0% found this document useful (0 votes)
102 views47 pages

Expression of Interest (EOI) : Title of Consulting Service: IDD/Karnali/EOI-PTAP/2077-078/01

The document requests expressions of interest from eligible firms to provide technical assistance and support for the Trail Bridge Sub-Sector Program in Karnali Province, Nepal. It provides instructions for submission, including a brief terms of reference, evaluation criteria, and the deadline of February 22, 2021. Firms will be shortlisted based on evaluation and invited to submit proposals.

Uploaded by

Hem Shahi
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
102 views47 pages

Expression of Interest (EOI) : Title of Consulting Service: IDD/Karnali/EOI-PTAP/2077-078/01

The document requests expressions of interest from eligible firms to provide technical assistance and support for the Trail Bridge Sub-Sector Program in Karnali Province, Nepal. It provides instructions for submission, including a brief terms of reference, evaluation criteria, and the deadline of February 22, 2021. Firms will be shortlisted based on evaluation and invited to submit proposals.

Uploaded by

Hem Shahi
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 47

EXPRESSION OF INTEREST

(EOI)

Title of Consulting Service: IDD/Karnali/EOI-


PTAP/2077-078/01

Method of Consulting Service: National

Project Name : (IDD/Karnali/EOI-PTAP/2077-078/01)


EOI : IDD/karnali/EOI-PTAF/077-078
Office Name: Infrastructure Development Directorate, Surkhet
Office Address: Birendranagar Surkhet

Funding agency : Government Budget


Specification for Bridge construction will be used Road and Bridge Specification.
Table of Contents

Section I. A. Request for Expression of Interest 4


Section II. B. Instructions for submission of Expression of Interest 6
Section III. C. Objective of Consultancy Services or Brief TOR 8
Section IV. D. Evaluation of Consultant's EOI Application 30
Section V. E. EOI Forms and Formats 33
A. Request for
Expression of Interest
Request for Expression of Interest
Government of Nepal (GoN)
Name of Employer: Infrastructure Development Directorate, Surkhet

Date: 08-02-2021 22:00

Name of Project: (IDD/Karnali/EOI-PTAP/2077-078/01)

1. Government of Nepal (GoN) has allocated fund toward the cost of (IDD/Karnali/EOI-PTAP/2077-078/01) and intend to apply
portion of this fund to eligible payments under the Contract for which this Expression of Interest is invited for National
consulting service
2. The Infrastructure Development Directorate, Surkhet now invites Expression of Interest (EOI) from eligible consulting firms
(“consultant”) to provide the following consulting services: (IDD/Karnali/EOI-PTAP/2077-078/01
3. Interested eligible consultants may obtain further information and EOI document free of cost at the address Infrastructure
Development Directorate, Surkhet,Infrastructure Development Directorate, Surkhet
Birendranagar
Surkhet
Karnali Province
Nepal during office hours on or before 23-02-2021 12:00 or visit e-GP system www.bolpatra.gov.np/egp or visit the client’s
website [Client Website]
4. Consultants may associate with other consultants to enhance their qualifications.
5. Expressions of interest shall be delivered online through e-GP system www.bolpatra.gov.np/egp or manually to the address
[insert: Name of the client and address] on or before 23-02-2021 12:00
6. In case the last date of obtaining and submission of the EOI documents happens to be a holiday, the next working day will be
deemed as the due date but the time will be the same as stipulated.
7. EOI will be assessed based on Qualification 40.0 %, Experience 40.0 %, and Capacity 20.0 % of consulting firm and key
personnel. Based on evaluation of EOI, only shortlisted firms will be invited to submit technical and financial proposal through
a request for proposal.
8. Minimum score to pass the EOI is 70
B. Instructions for Submission of Expression of
Instructions for Submission of Expression of Interest
1. Expression of Interest may be submitted by a sole firm or a joint venture of consulting firms.

2. Interested consultants must provide information indicating that they are qualified to perform the services (descriptions,
organization and employee and of the firm or company, description of assignments of similar nature completed in the last 7
years and their location, experience in similar conditions, general qualifications and the key personnel to be involved in the
proposed assignment).
3. This expression of interest is open to all eligible consulting firm/person/ company/ organization.

4. In case, the applicant is individual consultant, details of similar assignment experience, their location in the previous 4 years and
audited balance sheet and bio data shall be considered for evaluation.
5. The assignment has been scheduled for a period of [Insert time, period in years and/or months]. Expected date of
commencement of the assignment is 23-02-2021.
6. A Consultant will be selected in accordance with the QCBS method.

7. Expression of Interest should contain following information:

(i) A covering letter addressed to the representative of the client on the official letter head of company duly signed by
authorized signatory.
(ii) Applicants shall provide the following information in the respective formats given in the EOI document:

• EOI Form: Letter of Application (Form 1)

• EOI Form: Applicant’s Information (Form 2)


• EOI Form: Work Experience Details (Form 3(A), 3(B) & 3(C))

• EOI Form: Capacity Details (Form 4)

• EOI Form: Key Experts List (form 5).

