director (SE, RHD) |
Procuring Entity Code |
: |
132025 |
Procuring Entity District |
: |
Rangamati |
Expression of Interest for Selection of |
: |
Consulting Firm (International) (Time-Based) |
Title Of Service |
: |
SELECTION OF CONSULTING FIRM FOR CONSTRUCTION SUPERVISION AND RESETTLEMENT CONSULTANCY SERVICE |
EOI Ref. No. |
: |
35.01.8400.194.14.14.001.25-1265 |
Date |
: |
24/09/2025 |
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 |
: |
Construction & Improvement of 03 (three) Roads Targeting Host Community under Bandarban Road Division |
EOI Closing Date and Time |
: |
16/10/2025 2:00 PM (BST)
|
Publication Date |
: |
24/09/2025
|
INFORMATION FOR APPLICANT
|
Brief Description of Assignment |
: |
Scope of Services: The broad scope of Consulting services related to construction supervision, contract administration, and resettlement/social safeguard management (“the services”) includes, but not limited to the following in the project:
Task 1: Conduct limited survey & investigation (to validate contractor’s submission of work plan, shop drawing, or other proposal in relation to execution of the works) and suggest necessary adjustments/revisions for re-structuring, if needed.
Task 2: Administer the civil works contracts impartially and strictly in accordance with the Conditions of Contract, Technical specifications, and all applicable regulations.
Task 3: Comprehensive site supervision, Quality Assurance and Quality control of implementation activities carried out by the contractors to ensure compliance with contract documents.
Task 4: Proactively manage the construction schedule, anticipate and mitigate delays, and provide the Employer with accurate progress monitoring and forecasting to ensure complete compliance with the works requirements.
Task 5: Provide high-level oversight of the Contractor's adherence to the World Bank Environmental and Social Framework (ESF) and all approved safeguard instruments, ensuring project activities do not cause undue harm to people or the environment.
Task 6: Review contractor’s Traffic management plan, Road safety measures, prepare and implement Road Safety Action Plan.
Task 7: Conduct comprehensive and participatory field surveys to accurately identify all PAPs and affected assets, creating a robust and undisputed baseline for all entitlement delivery.
Task 8: Design and implement a continuous and culturally appropriate stakeholder engagement process that ensures PAPs are well-informed and actively participate in the resettlement process. Provide end-to-end support to PAPs, assisting them in receiving their full compensation and resettlement assistance in a timely and transparent manner.
Task 9: Design and deliver targeted, needs-based Livelihood Restoration Programs (LRPs), Indigenous People Plan(IPP) that empower PAPs to rebuild their economic stability.
Task 10: Operationalize an accessible and responsive Grievance Redress Mechanism (GRM) that provides a trusted avenue for PAPs to voice concerns and seek resolution
Task 11: Any other relevant tasks assigned by PD for the services. |
Experience, Resources and Delivery Capacity Required |
: |
The RHD now invites eligible consulting firms (“Consultants”) to indicate their interest in providing the Services. Interested Consultants should provide information demonstrating that they have the required qualifications, relevant experience and staff resources to perform the Services. The short-listing criteria are:
(i) Core business and years in business : (a) For a single firm, the applicant must have at least ten (10) years business experience in relevant consulting services; (b) In case of a Joint Venture (JV): The lead partner must have at least ten (10) years of business experience in construction supervision services, Each other partner must have at least five (5) years of business experience in construction supervision/resettlement services; Collectively in the JV, one partner must have five (5) years of experience in resettlement services. All experience shall be counted prior to the date of publication. (ii) Experience in similar assignments of comparable size, complexity and technical specialty in similar geographic areas (south Asia); (iii) At least two (2) contracts of similar nature and complexity involving construction supervision of road/bridge works within the last ten (10) years; At least one (1) contract funded by international donor agencies (World Bank, ADB, JICA, or equivalent). (iv) Financial soundness of the firm(s); (v) Must have successfully implemented at least 2(two) Resettlement plan /program among which at least one must be in any foreign aided highway/road development project in last 10 (ten) years (vi) Evidence of availability of qualified staff resources and logistics with the firm(s); and (vii) Experience in development partner (such as WB, ADB, JICA, AID etc.) funded Highway Projects. (viii) Should preferably be familiar with World Bank Environmental and Social Standards. Previous experience of world bank funded projects under Environmental & Social Framework (ESF) will be an added advantage. |
Other Details (if applicable) |
: |
