Invitation for Request for Expressions of Interest    Status:Approved

GOVERNMENT OF THE PEOPLE'S REPUBLIC OF BANGLADESH

Ministry/Division : Ministry of Local Government, Rural Development and Co-operatives
Agency : Department of Public Health Engineering (DPHE)
Procuring Entity Name : Office of the Project Director Rural Water, Sanitation & Hygiene for Human Capital Development Project
Procuring Entity Code :
Procuring Entity District : Dhaka
Expression of Interest for Selection of : Consulting Firm (National)  (Lump-Sump)
Title Of Service : Technical Assistance (TA) Firm for Behavioural Change Communication (BCC) Campaign, training (for Local Government Institutions - LGIs & Health Workers) and their capacity building.
EOI Ref. No. : Memo No.: 46.03.2600.548.07.005.21-453
Date : 17/05/2022

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 & AIIB

PARTICULAR INFORMATION

Project/Programme Name : Rural Water, Sanitation & Hygiene for Human Capital Development Project
EOI Closing Date and Time : 09/06/2022 3.00 PM
Publication Date : 17/05/2022

INFORMATION FOR APPLICANT

Brief Description of Assignment : The Government of the People’s Republic of Bangladesh has received a loan from the World Bank (with co-financing from Asian Infrastructure Investment Bank -AIIB) to finance Rural Water, Sanitation & Hygiene for Human Capital Development Project and intends to apply part of the proceeds for consulting services. The Department of Public Health Engineering (DPHE), under the Ministry of Local Government, Rural Development and Co-operatives, Government of Bangladesh intends to apply a portion of mentioned credit to hire a competent, qualified, and experienced consultancy firm to assist DPHE in the implementation of the project in a sustainable manner. Also, to increase their access to improved water supply and sanitation services and strengthen their institutional capacities for delivering improved water supply and sanitation services. Behavioral change is one of the focuses of the project which will be implemented by DPHE. The objective of the BCC campaign is to change WASH behaviors and raise WASH awareness and willingness to pay for the improvement of safely managed WASH facilities. The Behavioral Change Communication will be implemented by blending demand creation and awareness-raising activities through BCC/IEC materials, emphasizing health benefits through community health workers, MFI field staff, and UP members. Different tools and techniques will be used, such as health worker visits to households, target group sessions, mother’s group sessions, social media, etc. This BCC campaign will also include the training of UP officials and health workers on the effective delivery of behavior change messaging at households, health centers, schools, and communities The scope of the firm includes the following: • To orient 48 Upazila WatSan Committee regarding SDG, project components, and roles of the stakeholders. • To develop the capacity of 529 Union Parishads (UPs) on SDG 6.1 and 6.2 and their responsibilities in project implementation. • To develop the capacity of around 2645 health workers and ISPP staff on the BCC campaign focusing on five issues (safely managed water, safely managed sanitation, handwashing including the promotion of handwashing stations, menstrual hygiene, and baby WASH). • To assist 529 UPs for identification of the poorest households (HH) and make a list of those for each union by the engagement of Union Parishad as per set forth criteria and methodology of the project to provide fully subsidized improved toilets. • To assist UPs in organizing Ward level sessions with community people for hygiene promotion, monitor field performance of the BCC campaign, and union level six-monthly coordination meetings among the stakeholders to review progress and prepare the next plan. • To support DPHE for selecting and providing orientation for the Local Entrepreneurs (LEs) on toilet construction in the poorest households.
Experience, Resources and Delivery Capacity Required : The short-listing criteria are: • The firm must have 10 years of proven experience in implementing similar types of projects. • Proven Experience in capacity building & coordination with different stakeholders especially with local government, health workers, and the local Community. • Adequate experience to work in the WASH sector, especially in rural areas. • Adequate experience in capacity-building activities and training. • Experience in Development Partner funded projects. Consultants are requested to submit, but are not limited to, the following supporting documents in support of the above-mentioned criteria: (i)The Firm's Incorporation/Trade License/Registration certificate from the country of the firm (ii) the Firm’s brochure/Profile; and (iii) description of similar nature consultancy contracts, including the scope, contract amount, name of Client, period of the contract (date of contract signing to date of completion), location/country of the services, etc. The Interested Firm(s) are requested to provide only relevant information in the EOI document. The attention of interested Consultants is drawn to 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 as Sub-consultants (i.e. the Consultant will be responsible, including for WASH the services of the sub-consultant). In the 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 an 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 associating with the non-shortlisted firm or sub-consultant during the proposal preparation stage.
Other Details (if applicable) : A Consultancy Firm will be selected in accordance with the Quality and Cost Based Selection (QCBS) method set out in the Procurement Regulations. Further information can be obtained at the address of the undersigned given at the letterhead during office hours from 9:00 am to 5:00 pm Bangladesh Standard Time (BST).
Association with foreign firms is : Encouraged
Eoi Detail Information
Ref No Phasing Of Services Location Start Date Completion Date
RWSHP-SD-03 34 (Thirty-Four) months countrywide September 2022 July 2025

PROCURING ENTITY DETAILS

Name of Official Inviting EOI : Md. Tabibur Rahman Talukder
Designation of Official Inviting EOI : Project Director
Address of Official Inviting EOI : Department of Public Health Engineering Bhaban (5th floor), 14, Shaheed Captain Mansur Ali Sarani, Kakrail, Dhaka-1000.
Contact details of Official Inviting EOI : Phone : 02-55130517, Fax : , Email : pd.rwshhcd@dphe.gov.bd
The procuring entity reserves the right to accept or reject all tenders