8. Applicants may submit additional information with their application but shortlisting will be based on the evaluation of
information requested and included in the formats provided in the EOI document.
9. The Expression of Interest (EOI) document must be duly completed and submitted in sealed envelope and should be clearly
marked as “EOI Application for Short-listing for the (IDD/Karnali/EOI-PTAP/2077-078/01) .The Envelope should also clearly
indicate the name and address of the Applicant. Alternatively, applicants can submit their EOI application through e-GP system
by using the forms and instructions provided by the system.
10. The completed EOI document must be submitted on or before the date and address mentioned in the “Request for Expression of
Interest”. In case the submission falls on public holiday the submission can be made on the next working day. Any EOI
Document received after the closing time for submission of proposals shall not be considered for evaluation.
C. Objective of Consultancy Services or Brief TOR
Expression of Interest
(EOI)

Title of Consulting Service: IDD/Karnali/EOI-


PTAP/2077-078/01

Method of Consulting Service: National

Project Name: Service of Provincial Technical Assistance


Provider (PTAP) For Trail Bridge Sub-Sector Program

Office Name: Infrastructure Development Directorate, Karnali Province


Office Address: Birendranagar, Surkhet

Financing Agency: Government Budget


Abbreviations

CV - Curriculum Vitae
DP - Development Partner
EA - Executive Agency
EOI - Expression of Interest
GON - Government of Nepal
PAN - Permanent Account Number
PPA - Public Procurement Act
PPR - Public Procurement Regulation
TOR - Terms of Reference
VAT - Value Added Tax

2
Contents

Table of Contents
A. Request for Expression of Interest................................................................................................ 4

B. Instructions for submission of Expression of Interest................................................................ 5

C. Terms of Reference (ToR) in Brief ................................................................................................. 6

D. Evaluation of Firm’s EOI Application ………………………………………………………………….9

E. EOI Forms & Formats .................................................................................................................... 12

3
A. Request for Expression of Interest

Karnali Province Government

Ministry of Physical Infrastructure Development


Infrastructure Development Directorate
Birendranagar, Surkhet

(Date of publication: 05-02-2021)

Trail Bridge Sub-Sector Program

1. Provincial Government has allocated fund toward the cost of Trail Bridge Sub-Sector
Program and intends to apply a portion of this fund to eligible payments under the
Contract for which this Expression of Interest (IDD/Karnali/EOI-PTAP/2077-078/01) is
invited for National Service of Provincial Technical Assistance Provider (PTAP) for the
Program.
2. The Infrastructure Development Directorate (IDD) / MoPID now invites Expression of
Interest (EOI) from eligible firms to provide services for technical assistance and support
to IDD, 9 IDOs and 79 Palikas of the Province for planning, monitoring and
implementation of trail bridge sub sector program including quality assurance during
entire project cycle for the period of May, 2021 to July, 2023.
3. Interested eligible Firms may obtain further information at the address: Infrastructure
Development Directorate, Birendranagar, Surkhet during office hours on or before 12
Hrs on 22 February, 2021 or visit e-GP system www.bolpatra.gov.np/egp.
4. Firms may associate with other Firms to enhance their qualifications.
5. Expressions of interest shall be delivered online through PPMO's e-GP
system www.bolpatra.gov.np/egp on or before 12:00 Hrs on 22 February, 2021. Hard
copy shall not be entertained during submission of EOI. The submitted EOI shall be
opened electronically on 22 February, 2021 at 13:00 Hrs at Infrastructure Development
Directorate, Surkhet.
6. In case the last date of submission of the EOI documents happens to be a holiday, the
next working day will be deemed as the due date, but the time will be the same as
stipulated.
7. EOI will be assessed based on Qualification [38%], Experience [42%], and Capacity
[20%] of the firms and key personnel. Based on evaluation of EOI, only shortlisted firms
will be invited to submit technical and financial proposal through a request for proposal.

8. Minimum score to pass the EOI is 70%.

4
B. Instructions for submission of Expression of Interest
1. Expression of Interest may be submitted by a sole firm (a national Consulting Firm or a
national NGO) or a joint venture of consulting firms, NGOs or consulting firm and a NGO.
The maximum number of partners in JV shall be limited to three.
2. Interested firms must provide information indicating that they are qualified to perform the
services.
3. This expression of interest is open to all eligible consulting firm or NGO.
4. The assignment has been scheduled for a period of 27 months (May, 2021 to July, 2023).
Expected date of commencement of the assignment is 01-05-2021.
5. A Firm will be selected in accordance with the Quality and Cost Based Selection (QCBS)
method.
6. Expression of Interest should contain following information:
(i) A covering letter addressed to the representative of the client on the official letter
head of company duly signed by authorized signatory.
(ii) Applicants shall provide the following information in the respective formats given in
the EOI document:
• EOI Form: Letter of Application (Form 1)
• EOI Form: Applicant’s Information (Form 2)
• EOI Form: Work Experience Details (Form 3(A), 3(B) & 3(C))
• EOI Form: Capacity Details (Form 4)
• EOI Form: Key Experts List (form 5).