1. Duration: The commencement of the services is anticipated in January 2026, with an expected duration covering the entire length of the project. The tentative completion date of the project is June 2027; however, the assignment may be extended, subject to the requirements of the project. Interested applicants may obtain the Terms of Reference (TOR) and further information from the undersigned during official working hours or by request through email. 2. Consultants are requested to submit the following documents in support of the above-mentioned criteria: (a) Updated/renewed Registration paper from relevant authorities including Trade License, TIN, VAT etc. of the firm(s); (b) JV agreement/letter of intent (if applicable); (c) Firm(s) brochure; (d) Audited financial reports for last three financial years; (e) Service experience record (including nature, total cost, total input in terms of man month, employer, location of service, etc.) and (f) Summary of permanent Key staff resources and logistics. 3. The attention of interested Consultants is drawn to paragraphs 3.13, 3.15, 3.16, and 3.17 of the World Bank Procurement Regulations for IPF Borrowers, Sixth Edition, February 2025, setting forth the World Bank’s policy on conflict of interest. 4. Consultants may associate with other firms in the form of a joint venture or a sub-consultancy to enhance their qualifications. Such joint venture or sub-consultant should have real and well-defined inputs to the assignment. 5. Due to the Security reason of hill tracts, all the Key- and Non-key experts in the consultants team should be Bangladeshi Nationals. 6. Submission of EOI should be done in closed format bearing the Name and address of Firms(s), EOI name & date and be addressed to the EOI issuing authority in 03 (three) copies: 01 (one) marked as “ORIGINAL” and other as “COPY” in separate envelopes in the form of book binding. All the “ORIGINAL” and “COPY” shall be covered within a single envelope. 7. The Procuring Entity shall not be responsible for any costs or expenses incurred by the firm(s) in connection with the preparation or submission of the EoI. The Procuring Entity reserves the right to accept or reject all the Expressions of Interest (EoI) without assigning any reason. |
Association with foreign firms is |
: |
Encouraged |
Eoi Detail Information |
Ref No |
Phasing Of Services |
Location |
Start Date |
Completion Date |
35.01.8400.194.14.14.001.25-1265 |
N/A |
Bandarban |
January, 2026 |
June, 2027 |
|
PROCURING ENTITY DETAILS
|
Name of Official Inviting EOI |
: |
Mohammad Mahade Iqbal |
Designation of Official Inviting EOI |
: |
Project Director (SE, RHD) |
Address of Official Inviting EOI |
: |
Office of the Superintending Engineer, Rangamati Road Circle, College Road, Rangamati |
Contact details of Official Inviting EOI |
: |
Phone : +8801730782690, Fax : , Email : pdhelprhd@gmail.com |
Advertisement Corrigendum(s) |
Date Of Corrigendum |
: |
09/10/2025 |
Brief Description |
: |
SL No-01 (in REOI) : Scope of Services: The broad scope of Consulting services (“the services”) include, supervision and administration of civil works contracts ensuring compliance with designs, technical specifications, contract conditions, and World Bank ESF requirements; as well as support to RHD in implementing the Resettlement Action Plan (RAP), livelihood restoration, stakeholder engagement, and monitoring of Grievance Redress Mechanisms. |
Experience, Resources and Delivery Capacity Required |
: |
SL No-03 (in REOI) : Selection Procedures:The short-listing criteria: (i) General Experience of the Firm (core business and years in business). (ii) Experience in Similar assignments including supervising civil works of comparable size, complexity, and technical specialty in road/bridge construction/ improvement projects, and implementing Resettlement Action Plans (RAPs) including verification, compensation, livelihood restoration, stakeholder engagement, and monitoring of Grievance Redress Mechanisms. (iii) Experience in implementation of contracts under World Bank or development partner-funded projects. Due to the Security reason of hill tracts, all the Key- and Non-key experts in the Consultants team should be Bangladeshi Nationals.
SL No-06 (in REOI) – Joint Venture/Sub-Consultancy:Consultants may associate with other firms to enhance their qualifications but shall indicate clearly whether the association is in the form of a joint venture (i.e. all members of the joint venture shall be jointly and severally liable) and/or a sub-consultancy (i.e. the Consultant will be responsible, including for the services of the sub-consultant). In case of an association, the Consultant must explain in the EoI submission (a) the rationale/ justification for the proposed inclusion of the JV members and/or sub-consultants; 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. Failure to provide the above explanation in the EoI 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.
SL No-07 (in REOI) : Selection Criteria: The Consultants will be selected in accordance with the Quality Cost Based Selection (QCBS) method set out in World Bank Procurement Regulations. |
Duration |
: |
Commencement of the services is April 2026. ToR at the following website: www.rhd.gov.bd. |
Other Information |
: |
SL No-04 (in REOI) : Supporting Document: Consultants are requested to submit the following documents, but not limited to, in support of the above-mentioned criteria: (a) Legal registration documents (Trade License, TIN, VAT etc.) of the firm(s); (b) Firm(s) profile/brochure; (c) For JV: JV agreement/letter of intent; (d) Similar Service experience record (including scope, contract amount, name of client, total input in terms of man month, location of service, etc.). and (e) Summary of permanent staff resources and logistics.
SL No-05 (in REOI) : Conflict of Interest: The attention of interested Consultants is drawn to paragraphs 3.14, 3.16, and 3.17 of the World Bank Procurement Regulations for IPF Borrowers, September 2023.
SL No-08 (in REOI) : Submission:Expressions of Interest must be delivered in a written form (in person or by mail or by e-mail) by 2:00 PM (BST) on 23 October, 2025 to: Office of the Superintending Engineer, Attn: Mohammad Mahade Iqbal, Superintending Engineer, Rangamati Road Circle, College Road, Rangamati, Tel: +88017130782690,
E-mail: pdhelprhd@gmail.com
|
Last Date Of Submission |
: |
16/10/2025 |
Last Time Of Submission |
: |
02.00 pm |
Status |
: |
Active |
Date Of Corrigendum |
: |
12/10/2025 |
Last Date Of Submission |
: |
23/10/2025 |
Last Time Of Submission |
: |
02.00 pm |
Status |
: |
Active |
|
The procuring entity reserves the right to accept or reject all tenders |