Ministry/Division |
: |
Ministry of Expatriates' Welfare and Overseas Employment |
Agency |
: |
Wage Earners' Welfare Board (WEWB) |
Procuring Entity Name |
: |
The Project Director, Recovery and Advancement of Informal Sector Employment (RAISE): Reintegration of Returning Migrants Project |
Procuring Entity Code |
: |
|
Procuring Entity District |
: |
Dhaka |
Expression of Interest for Selection of |
: |
Consulting Firm (International) (Lump-Sump) |
Title Of Service |
: |
Selection of a consultancy firm for Design, Development, Implementation and Support Service for MIS Software Integration and Management. (Package No: SF-01) |
EOI Ref. No. |
: |
Package No: SF-01 |
Date |
: |
03/05/2023 |
KEY INFORMATION
|
Procurement Sub-Method |
: |
Quality Base Selection (QBS) |
FUNDING INFORMATION
|
Budget and Source of Funds |
: |
Development Budget Grant/Credit |
Development Partners |
: |
International Development Association (IDA) |
PARTICULAR INFORMATION
|
Project/Programme Name |
: |
Recovery and Advancement of Informal Sector Employment (RAISE): Reintegration of Returning Migrants Project. |
EOI Closing Date and Time |
: |
04/06/2023 15:00 hours
|
Publication Date |
: |
07/05/2023
|
INFORMATION FOR APPLICANT
|
Brief Description of Assignment |
: |
The main objective of this assignment is to design, develop, customize, implement, and provide post-implementation support service of the MIS to make it a scalable and integrated platform that facilitates end-to-end automation. In this regard, the following objectives need to achieve as the part of this project execution.
• Conduct a comprehensive Gap Analysis, Functional Requirements Study to develop a detailed System Requirement Specification / Gap Analysis Document (SRSD) for review and approval
• Conduct a hardware and networking need assessment to develop a report for reviewing the infrastructures
• Conduct Cloud Service Assessment with Cost Estimation Proposal of Bangladesh Data Centre Company Limited (BDCCL)
• Develop System Design Document (SDD) on approved SRSD and obtain SDD approval
• Develop, Customize, and Implement the MIS Platform on approved SRSD and SDD
• Integrate MIS with other Government Agencies to verify Beneficiary Information and track the records
• Perform Data Migration from existing platform into new MIS system; Conduct System installation, configuration on the MIS hardware
• Conduct a System Testing and ensure System Compatibility as per Bangladesh Computer Council (BCC) guidelines
• Conduct a System Security Assessment and ensure implementation of Standard Coding Documentation and Security Implementation; Conduct MIS User Training for staffs at various levels including its partners
• Handover complete and updated system to WEWB including full ownership of the source code and all documentation that obtain through an Operational Acceptance
• The contract duration is expected to be for a period of 24 months/Project Period, including provision of Post-Implementation Maintenance Support Services for 12 (twelve) months.
Details are provided in Terms of Reference (TOR). For Terms of Reference (TOR) please visit: https://wewb.portal.gov.bd/site/project/27c6decf-6e5c-4cd9-b4d4-5a0deed6be89/- |
Experience, Resources and Delivery Capacity Required |
: |
The consultant is expected to meet the following minimum qualification criteria:
(a) General Experience of 15 (Fifteen) years in providing consultant services as a Consulting Firm.
(b) Specific Experience:
i) 10 (Ten) years of experience of software design, development, implementation and post-implementation support services.
ii) Satisfactorily completed at least 3 (Three) contracts in the last 10 years on web based centralized software development and implementation for Government/Semi Government/Autonomous organization, which should include at least 1 (one) contract valued not less than US$ 1.4 million equivalent.
c) Average annual consultant services turnover of US$ 0.9 million equivalent in any 3 years over the last 5 years from the deadline date for submission of EOIs.
d) CMMI Level-3 organization or equivalent.
e) ISO 9001:2015 and ISO 27001:2013 certifications or equivalent.
Interested consultancy firms are invited to submit their expression of interest and provide supporting information and documents including but not limited to those listed below to demonstrate that they are qualified to perform the Services:
i. In case of Joint Venture, a copy of the JV Agreement or letter of Intent to form JV along with the proposed draft JV Agreement.
ii. Company Brochure
iii. List of general experiences along with Contract Title and brief description of the scope of services, Client Name, Contract Value, Duration, Starting Year, Ending Year and Client Contact Information
iv. List of similar experiences along with Contract Title and brief description of the scope of services, Client Name, Contract Value, Duration, Starting Year, Ending Year and Client Contact Information.
v. Brief Description of similar assignments
vi. Copies of Agreements and / or Completion Certificates as proven document for experience
vii. Company Organogram along with the list of Technical, Managerial, Administrative and Financial Professionals
viii. Annual turnover for each of the last five years, evidenced by Audited financial reports and/or invoices of payments received.
ix. Valid Business/Trade License/certificate of incorporation in the Consultant firm’s country of incorporation. |
Other Details (if applicable) |
: |
Note:
1. The attention of interested IT/Consulting firms is drawn to Section III, paragraphs-3.14, 3.16 and 3.17 of the World Bank’s “Procurement Regulations for IPF Borrowers” July, 2016 (“Procurement Regulations”), setting forth with the World Bank’s policy on conflict of interest.
2. 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 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 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 will have to 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 the lead member. However, Instruction to Consultant (ITC) clauses of RFP will prevail in regards to associations with non-shortlisted firms or sub-consultant during proposal preparation stage.
3. A Consultant will be selected in accordance with the Quality Based Selection (QBS) method set out in the Procurement Regulations.
4. The Procuring Entity reserves the rights to accept any or reject any of the EOI without showing any reason
Further information can be obtained at the above-mentioned address during office hours [i.e., 0900 to 1600 hours]. Following this invitation for Expressions of Interest, a short list of qualified firms will be formally invited to submit more detailed proposals (Request for Proposal: RFP). The client will not be responsible for any expenses incurred by the firm(s) in connection with the preparation or delivery of the EOI. |
Association with foreign firms is |
: |
Encouraged |
Eoi Detail Information |
Ref No |
Phasing Of Services |
Location |
Start Date |
Completion Date |
SF-01 |
Single Phase |
Bangladesh |
October 2023 |
September 2025 |
|
PROCURING ENTITY DETAILS
|
Name of Official Inviting EOI |
: |
Musharrat Jebin |
Designation of Official Inviting EOI |
: |
Project Director (Joint Secretary) |
Address of Official Inviting EOI |
: |
Office of the Project Director, Recovery and Advancement of Informal Sector Employment (RAISE)
Wage Earner’s Welfare Board
Probashi Kallyan Bhaban, Level-11, 71-72 Eskaton Garden, Dhaka-1000.
|
Contact details of Official Inviting EOI |
: |
Phone : +8802 55138261, Fax : , Email : pdraise6841@gmail.com |
The procuring entity reserves the right to accept or reject all tenders |