7. Applicants may submit additional information with their application but shortlisting will
be based on the evaluation of information requested and included in the formats
provided in the EOI document.
8. The Expression of Interest (EOI) document must be duly completed and shall be
submitted their EOI through e-GP system by using the forms and instructions provided
by the system.
9. The completed EOI document must be submitted on or before the date and address
mentioned in the “Request for Expression of Interest”. In case the submission falls
on public holiday the submission can be made on the next working day. Any EOI
document received after the closing time for submission of proposals shall not be
considered for evaluation.

5
C. Terms of Reference (ToR) in Brief
Objective: IDD/MoPID intends to procure services of Provincial Technical Assistance
Provider (PTAP) to support its IDD, 9 IDOs and 79 Palikas of Province for planning,
monitoring and implementation of trail bridge sub sector program including quality assurance
during entire project cycle for the period of May, 2021 to July, 2023.
Tasks and Responsibilities
PTAP are to assume all tasks and responsibilities solicited for making trail bridge programme
successful in the assigned Province. PTAP will provide TA to IDD, IDOs and Palikas to
deliver their roles and responsibilities, and to the local NGOs/Firms recruited by IDOs and
Palikas for providing technical and social support to UCs.
In summary, PTAP to:
• Provide TA in implementation of TB SWAp Framework III with Federal Conditional
Grant in the Karnali Province
• Provide TA in implementation of Provincial Trail Bridge Program in the Karnali
Province
• Provide TA in implementation of Palika’s Trail Bridge Program within the Karnali
Province

In detail, the tasks and activities are as delineated hereunder.

i. Brid g e p la n nin g : PTAP will support IDD, IDOs and Palikas in preparing Periodic and
Annual Bridge Plans for construction and maintenance of trail bridges.
ii. Preparation of DPR: DPR of Short Span Trail Bridges (SSTB) up to span of 120 m is
prepared by the capacitated local NGO and DPR of Long Span Trail Bridges (LSTB) with
span of >120m is prepared by the qualified consulting firm recruited by IDOs or Palikas.
PTAP shall review these DPR till there is gap on know-how and capacity at IDOs and
Palikas. In case of critical and technically demanding bridge sites. PTAP shall support
IDD/IDOs/Palikas for DPR preparation.
iii. UC Fo rm a tio n : SSTB is implemented through User’s Committee (UC) supported by local
NGO. PTAP shall be responsible for ensuring the right formation of UCs. Women
representation in UCs will be not less than 50 percent. Discriminated groups shall be
proportionately represented in all UCs. At least one key position in UCs will be reserved
for members from women, Dalit, ethnic and minority representatives.
iv. Contracting: LSTB is implemented through Lump Sum Contract with construction
turnkey package approach. PTAP shall support IDD/IDOs/Palikas for preparation of BiD
documents and in selection of qualified contractors.
v. In s p e c tio n o f s te e l p arts : PTAP shall collect information related to contract awards
made by the IDD/IDOs/Palikas for fabrication of SSTB and LSTB Lump Sum contract in
order to keep track of progress and quality monitoring. Prior to fabrication, sample of steel
raw material has to be collected for lab test. PTAP shall also support IDD/IDOs/Palikas
for quality inspection of fabricated steel parts and shall ensure that fabricated steel parts
are not delivered without quality inspection and certification.
vi. Demonstration Model Bridge Training (DMBT): DMBT imparts bridge construction
know-how to community members and develops bridge craft persons. DMBT is normally
organized yearly for cluster of Palikas having bridge building plan. PTAP shall be

6
responsible for planning and execution of DMBT in close coordination with
IDD/IDOs/Palikas. DMBT is conducted as per the Manual for DMBT.

vii. Quality control of construction materials: PTAP shall assure the quality of
construction materials by lab test or visual inspection and manual test.
v. Monitoring quality of Construction Works: Local NGO provides technical and social
support during construction of SSTB Bridge. Monitoring quality of construction works shall
be the responsibility of PTAP. PTAP shall visit bridge sites (minimum) during critical
milestones as defined in the Monitoring Manual to ensure that quality of construction
works conforms to the set standards. PTAP shall also carry out random site inspections
for ensuring quality of construction works.
In case of LSTB, PTAP shall monitor the quality of construction works by site visits at
different milestones of construction stages. In addition, PTAP shall monitor the quality of
works by reviewing and verifying quality assurance documentation of the contractor.
Manual for Monitoring provides details on monitoring process.
vi. Final Inspection: Final inspection is carried out after bridge construction is completed. A
team comprising IDD/IDOs/Palikas technical personnel, local NGO technical personnel,
PTAP technical personnel and UC executive / contractor’s representative will jointly carry
out final inspection. If construction works are as per required standards IDD/IDOs/Palikas
issues Work Completion Certificate. In case of rectifications required, PTAP shall ensure
that the concerned UC / Contractor makes required rectifications.
vii. Load Test: Any bridge may go load test out of completed bridges. PTAP shall facilitate in
executing load test. Bridge for load test will be randomly selected in coordination with
IDOs / Palikas. Load test will be carried out following the prescribed procedures and
practices.
viii. Punctual support: PTAP shall provide punctual 1 technical and social organization
support to IDD/IDOs/Palikas as well as to local NGO / Contractor on their request.
xiv. Updating PMIS: Program Monitoring Information System (PMIS) is the software for
recording bridge-wise data on work progress, cost estimate, actual costs, contributions of
stakeholders, and general information. This software is used for planning, monitoring and
reporting purposes. It is crucial that bridge data are regularly and timely updated in the
data sheet. PTAP shall be responsible for compilation of data and information and
updating it in the system at Provincial level and ensure that PMIS is anchored and
functional at IDD.
xv. Up d a tin g TBSIS: Trail Bridge Strategy Information System (TBSIS) is the software
package for recording data and information for quality monitoring in technical as well as
social aspect during entire bridge construction cycle. It is based on Comprehensive
Manual for Monitoring. This helps to monitor whether engineering parameters are fulfilled
and it also gives segregated data of beneficiaries, UC composition, and employment to
DAGs and discriminated. PTAP shall be responsible for collection of data and information
and regular updating the system at Provincial level. PTAP shall provide updated data in
the first week of each month.
xvi. Physical Progress Report: In case of TB-SWAp Federal Conditional Grant, monthly
physical progress is to be reported to DoLI/MoFAGA thru IDD/MoPID within 7th of Nepali
calendar month. PTAP shall facilitate IDD/IDOs/Palikas to prepare trimester physical
progress report.
xvii. Expenses Report: PTAP shall ensure that IDD/IDOs/Palikas submit monthly expenses
1
Punctual, in this case refers to the cases beyond the capacities of IDOs/Palikas and NGO. For example,
changes in design due to site condition, arranging wind guy as per design and so on.
7
report to DoLI/ MoFAGA within 7th of Nepali calendar month. PTAP shall compile
expenses at Provincial level and report to DoLI / MoFAGA through IDD/MoPID.
xviii. Monitoring and Reporting of Maintenance: Routine Maintenance (RM) of all existing
bridges is carried out by Bridge Wardens (BWs) appointed by Palikas. PTAP shall ensure
that routine maintenance is implemented and functional following Maintenance
Guidelines. PTAP shall support IDD/IDOs/Palikas for monitoring and reporting of RM.
PTAP shall compile data and information about RM at Provincial level.
Major Maintenance of bridge is planned considering the bridge condition as recorded in
the District/Palika Bridge Records. PTAP shall support IDD/IDOs/Palikas for MM
survey/design and monitor execution of MM and shall report progress on MM.
xix. Bridge Condition Investigation (BCI): BCI is carried out to know about the condition of
the bridges. Based on the BCI report, bridges are prioritized for maintenance planning
and execution of maintenance works. The findings and conditions are recorded in the
Municipal / Provincial Bridge Record. PTAP shall ensure and support IDD/IDOs/Palikas in
carrying out periodical BCI.
xx. Palika / Provincial Bridge Record (PBR): PBR is the record of all bridges constructed in
the Province. This record is to be updated annually. All bridges are to be visited at regular
intervals to collect data and information about condition of bridges. Bridge conditions are
updated in the PBR. It serves as the basis for planning maintenance of bridges. Updated
bridge records are collected from all the Palikas and are compiled in the form of PBR.
PTAP shall ensure the Palikas updates PBR.
xxi. Brid g e Dire cto ry (BD): BD (Long List) is the record of bridge demand collected from
across the Palikas and compiled at the Provincial/Palikas level. It serves as basis for
planning new bridge construction. PTAP shall support IDD/IDOs/Palikas in preparing and
updating BD.
xxiii. Capacity Building: PTAP shall assess the training needs of the IDD, IDOs, Palikas and
local NGOs and compile the list of trainees and type of required training related to trail
bridge building.

8
D. Evaluation of Firm’s EOI Application
Firm’s EOI application which meets the eligibility criteria will be ranked on the basis of the
Ranking Criteria.

i) Eligibility & Completeness Test Compliance


Corporate registration
VAT/PAN Registration
Tax Clearance/Tax Return Submission (f/y 2076/077)
EOI Form 1: Letter of Application
EOI Form 2: Applicant’s Information Form
EOI Form 3: Experience (3(A) and 3(B))
EOI Form 4: Capacity
EOI Form 5: Qualification of Key Experts
In case of a natural person or firm/institution/company
which is already declared blacklisted and ineligible by the
GoN, any other new or existing firm/institution/company
owned partially or fully by such Natural person or Owner
or Board of director of blacklisted
firm/institution/company; shall not be eligible Firm.
In Case, a corruption case is being filed to Court against
the Natural Person or Board of Director of the
firm/institution/company or any partner of JV, such
Natural Person or Board of Director of the firm/institution
/company or any partner of JV such firm’s or JV EOI
shall be excluded from the evaluation, if public entity
receives instruction from Government of Nepal.

ii) EOI Evaluation Criteria


A. Qualification 38
S. Criteria Minimum Requirement Score
N. [Out of
100%]
1 Qualification of Key Experts Master’s Degree in
(Program coordinator) Management, Planning,
Business administration,
Development studies, or
Engineering and potential for
position of Program 12
Coordinator
2 Experience of Key Experts Minimum 5 years work
(Program Coordinator) experience in similar work
experience in managing local
infrastructure and working
with local government

3 Qualification of Key Experts Bachelor’s Degree in Civil


(Technical coordinator) Engineering and potential for
position of Technical 8
Coordinator
9
4 Experience of Key Experts Minimum 3 years work
(Technical Coordinator) experience in trail bridge
survey, design, estimate and
construction work.

Diploma in Civil Engineering


Technical Officer (points with 3 years experience or
5 6X3=18) TSLC with 5 years' 18
experience in trail Bridges.

Notes:
1.The CV/experience certificates of personnel
shall clearly demonstrate the years of work
experience.
2. CV of each personnel shall be submitted
with signature of the personnel and
authorized representative of the firm. The
client may verify the authenticity of CV in
support of TBSU.
3. The firm shall have to submit Nepal
Engineering Council (NEC) registration
Notes
certificate and equivalent certificate of
personnel (if applicable).
4. The firm shall have to submit the copy of
academic certificates and work experience
certificates of personnel as an evidence of
his/her education and work experience,
certified by Notary Public.
5. The firm shall have to submit clear and
readable copies of certificates/CV of
personnel. Unclear and unreadable
certificates/CV will not be considered.
B. Experience of Firms 42
General of firm Working experience of at least
five years 8
At least five years’ experience
Specific experience of firm in local infrastructure 12
within last 7 years. At least three years experience
in community trail bridge 12
(survey, design estimate
preparation, monitoring, quality
control)
Similar Geographical Worked in at least three 10
experience of firm districts of the Karnali
C. Capacity of Firms 20
Financial Capacity NRs.24 Million 10
Infrastructure/equipment
related to the proposed As indicated in form 4 (B) 10
assignment

10
11
E. EOI Forms & Formats

Form 1. Letter of Application

Form 2. Applicant’s information

Form 3. Experience (General, Specific and Geographical)

Form 4. Capacity

Form 5. Qualification of Key Experts

12
1. Letter of Application

(Letterhead paper of the Applicant or partner responsible for a joint venture, including full
postal address, telephone no., fax and email address)

Date: ..........................

To,
Full Name of Client: Infrastructure Development Directorate (IDD) / MoPID
Full Address of Client: Birendranager, Surkhet, Karnali
Telephone No.: ______________________________
Fax No.: ____________________________________
Email Address: _______________________________

Sir/Madam,

1. Being duly authorized to represent and act on behalf of (hereinafter "the Applicant"), and
having reviewed and fully understood all the short-listing information provided, the
undersigned hereby apply to be short-listed by IDD / MoPID as Firm for providing technical
assistance for trail bridge sub-sector program in the Province.

2. Attached to this letter are photocopies of original documents defining:

a) the Applicant's legal status;


b) the principal place of business;

3. IDD and its authorized representatives are hereby authorized to verify the statements,
documents, and information submitted in connection with this application. This Letter of
Application will also serve as authorization to any individual or authorized
representative of any institution referred to in the supporting information, to provide such
information deemed necessary and requested by yourselves to verify statements
and information provided in this application, or with regard to the resources, experience,
and competence of the Applicant.

4. IDD and its authorized representatives are authorized to contact any of the signatories
to this letter for any further information. 2

5. All further communication concerning this Application should be addressed to the following
person,

[Person]

[Company]

[Address]

[Phone, Fax, Email]

2
Applications by joint ventures should provide on a separate sheet, relevant information for each party to the
Application.
13
6. We declare that, we have no conflict of interest in the proposed procurement proceedings
and we have not been punished for an offense relating to the concerned profession or
business and our Company/firm has not been declared ineligible.

7. We further confirm that, if any of our experts is engaged to prepare the TOR for any ensuing
assignment resulting from our work product under this assignment, our firm, JV member or
sub-Firm, and the expert(s) will be disqualified from short-listing and participation in the
assignment.

8. The undersigned declares that the statements made and the information provided in the duly
completed application are complete, true and correct in every detail.

Signed:

Name:

For and on behalf of (name of Applicant or partner of a joint venture):

14
2. Applicant’s Information Form
(In case of joint venture of two or more firms to be filled separately for each constituent
member)

1. Name of Firm/Company:

2. Type of Constitution (Partnership/ Pvt. Ltd/Public Ltd/ Public Sector/ NGO)

3. Date of Registration / Commencement of Business (Please specify):

4. Country of Registration:

5. Registered Office/Place of Business:

6. Telephone No; Fax No; E-Mail Address

7. Name of Authorized Contact Person / Designation/ Address/Telephone:

8. Name of Authorized Local Agent /Address/Telephone:

9. Firm’s Organization:

10. Total number of staff:

11. Number of regular professional staff:

(Provide Company Profile with description of the background and organization of the
Firm and, if applicable, for each joint venture partner for this assignment.)

15
3. Experience

3(A). General Work Experience


(Details of assignments undertaken. Each Firm or member of a JV must fill in this form.)

S. Name of Location Value of Year Client Description of work carried


N. assignment out
Contract Completed
1.

2.

3.

4.

5.

6.

7.

16
3(B). Specific Experience

Details of similar assignments undertaken in the previous seven years


(In case of joint venture of two or more firms to be filled separately for each
constituent member)

Assignment name: Approx. value of the contract (in current NRs; US$
or Euro) 3:

Country: Duration of assignment (months):

Location within country:

Name of Client: Total No. of person-months of the assignment:

Address: Approx. value of the services provided by your firm


under the contract (in current NRs; US$ or Euro):

Start date (month/year): No. of professional person-months provided by the


joint venture partners or the Sub-Firms:
Completion date (month/year):

Name of joint venture partner or sub- Narrative description of Project:


Firms, if any:

Description of actual services provided in the assignment:

Note: Provide highlight on similar services provided by the Firm as required by the
EOI assignment.

Firm’s Name:

3
Firm should state value in the currency as mentioned in the contract
17
3 (C). Geographic Experience

Experience of working in similar geographic region or country


(In case of joint venture of two or more firms to be filled separately for each
constituent member)

No Location Execution Year


Name of the Project (District/ State) and Duration

1.

2.

3.

4.

5.

6.

7.

18
4. Capacity
4 (A). Financial Capacity
(In case of joint venture of two or more firms to be filled separately for each constituent
member)

Annual Turnover

Year Amount Currency

- Average Annual Turnover of Best of 3 Fiscal Year


Of Last 7 Fiscal Years

(Note: Supporting documents for Average Turnover should be submitted for the above.)

19
4 (B). Infrastructure/equipment related to the proposed assignment
No Infrastructure/equipment Requirements Description
Required

1. Total Station Two sets

2. Level Machines Two sets

3. Abney Level Six sets

4. Photo Copy Machines A3 Size one set

5. Printer A3 Size one set

6. Color Printer A4 Size one set

7. Desktop or Laptop Computer Ten sets


with power backup

20
5. Key Experts (Include details of Key Experts only)

(In case of joint venture of two or more firms to be filled separately for each
constituent member)
Specific
Highest Work Experience Work
SN Name Position Nationality
Qualification (in year) Experience
(in year)
1

(Please insert more rows as necessary)


* Notes : Supporting document are mandatory.

21
D. Evaluation of Consultant’s EOI Application
Evaluation of Consultant’s EOI Application
Consultant’s EOI application which meets the eligibility criteria will be ranked on the basis of the Ranking Criteria.

i) Eligibility & Completeness Test


Sl. No. Criteria Title Compliance

1 Corporate Registration

2 Tax Clearance/Tax Return Submission

3 VAT/PAN Registration

4 EOI Form 1: Letter of Application

5 EOI Form 2: Applicant’s Information Form

6 EOI Form 3: Experience (3(A) and 3(B))

7 EOI Form 4: Capacity

8 EOI Form 5: Qualification of Key Experts

9 In case of a natural person or firm/institution/company which is already declared blacklisted and


ineligible by the GoN, any other new or existing firm/institution/company owned partially or fully
by such Natural person or Owner or Board of director of blacklisted firm/institution/company;
shall not be eligible consultant.
10 If the corruption case is being filed to Court against the Natural Person or Board of Director of the
firm/institution /company or any partner of JV, such Natural Person or Board of Director of the
firm/institution /company or any partner of JV shall not be eligible to participate in procurement
process till the concerned Court has not issued the decision of clearance against the Corruption
Charges.

ii) EOI Evaluation Criteria


A. Qualification

Sl. No. Criteria Minimum Requirement

1 Qualification of Key Experts


2 Experience of Key Experts

Score: 40.0

B. Experience

Sl. No. Criteria Minimum Requirement

1 General Experience of consulting firm


Specific experience of consulting firm within last 7 years.
2 In case of person, specific experience of the person within
last 4 years.
3 Similar Geographical experience of consulting firm

Score: 40.0

C. Capacity

Sl. No. Criteria Minimum Requirement

Financial Capacity.[Average turnover required shall not


1
exceed 150% of cost estimate]
Sl. No. Criteria Minimum Requirement

Infrastructure/equipment related to the proposed


assignment.[This Evaluation criteria should be deleted if
2
infrastructure/equipment are not the part of the proposed
assignment]

Score: 20.0

Minimum score to pass the EOI is: 70


Note : If the corruption case is being filed to Court against the Natural Person or Board of Director of the firm/institution /company or any partner of JV, such
Natural Person or Board of Director of the firm/institution /company or any partner of JV such consultant’s proposal shall be excluded during the evaluation.
E. EOI Forms & Formats
E. EOI Forms & Formats

Form 1. Letter of Application

Form 2. Applicant’s information

Form 3.Experience (General, Specific and Geographical)

Form 4. Capacity

Form 5. Qualification of Key Experts


Standard EOI Document

1. Letter of Application

(Letterhead paper of the Applicant or partner responsible for a joint venture, including full
postal address, telephone no., fax and email address)

Date: ..........................

To,
Full Name of Client: __________________________
Full Address of Client: ________________________
Telephone No.: ______________________________
Fax No.: ____________________________________
Email Address: _______________________________

Sir/Madam,

1. Being duly authorized to represent and act on behalf of (hereinafter "the Applicant"), and
having reviewed and fully understood all the short-listing information provided, the
undersigned hereby apply to be short-listed by [Insert name of Client) as Consultant for
{Insert brief description of Work/Services}.

2. Attached to this letter are photocopies of original documents defining:

a) the Applicant's legal status;


b) the principal place of business;

3. [Insert name of Client] and its authorized representatives are hereby authorized to verify
the statements, documents, and information submitted in connection with this application.
This Letter of Application will also serve as authorization to any individual or
authorized representative of any institution referred to in the supporting information, to
provide such information deemed necessary and requested by yourselves to verify
statements and information provided in this application, or with regard to the resources,
experience, and competence of the Applicant.

4. [Insert name of Client) and its authorized representatives are authorized to contact
any of the signatories to this letter for any further information.1

5. All further communication concerning this Application should be addressed to the following
person,

[Person]

[Company]

[Address]

[Phone, Fax, Email]

6. We declare that, we have no conflict of interest in the proposed procurement proceedings


and we have not been punished for an offense relating to the concerned profession or

1
Applications by joint ventures should provide on a separate sheet, relevant information for each party to the
Application.
Standard EOI Document

business and our Company/firm has not been declared ineligible.

7. We further confirm that, if any of our experts is engaged to prepare the TOR for any ensuing
assignment resulting from our work product under this assignment, our firm, JV member or
sub-consultant, and the expert(s) will be disqualified from short-listing and participation in
the assignment.

8. The undersigned declares that the statements made and the information provided in the duly
completed application are complete, true and correct in every detail.

Signed :

Name :

For and on behalf of (name of Applicant or partner of a joint venture):


Standard EOI Document

2. Applicant’s Information Form


(In case of joint venture of two or more firms to be filled separately for each constituent
member)

1. Name of Firm/Company:

2. Type of Constitution (Partnership/ Pvt. Ltd/Public Ltd/ Public Sector/ NGO)

3. Date of Registration / Commencement of Business (Please specify):

4. Country of Registration:

5. Registered Office/Place of Business:

6. Telephone No; Fax No; E-Mail Address

7. Name of Authorized Contact Person / Designation/ Address/Telephone:

8. Name of Authorized Local Agent /Address/Telephone:

9. Consultant’s Organization:

10. Total number of staff:

11. Number of regular professional staff:

(Provide Company Profile with description of the background and organization of the
Consultant and, if applicable, for each joint venture partner for this assignment.)
Standard EOI Document

3. Experience

3(A). General Work Experience


(Details of assignments undertaken. Each consultant or member of a JV must fill
in this form.)

S. Name of Location Value of Year Client Description of work carried


N. assignment out
Contract Completed

1.

2.

3.

4.

5.

6.

7.
Standard EOI Document

3(B). Specific Experience

Details of similar assignments undertaken in the previous seven years


(In case of joint venture of two or more firms to be filled separately for each
constituent member)

Assignment name: Approx. value of the contract (in current NRs;


US$ or Euro)2:

Country: Duration of assignment (months):

Location within country:

Name of Client: Total No. of person-months of the assignment:

Address: Approx. value of the services provided by your


firm under the contract (in current NRs; US$ or
Euro):

Start date (month/year): No. of professional person-months provided by


the joint venture partners or the Sub-
Completion date (month/year): Consultants:

Name of joint venture partner or Narrative description of Project:


sub-Consultants, if any:

Description of actual services provided in the assignment:

Note: Provide highlight on similar services provided by the consultant as


required by the EOI assignment.

Firm’s Name:

2
Consultant should state value in the currency as mentioned in the contract
Standard EOI Document

3(C). Geographic Experience

Experience of working in similar geographic region or country


(In case of joint venture of two or more firms to be filled separately for each
constituent member)

No Location Execution Year


Name of the Project (Country/ Region) and Duration

1.

2.

3.

4.

5.

6.

7.
Standard EOI Document

4. Capacity
4(A). Financial Capacity
(In case of joint venture of two or more firms to be filled separately for each constituent
member)

Annual Turnover

Year Amount Currency

- Average Annual Turnover

(Note: Supporting documents for Average Turnover should be submitted for the above.)
Standard EOI Document

4(B). Infrastructure/equipment related to the proposed assignment3


No Infrastructure/equipment Requirements Description
Required

1.

2.

3.

4.

5.

3 Delete this table if infrastructure/equipment for the proposed assignment is not required.
Standard EOI Document

5. Key Experts (Include details of Key Experts only)

(In case of joint venture of two or more firms to be filled separately for each
constituent member)
Specific
Highest Work Experience Work
SN Name Position Nationality
Qualification (in year) Experience
(in year)
1

(Please insert more rows as necessary)


Weighted
Name of Firm
Evaluation of EoI

General Experience

12
PC
Experience in local
infrastructure

38
Experience of

8
TC
Key Experts
Experience in trail
bridges

18
s
TO

0
<5 yrs

5-10 yrs

4
8
General
Experience

>10 yrs

8
0
< 5 yrs

5-10 yrs

6
12
Local
Infrastructure
Experience in

>10 yrs

12
0
<3 yrs

3-7yrs

6
12
Experience of Firm*

Community
Trail Bridges
Experience in

>7 yrs
12
Annex-1

< 3 Districts
0

3-5 Districts
5
10
Worked in

Districts in
Number of

>Districts
Karnali province

10
0

< 24 mill.

24-35 mill.
5
Capacity
Financial

>35 mill.
10

Equipment not proposed


0

Total Station -2 sets


2
20

Level machine -2 sets


2

Office / Survey
1

Abney Level- 6 sets Equipment


Minimum Requirement

Photo copy machine


1

A3-1
1

Printer, A3, -1
Financial Capacity and Office / Survey Equipment of Firm

A4 color printer-1
2

Laptop - 10 Nos.-1

Total
100
*
Scoring will be on the basis of cumulative figures of lead and associate firm in case of J/V.

Refer Separate Sheet (Summary of Key Experts’ Evaluation Sheet)

Annex-2

Name/Designation Programme Coordinator (points 12)


Description Weightage Obtained
Master’s degree in Planning
(Development, Regional etc.),
Academic Qualification Rural Livelihoods, Rural Yes/No
Development, Humanities,
Management or Engineering
Less than 45 years 2.00
Age 45 -50 years 1.00
Above 50 years 0.5.00
< 5yrs 0.00
Years of work experience in managing
5 -10yrs 2.00
rural / local infrastructure
>10yrs 4.00
At least three years work
experience in trail bridges
construction programme
Specific Experience <3 yrs 0.00
3-5 yrs 1.5.00
>5 yrs 3.00
At least 5 years work experience
Worked with Provincial, local with province, local governments.
governments <5 yrs 0.00
5-7 yrs 1.5.00
>7 yrs 3.00

Name/Designation Technical Coordinator (points 8)


Age Description Weightage Obtained
Bachelor’s degree in civil
engineering and training (30 days
Academic Qualification Yes/No
basic or 20 days LSTB) or elective
course in trail bridges
Less than 45 years 2
Age 45-50 years 1
Above 50 years 0.5
< 3yrs 0
Years of work experience in rural / local
3 -5yrs 1.5
infrastructure
>5yrs 3
Worked in trail bridges including
construction, maintenance,
rehabilitation for at least 3 years
Expertise < 3yrs 0
3 -5yrs 1.5
>5yrs 3
Name/Designation Technical Officer (6 Nos) (points 6 X3=18)
Description Weightage Obtained
Diploma in Civil Engineering or
Academic Qualification Yes/No
TSLC
Diploma in Civil Engineering with
General Experience 3 years Experience or TSLC with
5 years' experience
<3 yrs 0
General Experience for Diploma in Civil-
Engineering 3-5 yrs 0.75
>5 yrs 1.5
< 5yrs 0
General Experience for TSLC in Civil
5-7 yrs 0.75
Engineering
>7yrs 1.5
Diploma in Civil Engineering with
Specific Experience in trail bridge
3 years Experience/TSLC with 5
construction
years' experience
< 3yrs 0
Diploma in Civil Engineering worked in
trail bridges construction
3 -5yrs 0.75
>5yrs 1.5

< 5yrs 0
TSLC in Civil Engineering worked in trail
bridges construction
5 -7yrs 0.75
>7yrs 1.5

You might also like